When the physicians office receives notice that a check was not honored, the first thing to do is to

Try the new Google Books

Check out the new look and enjoy easier access to your favorite features

When the physicians office receives notice that a check was not honored, the first thing to do is to


Page 2

Issue No. PSA-2238; Wednesday, December 9, 1998

new rolling steel overhead doors, tracks and associated hardware including electric operators. The installation will be for four each 10W x 10'H in one warehouse building and two each 18'W.X 14'H in another warehouse building. This procurement is unrestricted. Request for quotation packages will be issued on an availability basis between 7-11 Dec 98. Fax your requests to 817/782-7088. A site visit will be conducted on 15 Dec 98 at 0900a.m. Report to NAVFAC Contracts, Bldg 1215, Naval Air Station Joint Reserve Base, Fort Worth, Texas. Questions are to be faxed to 817782-7088 no later than 16 Dec 98. Request fort Quotation (RFQ) responses are due 18 Dec 98, by 03:00p.m. CST. (W-338 SN277482)

Commanding Officer, Southern Division, Naval Facilities Engineering gases; plumbing: Electrical wiring and lighting: lightning protection; Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, fire detection and alarm system; conduit and wiring for communications, SC 29419-9010

cable TV, paging, data and uninterrupnble power; hydraulic elevator; Y-BACHELOR ENLISTED QUARTERS (TWO-STEP DESIGN/BUILD), NAVAL

and uninterruptible power source system. REMODEL EXISUNG DENTAL STATION, INGLESIDE, TX SOL N62467-98-R-1094 DUE 020499 POC Con

CLINIC to accommodale Bioenvironmental Engineering, Public Health tract Specialist: Rhonda Earney, Code 021 TRE. Contracting Officer: 1.

and Optometry functions (Includes demobition, Asbestos Abatement of 11 R. Fisk, Code 0211. THIS SOLICITATION IS BEING ISSUED ON AN

drywall mud and vinyl asbestos floor tile and remodeling work). SITE "UNRESTRICTED" BASIS INVITING FULL AND OPEN COMPETITION. The

WORK includes: pavement and site removals: asphalt parking lot to 1 work includes the design and construction of a new Bachelor Enlisted

add 59 parking stalls: 125 melers water line; 30 meters gas line; 1 Quarters (BEQ) for 200 E-1-E-4 permanent party personnel in garden

60 meters sanitary sewer: 475 meter HTHW line; 800 meter Underground style buildings totaling 6600 square meters. Work includes integrated

electrical conductors; exterior lighting: cathodic protection: 500 KVA site development and incidental related work to provide a complete

Oil Filled Transformer; Block Heaters; 103 meters telephone cabling: and useable facility. NOTES: Project consists of 100 modules for El

landscaping (seeding and trees). The estimated construction cost of a; E4 sailors in a 1+1 arrangement. Modules for a 1+1 arrangement

this project is between $2,500,000 and $5,000,000. Contractor's Quality are apartments with two (2) sleeping rooms for one sailor each and

Control will be a requirement in this contract. Large business concerns a shared bath kitchnette area. The Government will award a contract

submitting bids for services exceeding $500,000 or for construction 3 resulting from this solicitation to the responsible proposer whose proposal

exceeding $1,000,000, shall comply with Federal Acquisition Regulation conforming to the solicitation will be "BEST VALUE" to the Government, 52.219-9 regarding the requwement to a subcontracting plan. The price and technical factors considered. This procurement will consist

U.S. Army Corps of Engineers considers the following goals reasonable of Two (2) Phases. Phase 1: Proposers will be evaluated on FACTOR and achievable for fiscal year 1998: (a) Small Business: 61.2% of * A Past Performance, FACTOR B: Technical Qualifications: (1)Design

planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% Team and (2)Construction Team, FACTOR C: Management Approach

of planned subcontracting dollars. (C) Women Owned Small Business: and FACTOR D: Small Business Subcontracting Effort. The highest rated

* 4.5% of planned subcontracting dollars. The Contractor will be required proposers, typically 3 to 5 (not to exceed five). will advance to Phase

to commence work within 10 days after notice to proceed and complete l The Government will then request the Phase II proposals. Phase

the work 540 calendar days after receipt of Notice to Proceed. Provisions Qualified Proposers will be evaluated on FACTOR A: Past Performance,

will be included for liquidated damages in case of failure to complete ** FACTOR B: Technical Solutions and FACTOR C: Technical Qualifications,

the work in the time allowed. Performance and payment bonds will and FACTOR D: Small Business Subcontracting Effort. The Government

be required. The plans and specilications are available on Compact & reserves the right to reject any of all proposals at any time prior

Disk (CD-ROM) and will be provided free of charge. It has been determined to award; to negotiate with any or all proposers: to award the contract

that the number of Compact Disks be limited to one (1) per firm. " to other than the proposer submitting the lowest total price; and

Plans and Specifications will not be provided in a printed hard copy di to award to the proposer submitting the proposal determined by the

format. Contractors may view and/or download this project from the * Government to be the most advantageous to the Government. PROPOSERS

Internet at the following Internet address: http://ebs.nwo.usace army.mil/ ARE ADVISED THAT THE GOVERNMENT INTENDS TO EVUALUATE PROPOSALS EBS/Contract.htm Ordering of CD-ROM shall be made through the Internet

AND AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING address above or faxed to (402) 221-4530 with the following information: : THE PROPOSALS RECEIVED. Therefore, proposals should be submitted

1) Name of Firm; 2) Point of Contact; 3) Mailing Address: 4) Street men initially on the most FAVORABLE terms. Proposers should not assume

Address for Parcel Delivery Service, 5) Telephone and fax Phone Numbers w that they will be contacted or afforded an opportunity to quality,

with Area Code (FAX numbers are mandatory to ensure the receipt discuss, or revise their proposals. FIRMS SUBMITUNG TECHNICAL AND

of any amendments that may be laxed); 6) level of Participation (Ge ral PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS.

Contractor. Subcontractor, Supplier or Plan Room); and 7) Large Business, FOR PHASE I SPECIFICATIONS: There is a $5.00 Non-Refundable Charge

Small Business or Small Disadvantaged Business. If any of the information for each set of Specifications. THIS CHARGE APPLIES TO SPECIFICATIONS

changes during the advertisement period, submit the information via FOR PHASE ONLY A SEPARATE AND DIFFERENT NON-REFUNDABLE e-mail to kevin.p.mcelroy@usace army mil or by written request or fax. 7. AMOUNT FOR PHASE II SPECIFICATIONS WILL BE DETERMINED AL A

Failure to provide the above information and any changes may cause LATER DATE. To obtain Phase 1 Specifications you may CHARGE your

a delay in receiving CD-ROM and amendments. Questions regarding request to VISA, MASTER CARD, OR DISCOVER CREDIT CARD or make

the ordering of same should be made to: 402-221-4108. Telephone company check payable to "SUPERINTENDENT OF DOCUMENTS" and calls regarding Small Business matters should be made to: 402-221send to: THE DEFENSE AUTOMATED PRINTING SERVICE. AIIN: RONNIE 4110. Telephone calls on contents of drawings and specifications should MITCHUM, SUITE "B", 2825 AVENUE "O" NORTH, CHARLESTON, SC 29408

be made to Specification Section at: (402) 221-4547. 1802. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRAC- http://ebs nwo army mil/EBS/CONTRACT HIM Omaha District TOR, SUPPUER, ETC. PLEASE INCLUDE (1)A POINT OF CONTACT, (2)A Contracting Division Homepage TELEPHONE NUMBER, AND (3) A FAX NUMBER. If problems arise concerning Kevin. P. Kevin McElroy (W-341 SN277853) your request, call RONNIE MITCHUM at 843/743-4040. To obtain a plan holders list FAX your request to 843/743-3027. Plan Holders List can be obtained from the the Internet at http://www.chas.sebt.daps.mil.

Plan Holders list will be mailed. We cannot fax plan holders list. * For inquiries about Proposals Due or Number of Amendments issued,

contact Shirley Shumer at 843/820-5923. We request that you hold "ALL" questions until after you receive your Phase I Specification Package

The Chicago Housing Authority, 626 West Jackson Boulevard.

Chicago, Illinois 60661-5601 that you have ordered. The Standard Industry Code (SIC) for this project is 1522: GENERAL CONTRACTORS-RESIDENTIAL BUILDINGS, OTHER Y-CONSTRUCTION LANDSCAPING/SITE WORK PROGRAM AT VARIOUS THAN SINGLE-FAMILY. The Size Standard is $17,000,000.00. Estimated CHA DEVELOPMENTS, 5 YEAR ANNUAL REQUIREMENTS CONTRACT. SOL cost is over $10,000,000.00. Estimated duration of the contract is

IFB# 23386 DUE 123098 POC fred Valenzuela 312.971-8500 Ext. 4091 450 calendar days for completion. (W-341 SN277849)

Dr Construction Landscaping/Site Work Program
at Various CHA Developments. The work shall include but not be limited
to demolition of concrete/asphall structure/pavement removal of stumps; backfilling, stabilizing subgrade and compaction; furnish plants, trees, soda and bushes: drainage systems: and site structures le play equip- ment, patio areas, drinking fountains, precast tables, benches and

others. Site Visit: None Pre-Bid: December 21, 1998, at 10:00 AM V. S. Army Corps of Engineers, Omaha District, 215 North 17th

Bid Opening: December 30, 1998, at 10:00 AM. Street, Omaha, NE 68102-4978

Fred Valenzuela (W-341 SN277863) Y-ADAL AEROMEDICAL AND DENTAL CLINIC FACILITIES, GRAND FORKS AFB, NORTH DAKOTA SOL DACA45-99-6-0010 DUE 031099 POC Contract

Specialist: Kevin McElroy, 402/221-4108 On or about 06 January 1999,


this office will issue Invitation for Bids for the construction of ADAL AEROMEDICAL AND DENTAL CLINIC FACILITIES, GRAND FORKS AFB. NORTH

Z Maintenance, Repair or Alteration of Real Property
DAKOTA. Bids will be opened on or about 10 March 1999. This solicitation
is unrestricted and open to both large and small business participation.
Contractors interested in inspecting the site of the proposed work OICC/ROICC, 1215 Depot Avenue, Bldg. 1215, NAS, JRB, Fort Worth,
should contact the Grand Forks Resident Engineer, U.S. Army Corps

TX 76127-1215 of Engineers, P.O. Box 247, Emerado, ND 58228 for mail and 7th 1--MAINTENANCE OF MILITARY FAMILY HOUSING SOL N62467-99. & Holzapple, Bldg. 214. Grand Forks AFB for site inspection, Telephone: B-8801 DUE 122998 POC Mary Dumas(8171782-6266/Gloria Estrada 101) 594-5016/5575. FAX (701) 594-5526. The work will include the (817)782-7086 Clarification --- There are eighty-three (83)! Military Family following: (Approx. quantities) New Two-story 121.219 gross square feet Houses to be serviced. The Standard Industrial Classification Code (GSF) for two floors) Dental Clinic/Flight Medicine Addition to the existing '15: 1521 The Small Business Size Standard: $17,000,000.00. The Federal Aeromedical Clinic and Remodel 9,507 GSF of existing Dental Clinic Supply Class/Service Code: 2161. Information for all request will be in the existing Aeromedical Clinic. NEW DENTAL CLINIC/MEDICINE ADDI

provided in Bid Packages (W-338 SN277460) TION incl: exterior walls of masonry construction, brick and glass block; structural system includes load-bearing reinforced masonry walls, steel columns, steel beams, steel joists and steel deck: roofing of modified bitumen with gravel: concrele slab-on-grade; floor finishes include: vinyl composition tile (patient rooms), seamless sheet vinyl flooring (treatment rooms), ceramic tile Itoilets), and carpeting (offices, admin areas, conferences and other areas); wood, aluminum, and hollow metal doors;

DICC/ROICC, 1215 Depot Avenue, Bldg. 1215, NAS, IRB, Fort Worth, aluminum and steel windows; plastic laminate cabinetry and medical

TX 76121-1215 casework; lockers: interior wall finishes include: paint and vinyl I-REPLACE STEEL OVERHEAD ROLLUP DOORS SOL N62467-99-8808 wallcovering: visual display boards, markerboard and magazine racks; DUE 121898 POC Cheryl Carter, 817/782-5282 or Gloria Estrada, 817/ interiør signage, wel-pipe fire sprinkler system: HVAC; piping for medical < 782-7086 This is a one-time simplified acquisition request to install

Commander (KO), Civil Engineering Unit, Juneau, P.O. Box 21747,

709 W.9th St., Room 817, Junsau, AK 99802-1747 2-FURNISH AND INSTALL POWER PROVISIONS AND LIGHTING AT USCG ISC KETCHIKAN, ALASKA SOL DICG87-99-B-643026 DUE 011599 POC Rebecca Wade (907) 463-2418 DTCG87-99-B-643026-furnish and Install Power Provisions and lighting to the Upper Base Roadway, Storage Yard, Bunkers, and firing Range at USCG ISC Ketchikan, Alaska. THIS IS A READVERTISEMENT OF CBD ISSUED JULY 27, 1998 FOR IFB DTCG87-98-8-643084. FIRMS THAT HAVE ALREADY SUBMITTED A REQUEST FOR THIS SOUCITATION NEED NOT RESPOND. Provide all materials, equipment, transportation, incidentals to perform tabor to furnish and install power provisions and lighting to the Upper Base Roadway. Storage Yard, Bunkers and Firing Range at USCG ISC Ketchikan as shown on the plans and specifications. Work includes, but is not limited to 500 feet of 15 KV Duct extensions to the Storage Yard, 480 Volt Transformer and Switchgear Location that provides circuits for the Storage Yard Lighting and future facilities as well as the 480 Volt 125 Amp Feeder to the Magazine/firing Range 240/120 Volt Transformer and Panelboard in a small 4'X8'X8' building across the road from the Magazines fenced area. Provide lighting as shown on the plans for the outside area around the Magazines and the firing Range. Also, provide a 120/240 Volt, 60 Amp. 150' feeder to supply the Firing Range Power Panel. Additional work includes all materials, equip. ment transportation to install 600 Amp, 600 Volt double throw safety switch with 400 Amp receptacle at both the Health Care and the Galley Facilities pad-mount transformers. Two matching plugs and 100 foot cable (400 Amp 3 Phase- 4 wire Type W). Assemblies are to be provided for connection of a Government Furnished Engine-Generator se! with bolt on studs. The double throw salety switch shall be Kirk Keyed to the Building Main Service Entrance Breaker to prevent switching under load (on or off), by insuring the Building Main Breaker is open before switching. The estimated cost range for this project is between $100.000 and $250,000. The time for completion of this contract is 90 calendar days after notice of award. The work required by this solicitation is identified as Industry Standard #1731 and the applicable size standard is $7.0 million dollars in annual receipts for the past three years. This procurement is issued pursuant to the Small Business Competitiveness Demonstration Program, Public Law 100-656, as implemented by the OFPP Policy Directive and Test Plan dated 8/31/89. This is not a small business set-aside. All responsible sources may submit a bid which shall be considered by the U.S. Coast Guard. Requests for bid documents must be submitted and received by this office no later than 15 December 1998. For Minority. Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT). Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist minority, women-owned and disadvantaged business enterprises to acquire short term working capital assistance for transportation-related contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds Up to $1.0 million per contract. The DOT provides an 80% guarantee of the bid bond amount to a surely against losses. Loans

are available under the DOT Short Term Lending Program (STLP) at siprime interest rates to provide accounts receivable financing. The maxi

mumn line of credit is $500.000. For further information and applicable forms concerning the SILP, call the OSDBU at (800) 532-1169. Interested "parties can obtain a bid package by sending a check or money order issued to the U. S. Coast Guard in the amount of $30.00 to Commanding Officer (ko), Civil Engineering Unit, P. O. Box 21747, Juneau, AK 998021747. This is a non-relundable fee for the plans and specifications. R. Wade. Contracting Officer

Contracting Officer (W-338 SN277483)

OICC/ROICC, 1215 Depot Avenue, Bldg. 1215, NAS, JRB, Fort Worth,

TX 76127-1215 2-REPLACE STEEL OVERHEAD ROLLUP DOORS SOL N62467-99-Q8888 DUE 121898 POC Cheryl Carter, 817/782-5282 or Gloria Estrada, 817/782-7086 This is a one-time simplified acquisition request to install new rolling steel overhead doors, tracks and associated hardware including electric operators. The installation will be for ten each 16'W x 18H in building 4210. This procurement is unrestricted. Request for quotation packages will be issued on an availability basis between 7-11 Dec 98. Fax your requests to 817/782-7088. A site visit will be conducted on 15 Dec 98 al 0900a.m. Report to NAVFAC Contracts, Bldg 1215, Naval Air Station Joint Reserve Base, Fort Worth, Texas. Questions are to be faxed to 817/782-7088 no later than 16 Dec 98. Request fort Quotation (RFQ) responses are due 18 Dec 98, by 03:00p.m. CST. (W-338 SN277484)


Page 3

Issue No. PSA-2238; Wednesday, December 9, 1998

1. Hutnan, Contracting Officer. Solicitation for NSN 1560-00-735-8269/ YPG98286000774 Drawing #: 5-98324-3007 Drawings, interim procurement descriptions and deviation lists may be examined or obtained from Defense Supply Center Richmond. Rights Guard data restrictions apply. Prior to requesting technical data an Annual Certification for the Use of Rights Guard Technical Data, DSCR Form P42, and an Annual Rights Guard Destruction Certification, DSCR Form 4178, must be on file at DSCR-VA, ATTN: Rights Guard Program, Richmond, VA 23297-5604, Contact 804-279-5912 for forms. Export Control Applies. Delivery Schedule: 54 EA. 176 DARO. Unrestricted. Government Mylar Applies. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. (W-341 SN277613)

(33899), Central Ozark Machine Shop (64896), Wainwright Industries (51150). Queensway Machine Industries (38614). Offerors other than intended sources must provide a technical data package along with quotation. Origin inspection required. Total Quantity=221 each. Delivery schedule: 110 days ARO.

click here to contact the buyer via e-mail (W341 SN277179)

FM NAVICP Philadelphia PA, 700 Robbins Avenue Philadelphia,

Pa 19111-5098 15-WING ASSEMBLY AIRCR SOL N0038399QN081 DUE 011499 POC Point of Contact Contact Point, Mary Ellen A Eisele, 0233.02. (215)6973335, fax, (215)697-3161, Twx, Not-avail NSN 7R-1560-01-443-7090AH, Ref Nr 209-020-004-123, Qty 3 EA, Delivery FOB Origin, See Note 22 (ACAVI 1207012-080) (1-341 SN277866)

16 Aircraft Components and Accessories

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15-AIRCRAFT & AIRFRAME STRUCTURAL COMPONENTS SOL SPO4609901489 DUE 122898 POC Kim Licence/BT974/JAPA/8042793729/ FAX 8042796499 FPG98309000286, NSN 1560012840183, Cowling, Note 26 applies, IAW Teledyne P/N 274N100-55. Unrestricted, Delivery is 120 DARO, Intended Source is Teledyne Ryan Aeronautical. (W-341 SN277726)

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058

3696, Mail Code: BE 16-RIGHT ANGLE GEARBOX SOL 9-BE13-48-9-4P DUE 121198 POC Caroline M. Root, Contracting Officer, Phone (281) 483-4140, Fax (281) 244-5337, Email M. Root, Contracting Officer, Phone (281) 483-4140, Fax (281) 244-5337. Email caroline.m THIS NOTICE CONSTITUTES AMENDMENT NO. 1, Right Angle Gearbox Companies shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/RFQ and a written amendment will not be issued. The purpose of this amendment is to extend the due date for quotes from December 4, 1998 to December 11, 1998. The due date for receipt of offers lis) extended to 12/11/98 Companies shall provide the information stated in the synopsis/RFQ posted on the NASA Acquisition Internet Service (NAIS) on 12/11/98. Documents related to this procurement are available over the Internet and are in Microsoft Office Suite (Word 6.0. Excel 5.0, or PowerPoint 4.0) format and reside on the

4 World Wide Web (WWW) server which may be accessed using a WWW browser application. The WWW address or URL of the NASAJISC Business Opportunities home

page

is http://procurement.nasa.gov/EPS/JSC/ class.html.

http://nais.nasa.gov/EPS/ISC/date.html#9-BE13-48-9-4P Click here for the latest information about this notice

Caroline M. Root (D-338 SN277479)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 15 FLOOR, AIRCRAFT SOL DAAH23-99-0-0216 DUE 011899 POC Name: Peggy Elkins: phone 256-955-9264 e-mail: :office AMSAM-AC-AL-C fax:256-955-8582 THIS IS A COMBINED SYNOPSIS/SOLICITATION PRON AX 9C0027AX NSN:1560-01237-0041 NOUN:Floor, Aircraft:SIC CODE:3728:SOLICITATION NUM BERDAAH23-99-0-0216: CLOSING DATE: 18 Jan 99: This item is sole source to the Original Equipment Manulacturer (OEM), Boeing Defense Division. This announcement constitutes the only solicitation document, quotations are being requested and a formal solicitation will not be issued. Quoles may be laxed to the buyer shown above at (256)9558582. Contractor must be an approved source for this item to be considered for award. Item 0001AA, 18 ea, P/N: 14552553-19. applicable to the CH-47 Aircraft. Inspection and acceptance at Origin, Inspection requirements: 52.246-2, 52.246-16, 52.246-11, ANSI/ASOC 09002 (ISO 9002) or equivalent. FOB Point: Origin with deliveries to Texarkana. TX. The required delivery date is 150 days after receipt of order. Level of Preservation/Packing: A/A Packaging-tems shall be packaged per the following codes --refer to MIL-STD-2073-2 for code guidance only. MPA: 10. CD/II: I, PM/III: 00. WM/IV: JA, CON: FA, CINI: X, UCNII: FD, ICNII: 00, LOPNIII: A. QUP: 001, ICQ: 000, OPINIIID: M. Packing-tems packaged as above shall be packed code F. Reter to MIL-STD-2073-2, Table IX for code guidance only. Marking of shipments--The contractor shall mark all shipments under this contract with special markings in accordance with MIL-STD-2073-2C. TABLE X. Code 99. Justification for other than full and open competition is FAR 6.302-1. Only One Source or Only a limited Number of Responsible Source. The Government's right to use data in its possession is questionable. This code is only applicable to parts under immediate buy requirements and for as long thereafter as rights to data are still under review for resolution and appropriate coding. All responsible sources may submit an offer which will be considered. The time required for approval of new supplies is such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations by submitting a source approval request (SAR) package to AMCOM, AMSAMAR-E-I-F-S/Ramon Campos, 256-313-4909, Bldg 5681, Redstone Arsenal, AL 35898-5280. web

site information on SAR http:// avedec 1.redstone.army.mil/agripi. This acquisition is subject to availability of funds. Procurement History: Award Date, 87 Aug 13. Quantity: 81 ea., $3259.99 ea., Contractor: Boeing Helicopters. The history provided has not been screened in any manner to ascertain the actual cir. cumstances of a procurement and should not be considered as a reliable indicator of an appropriate price level for this solicitation, Cite Request for Quotation (RFQ) No. in your response. Any award resulting from this RFQ will be issued on DD form 1155 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. FAR 52.252-1, Solicitation Provisions Incoporated by Reference (Jun 1988) aod FAR 52.252-2. Clauses Incorporated by Reference (Jun 1988)--This solictation incorporates one or more solicitation provisions/clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. Quotations shall provide the following information, representations, and certifications: 1. FOB point if other than origin. 2. Quotation is firm for 90 days unless otherwise stated. 3. Furnish vendors part number(s) il other than listed with each item, 4. Point(s) or shipment, performance · preservation packaging, and marking. 5. Remittance address. 6. Taxpayer Identification Number (TIN) per FAR 52.204-3, Taxpayer Identification (Mar 1994). 7. Commercial and Government Entity (CAGE) Reporting DFARS 255,204-7001 (Dec 1991). 8. Otteror's recommended economic purchase quantity, Unit Price, Total amount per FAR 52.207-4. Economic Purchase Quantity Supplies (Aug 1987). 9. Information required by FAR 52.211-5. Material Requirements (Oct 1997) if applicable. 10. FAR 52.219-1, Small Business Program Representations (Oct 1995) 11. FAR 52.222-22. Previous Contracts and Compliance Reports (Apr 1984). 12. FAR 52.222-25, Affirmative Action Compliance (Apr 1984). 13. DFARS 252.225-7000, Buy American Act--Balance of Payment Program Certificate. 14. DFARS 252219-7000. Small Disadvantaged Business Concern Representation (DoD Contracts) (Apr 1994). Quotes may be submitted in contractor format. See Numbered Notes 22 and 26. (W-341 SN277786)

Detmse Supply Center Richmond, 8000 Jetterson Davis Highway.

Richmond, VA 23297-5000 15—AIRCRAFT & AIRFRAME STRUCTURAL COMPONENTS SOL SPO46099Q1485 DUE 122898 POC Kim Licence/B7974/JAPA/8042793729/ FAX 8042796499 YPG98321000199, NSN 1560012692730, Spad Assy. Note 26 applies, IAW McDonnell PIN 7-311517067-9. Unrestricted, Delivery is 180 DARO, Intended Source is McDonnell Douglas. (W-341 SN277754)

FM NAVICP Philadelphia PA, 700 Robbins Avenue Philadelphia,

Pa 19111-5098 16_SLIDER ASSEMBLY,ROT SOL N0038399RN075 DUE 011399 POC Point of Contact Contact Point, Kathleen M Logan, 0233.05, (215)6972124, Fax. (215)697-3161, Iwx, Not-avail NSN IR-1615-01-278-9188WK, SPEC NR. TDP VER 005. JAW Ret Nr 107R3553-7, Qty 157 EA. Delivery FOB Origin- No drawings available The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the http:/ /www.navicp.navy.mil/prodserv/source/source htm"> U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similiar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697- 4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVICP Commercial Item Identification Brochure and information regarding the Submission of Market Research Data is now available at: http://www.navicp.navy.mil/ cii/clibro.htm"> http://www.navcip.navy.mil/ci/cubro.htm See Note 22 (ACAVII 204010-075) (1-338 SN277492)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15-AIRCRAFT & AIRFRAME STRUCTURAL COMPONENTS SOL SPO4609901483 DUE 122498 POC Kim Licence/B1974/JAPA/80427937291 FAX8042796499 YPG98328000219, NSN 1560011713967, Cover, Access, Note 26 applies, IAW McDonnell P/N 7-311113602-37 Rev M & Parts List Rev D. Unrestricted, Delivery is 180 DARO. Intended Sources are McDonnell Douglas, Teledyne Ryan. (W-341 SN277760)

Defense Supply Conter Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15 FAIRING, NINGE FLP SOL SPO475-99-Q-S216 DUE 123198 POC Debrah Pratt/80616/DSCR-JUPB/804-279-6336; fax 804-279-6078. Kim Ratliff, Contracting Officer, 804-279-4535, fax 804-279-6078. See notes 1 & 26. End Item Application-AV-8B Aircraft, PR number YPG97259000454. NSN 1560-01-278-3501, Fairing, Hinge Flap. McDonnell Douglas Corp cage 76301, PAN 75A180242-2003. Specifications, plans or drawings relating to the procurement are not available and cannot be furnished by the Government. Other than full and open competition, particular sources; intended sources: Walden Machine (3U140), Precision Machine

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15--AIRCRAFT & AIRFRAME STRUCTURAL COMPONENTS SOL SP04609901482 DUE 122498 POC Kim Licence/81974/JAPA/8042793729/ FAX8042796499 YPG98328000230, NSN 1560013258766, Fairing, Aircraft, Note 26 applies. IAW McDonnell P/N 7-311150141-83 Rev L Parts List Rev P. Unrestricted. Delivery is 180 DARO, Intended Sources are McDonnell Douglas, Teledyne Ryan. (W-341 $N277762)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-BELLCRANK ASSEMBLY SOL SP0470-99-Q-P139 DUE 012199 POC Buyer: Suzanne Angus, 804-279-5410: Contracting Officer: Patrick Finegan. 804-279.4949 NSN: 1620-00-004-9883; Nomenclature: Bellcrank Assembly; Contiguration Control Applies; Manufacturer: Coltec Industries Inc., Cage 17576; Part Number: 2578133; Quantity: 35; Unit of Issue: Each: Delivery To: 19 EA to New Cumberland, PA and 16 EA 10 Lathrop. CA 255 Days ARO; FOB: Destination, Inspection/Acceptance: Origin; Solicilations between $25,000--$100,000 will be made in writing. Unrestricted. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at the time of award, in accordance with the FAR Clause 52-209-101 52-209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in Part 12. Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capabuity to satisfy the Government's requirement with a commercial item within 15 days of this notice. Al responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Contracting Office will accept requests for solicitations through facsimile. Fax Number: (804) 279-4005. Technical Data Package Availability: Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation

http://www.dscr.dia.mil DSCR homepage

mil click here to contact the point of contact via e-mail (W-339 SN277502)

Department of Veterans Affairs, James A. Haley Veterans Hospital,

AMMS (900), 13000 Bruce B. Downs Blvd., Tampa, FL 33612 16-PBG OXYGEN REGULATOR SOL RFQ 796-99-01 DUE 010499 POC Luisa Rodriguez (813) 978-5908 This is a combined synopsis/solicitation for commercial items prepared in accordance with the subparts in Federal Acquisition Regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: Quotes are being requested and a written solicitation will not be issued. Solicitation number Request for Quotes (RFQ) 79699-01 is assigned and shall be referenced on any Quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. The Standard Industrial Classification Code is 384) and the business size standard is 500 employees. Due date for Quotes is January 5, 1999 al 2:00 p.m. The James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612 has a requirement to purchase I kit of a PBG Oxygen System Tester for Beale AFB. CA. This system is a portable tester used for functional lesting of aircralt oxygen regulators and Connectors. Physical dimensions shall be 1175 inches high, by 12.5 inches wide, by 16.75 inches long, with a weight no greater than 37 pounds. Equipment shall include all hoses, adapters, and accessories for pneumatic interface with aircraft oxygen regulators. Equipment shall also include an electrical cable assembly for connection to the aircraft power panel (115 volts: 400 hz). Loose accessories shall be storable in the equipment case. Quotes shall be submitted on an "all or none basis." Partial Quotes shall be rejected. All potential offerors shall be able to supply equipment immediately. Olierors shall provid complete set of provisions with Quotes found at FAR 52.212-3. Olleror Representation and Certifications-Commercial Items. Provision and clauses found at 52.212-1. 52.212-4, 52.212-5 and 852.210-77 also apply ( www.arnet.gov/far/). Quotes shall be submitted to the address listed herein or faxed to 813-972-7572 and directed to the attention of Luisa Rodriguez (90C). The government shall not be held responsible for quality of fax transmittals. The solicitation number (RFQ number) shall be listed on the outside of your response for identification for any questions call (813) 978-5908. (W-341 SN277632)

SA-ALC/Contracting Directorate/LOKTE; 485 Quentin Roosevelt Road

Suite 12; Kelly AFB, TX 78241-6419 16-ACTUATOR, ELECTRO-MECHANICAL SOL F41608-99-R-23513 DUE 013199 POC The Point of Contact is ANNETTE GREMMER, LOKTE, Phone: 210-925-7751, FAX: 210-925-1059. E-Mail nette.gremmer @ldgatel kelly.al mil. This requirement is to obtain a FIRM FIXED PRICE repair requirements contract for the essential repair, calibration, and functional test as necessary to restore Actuator, Electro Mechanical applicable to multi aircraft. Requirement covers i basi year with two one-year options. Numerous NSNs, P/Ns apply in addron to various Technical Orders. Appendix "A" (Statement of Work) apples in additon to Appendix "C". Delivery: 30 days after receipt of assets or order, whichever is later. Ship to: Addresses will be provided at a later date. ONLY FAXED WRITTEN OR EMAIL WILL BE ACCEPTED See Note(s) 26

http://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB Business Opportunities

annette , mil Send your E-Mail request to the POC (D-341 SN277694)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway.

Richmond, VA 23297-5000 16-HOUSING, SWIVEL, LOWER SOL SP0470-99-0-P140 DUE 012199 POC Buyer: Suzanne Angus, 804-279-5410; Contracting Officer: Patrick Finegan, 804-279-4949 NSN: 1620-00-968-8327; Nomenclature: Housing. Swivel, Lower: Configuration Control Applies; Manufacturer: Coltec Industries Inc., Cage 17576; Part Number: 174163: Quantity: 10; Unit of Issue: Each; Delivery To: Barstow, CA 180 Days ARO; FOB: Destination, Inspection/Acceptance: Origin: Solicitations between $25,000-$100,000 will be made in writing. Unrestricted. Award will be made only if the offeror, the product/service or the manufacturer meels qualification requirement at the time of award, in accordance with the FAR Clause 52-209-1 or 52-209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in Part 12. Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's require. ment with a commercial item within 15 days of this notice. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Contracting Office will accept requests for solicitations through facsimile. Fax Number: (804) 279-4005. Technical Data Package Availability: Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government, The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation.

http://www.dscr.dla mil DSCR homepage

mil click here to contact the point of contact via e-mail (W-339 SN277503)

SA-ALC/Contracting Directorate/LOKTE: 485 Quentin Roosevelt Road

Suite 12: Kelly AFB, TX 78241-6419 16-CYLINDER ASSEMBLY SOL F41608-99-Q-16046 DUE 010499 POC The Point of Contact IS Ronald R. Applewhite, E-Mail: rapplewh@ldgalel kelly.at.mil Description: Cylinder Assembly NSN: 165001-250-0287AZ Applicable: F15 Aircraft Weight: 3.33 lbs. Length: Approximately 18-24 inches Predominant Material: Steel Applicable Technical Order: 9H2-5-270-3 Form, Fit & Function: The arresting hook actuating cylinder assembly is a line replacement unit which is part of the arresting hook system. All potential offerors should contact the buyer/ PCO identified in this notice for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contracting officer, an Ombudsman has been appointed to hear concerns from offerors or potential ollerors during the proposal development phase of an acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer. but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentially as 10 the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the SA-ALC Acquisition Ombudsman at AC 210-925-5133 or send E-Mail to: . Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. See Note(s) 22. 23. 26,26

http://www.kelly-afb.org/links/proc/rfq/solicitations/index html Click Here To Go lo The Solicitation Index

rapplewh@ldgatel kelly.at mil Send E-Mail to the POC (D-341 SN277640)

Defense General Supply Center 8000 Jeti Davis Hwy Richmond,

VA 23297-5312 16-HOUSING ASSEMBLY, AP SOL SP0460-99-0-2463 QUE 011499 POC Contact: for copies of REPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, alin: DSCR-JJAB. Richmond, VA 23297-5312 (804)279-3350 for copies of RFQ solicitations, contact B. Walker/8E977/804-279-4003 Contracting officer D ale CottrelV804-279-4914 PR-NO: YPG98327000470 NSN 168001-226-8533, housing Assembly, AP Pall Aeropower Corp CAGE 18350 P/N AA-B130-IDIA 18 -EA Del to Stockton CA 95296 Dei 60 DARO intended source: Pall Aeropower Corp. other than full and open and unrestricted. solicitation will be made in writing and orally. OPLFAR 52.209-1 OR 52.209-2-see NOTE 23. Specifications, plans or drawings relating to the procurement described are not availble and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. (1-340 SN277594)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16—DUCT ASSY, BLEED AIR SOL SP0470-99-R-0733 DUE 071999 POC Chris Hutnan (804)279-3099 FAX (804)279-6478 The Defense SLPO4 Center Richmond, Virginia (OSCR) intends to establish a firme price contract with a 100% quantity option for the combined NSA3 1560-01-437-0135 QTY 200 ea 1560-01-437-0111 QIY 200 ea 1963 01-43-0114 QUY 200 ea 1560-01-437-0144 QY 100 ta 150 437-0170 QTY 100 ea Government mylars, rights guard, contiguiden control and export control all apply to this requirement. DSC 5 requesting a delivery of 180 days ARO. F.O.B. Destination with Inspectica and Acceptance at Ongin. Prior to requesting technical data an 2007 certification for the use of Rights Guard Technical Data, DSCR fort P-42 must be on fileat DSCR-VA, AUN: Rights Guard Program, Ruched VA 23297. Contact 804-270-5912 for forms. Solicitation SPC471 99-R-0733 (W-341 SN277773)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 16-ARM, WINDSHIELD WIPER SOL SPO460-99-0-2462 DUE 011999 POC Contact for copies of RFP/FB solicitation's (available 15 days after announcement), write or phone: DSCR bid request hotline, atin. DSCR-JAB, Richmond, VA 23297-5312. (804)279-3350 for copies of RFQ solicitations, contact B. Walker/BE 977/804-279.4003 Contracting officer D ale Cottrell/804-279-4914 PR-NO: YPG98331000509 NSN 168001-093-7132, arm, windshield wiper Rosemount Aerospace CAGE 59885 P/N 2314M-36-2 Rev basic 37 EA Del to Stockton CA 95296 Del 60 DARO 98 A Del to New Cumberland PA 17070 Del 60 DARO other than full and open and unrestricted. Solicitation will be made in writing and orally. OPLAR 52.209-1 OR 52.209-2--see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government All responsible sources may submit ofter which DGSC shall consider 340 SN277595)

Delense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 16--FILTER ELEMENT, FLUID SOL SP0740-99-0-5799 DUE 010899 POC POC: Nomer Obnamia, Buyer Code PAADBA-2. TEL 614-692-3556 See Note 26 YPC98111000144, NSN 4330-01-114-0918 FILTER ELEMENT, FLUID CAGE 00736 AIRMAZE CORP P/N R9W2172 CAGE 90005 FACET ENT. P/N 1736036-02 DELIVERY AFTER DATE OF AWARD: 150 DAYS 567 EACH DEUVER TO MECHANICSBURG, PA This solicitation is available in the Internet at http://www.dscc dla.mil/ntq/ Requests for hard copies of this solicitation will not be accepted. Small Business size standard is 500 employees. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contact with only approved sources under the authority of 10 USC 2304 (2) Approved sources are: AIRMAZE CORP. 100736) FACET ENTERPRISES (90005) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery. past performance and other evaluation factors as described in the solicitation (W-341 SN277672)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB.

Columbus, OH 43216-6595 16-PARTS KIT, CYLINDER SOL SP07409905729 DUE 012799 POO for Info Only. P.O.C. --Name: E. Hayden Phone 614-692-4727, fax 614 692-3734 All responsible sources may submit an offer/Quote ich shall be considered. NSN 1620-01-173-5303, Paris Kit Cylinder AW drawing (76301) K41050. 42 Ea, to be delivered 10 lathop @z 56 to New Cumberland PA and 36 to Hill AFB, UT 120 days after date of award. Please see Note(s):(1), and (26). This solicitation Wind be available on the Internet at http://www.dscc/dla.militar. 15 days after this notice is published in the CBD Requests for hard cores of this solicitation will not be accepted. Written requests for drawings are to be submitted to Delense Supply Center Columbus. Alin CSCC VICO, PO Box 3990, Columbus, OH 43216-5000: by far (614) 692 2998 or call (614) 692-2344. Requests should include the IBRIPY REQ number, opening/closing date, NSN, Purchase Request Number les YPC/YPE), buyer's name and your complete name and address. Fede'a Military and Commercial Specifications cannot be provided by osct While price may be a significant lactol on the evaluation of otters the final award decision will be based upon a combination of price delivery. past performance and other evaluation factors as described in the solicitation

http://www dsec dla milling dscc sol, on the web site (W-341 SN277806)

19 Ships, Small Craft, Pontoons, and Floating Docks

Supervisor of Shipbuilding C&R, USN, PO Box 215, Portsmouth,

VA, 23705-0215 19-USS ANZIO (C6-68), SSP 512-99, PRAV SOL N62678-99-R-0057 DUE 012699 POC Wynn McCallister, Contract Specialist, (757) 3965041, Extension 444 Miscellaneous mechanical, electrical, structural, and eletronic repairs. To quality for an award under this solicitation, the offeror must execute a current NAVSEA Agreement for Boat Repair (ABR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. Contractor's inspection will tentatively take place January 5 through January 1, 1999 at U. S. Naval Base, Norfolk, VA. The availability dates are tentatively set for 29 MARCH 1999 through 19 MAY 1999 with work to take place at U. S. Naval Base, Norfolk, VA. The place of performance is restricted to the home port area. This procuement is small Business Set Aside (W-341 SN27 7679)

belt. Options: Sims 52-82150-02-01 Soft cab with #600-1372 heater (installed), Beacon #220100A and back-up alarm #137, Springfield Rear weight box, Heavy duty alternator, front hydraulic blade #FFC 1472 mounted within loader arm, Erskine #1812 Front hydraulic mounted snow thrower w/FIC plale, PIO pump and reservoir. Il bidding on an equal, include descriptive literature with your proposal Delivery shall be FOB Destination within 30 days alter award of contract to U.S. Department of Transportation, Volpe Center. 125 Munroe Street, Cambridge, MA 02142, ATIN Nancy Lafarenier, DTS-874. The provision at 52.212-1. Instruction to Ollers-Commercial, is hereby incorporated by reference. The provision at 52.212-2, Evaluation Commercial Items: The Government will award a purchase order resulting from this solicitation to the responsible ofteror conforming to the solicitation that will be the best value to the Government, considering that all specifications are met, price and delivery time. Oliers will be received on an all or none basis, A single award will result from this solicitation All ofterors must include a completed copy of the provision at 52.2123. Ofteror Representations and Certifications Commercial items. The clause at 52.212-4. Contract Terms and Conditions Commercial Items, is incorporated by reference. The clause at 52.212-5. Contract Terms and Conduions Required to implement Statutes of Executive OrdersCommercial items, applies to this acquisition: additional clauses cited in 52.212-5 that apply to this acquisition are: 1. 2. 3. 6. 7. 8. 9, 13, 14. Offers will be received at U.S. Department of Transportation, Volpe Center, 55 Broadway, Kendall Square. Cambridge, MA 02142. ATIN: Katherine B. Chao, DTS-852. 3:00 PM Local time December 14, 1998. For information on this solicitation you may contact Katherine B. Chao at 617/494-3124.

http://www.volpe.dot.gov/procure/index.html Volpe Center Acquisition, Division home page

chao@volpe dot.gov Purchasing Agent (D-341 SN277660)

Defense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 25-HOUSING ASSEMBLY, RIGNT SIDE. 1-43 FIRST ARTICLE TEST REQUIRED IN ACCORDANCE SOL SP0750-99-R-2473 DUE 012799 POC Contact: namejulie M. Lewis phone(614) 692-1097 FAX num ber - PRNO: YPC98324000452 NSN 2530-00-138-5895, CAGE 80064 Part No 2587706 housing Assembly, right side. Der Navy drawing 2587706 and all related data. 55 -EA Del to Barstow CA 92311 Del by 490 days after date of award see NOTE 26 copies of this solicitation are available at the address above or by faxing 614-692-2262. The small Business size standard is 1000 employees. This solicitation is not available until 15 days after published in the CBD. While price may be A significant factor in the evaluation of offers, the final award decision will be based upon A combination of price, delivery, past performance and other evaluation factos as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-340 SN277552)

Supervisor of Shipbuilding CLR, USN, PO Box 215, Portsmouth, VA, 23705-0215

USS CARR (FFG-52), SS 507-99, SRA SOL N62678-99-R-0058 DUE 012299 POC Dawn Whitson, Contract Specialist, (757) 396-5041, Extension 445 Miscellaneous mechanical, electrical, structural, and electronic repairs. To quality for an award under this solicitation, the olleror must execute a current NAVSEA Agreement for Boat Repair (ABR). If not previously done, adequate time must exist to allow proper assessment of the contractor's data. Contractor's inspection will tentatively take place December 28 through December 31, 1998 at the U.S. Naval Base, Norfolk, VA. The availability dates are tentatively set for 23 MARCH 1999 through 18 JUNE 1999 with work to take place at the U. S. Naval Base, Norfolk, VA. The place of performance is restricted to the home port area. This procurement is a Small Business Set Aside. (W-341 SN277794)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH 43216-6595 25-WHEEL, PNEUMATIC TIRE SOL SP0750-99-R-2470 DUE 012999 POC for information only-Will Chavez, Contract Specialist, (614) 6921288, 2530-00-738-9620, Wheel, Pneumatic Tire, (19207) 11601759/ I/MIL-C-461680. The estimated quantity is 408. The estimated opening date is 29 December 1998. The estimated opening/closing date is 29 January 1999. Note number one (1), nine (9) and twenty-six (26) apply. Small business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus. AITN: DSCC-VIRD P.O.Box 3990, Columbus, Ohio 43216-5000. by Fax (614) 692-2998 or call (614) 692-2344 Requests should include the |FB/RFP/RFQ number, opening/closing date. NSN. YPC/ZPC or NPC number; buyer's name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY OSCC. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the Government. The total shall not exceed 5 years. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitation. All responsible sources may submit a proposal in response to subject request for proposal (rip) which shall be considered by the agency. (W-341 SN277860)

25 Vehicular Equipment Components

23 Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles

28 Engines, Turbines and Components

General Services Administration, FSS, Automotive Division, Office of Vehicle Acquisition and Leasing Services(FFA), 1941 Jefferson

Davis Hwy, Room 604, Arlington, VA 22202 23—-LIGHT TRUCKS 4X2 AND 4X4, EMERGENCY RESPONSE VEHICLES (ERV) SOL FFAP-M2-99ERVS-N DUE 020999 POC Gina Jordan (703) 308-4173 ar Emergency Response Vehicles (ERV) for the American Red Cross, in accordance with Federal Ambulance Spec. KKK-A-1822D dated 11/94. FFAP-M2-99ERVS-N will solicit a firmfued price, indefinite quantity/indefinite delivery contract. Contract will be for one basic year and two one-year option periods. Est. gly. for basic year is 25 w/ a guaranteed minimum of 15. Est qly for each option year is 25. Shipment will be 180 days after receipt of order. The solicitation will issue on or about January 5, 1999. The solicitation will be available through the Electronic Posting System (EPS) at http:1 leps.arnet.gov.

http://eps.arnet.gov Download RFP

Contract Specialist, Gina Jordan (W-341 SN277745)

Defense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 25-SHAFT ASSEMBLY. CLUTCH. FRICTION, FAN SOL SP0750-99. Q-1918 DUE 011999 POC Contact: namejulie M. Lewis phone(614) 6921097 FAX num ber- PR-NO RPC98288000784 NSN 2520-00-454-5094, CAGE 19207 Part No 11621865 CAGE 53591 Part No A147817 shalt Assembly. clutch, friction, tan per army (19207) drawing 11621865 and all related data. 301 EA Del to New Cumberland PA 17070 Del by 250 days after date of award see NOTE 26 this solicitation

available the internet at http: WWW.DSCC DLA MIUB! RFQ SEARCH HIML. FAX requests for copies of this solicitation will not be accepted. The small Business size standard is 1000 employees, This solicitation is not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, atin: DSCC-VICD, PO Box 3990. Columbus. Ohio 43216-5000: by FAX (614) 692-2998 or call (614) 692-2344, Requests should include A IFB/RFP/RFO number, opening/closing date. NSN, purchase request number (EGYPC/PE), buyer's name and your complete name and address, Federal Military and commercial specifications cannot be provided by DSCC. While price may be A significant factor in the evaluation of offers the final award decision will be based upon A combination of price, delivery, past performance and other evalustion factors as described in the solicitation All responsible sources may submit offer which DCSC shall consider. (1-339 SN277535)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway.

Richmond, VA 23297-5000 28-SHROUD, SEGMENT TURB SOL SP04809906537 DUE 011598 POC Crystal Ober/BL371/804-279-3717; fax: 804-279-3123 Shroud, Segment Turb. General Electric Co Cage 99207 P/N 4002185P01 Rev I Acceptable Sources: Samsung Aerospace Cage 1FX82. Kratz-Wilde Machine Co Cage 75440; Metro Machine Works Inc Cage 50554; This is a Small Business Set Aside: Configuration Control Applies: Other than full and open competition; For copies of the solicitation, fax your request to the above fax number

www.dsce dla mil DSCR Homepage (W-341 SN277621)

55 Broadway, Cambridge, MA 02142 24-KUBOTA B2150HSO TRACTOR OR EQUALBETTER SOL OTR$5799-0-80014 DUE 121498 POC Point of Contact --Katherine Chao, Purchasing Agent, (617) 494-3124 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This notice constitutes the ONLY solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTR$57-99-Q-80014 and is issued as request for quotation (RFQ). All interested sources must identify the tractor being oflered by submitting pricing data and an accurate description, which includes the make and model numbers. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. The Standard Industrial Classification Code is 5082 and the Small Business Size Standard is 100 emplo yees. The item is as follows: 'Item No. 1: Kubota B2150HSD 4 Wheel Drive Tractor with turf tires and 1A350 Loader: Unit Price $ Total Price $

- Specifications: Engine: Gross Horsepower (SAE) 24 HP at 2,600 rpm, PTO horsepower 18HP at 2,600 rpm, Total displacement 75.4 cu. In, Rated revolution 2.600 rpm. Standard Equipment: Two front headlights, 2-speed rear PTO shall and PTO guard, 2-speed Mid PTO shaft, Dry internal expanding brakes, Differential locking device, Fixed hitch, Hydraulic pump. Adjustable seat with springsuspension, 12v battery, Vertical muffler, Air cleaner, Fuel tank Rear fenders, Fender handrail, Foot rests, Salety starting switch, 3-point hitch, Hazard lights, Tail lights, safety guard. SMV emblem bracket. hydraulic pump. Position control, Hydraulic outlet, ROPS and seat

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 29-ENGINE ACCESSORIES SOL SP048098QU338 DUE 010899 POC cheri warriner/804-279-3452 NSN 2915-00-798-8274 solicitation numberSp048098qu338 manufacturer: Sundstrand Aerospace cage 99167 part number-02-13408, specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government Delivery schedue is 60 days aro solicitation is untestricted. ABVM applies, the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation item is sole source only one source (note 22) for more information contact: Cheri Warriner/b0372/ 804-279-3452 fax 804-279-5723. Contracting Officer: Kreylon V. Crewe 804-279-4935. (W-341 SN277746)

Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 25_SHAFT ASSEMBLY, CLUTCH, FRICTION, FAN. SOL SP0750-99. Q-1918 DUE 011999 POC Contact: namejulie M Lewis phone(614) 6921097 FAX num ber- PR-NO: RPC98281000117 NSN 2520-00-454-5094, CAGE 19207 Part No 11621865 CAGE 53591 Part No A147817 shaft Assembly, clutch, friction, fan. Per army (19207) drawing 11621865 and all related data 49 -EA Del fo New Cumberland PA 17070 Del by 250 days after date of award see NOTE 26 this solicitation 15 available on the internet at http: INWWW.DSCC.OLA MILB/ RFO SEARCH.HTML, FAX requests for copies of this solicitation will not be accepted. The small Business size standars is 1000 employees. This solicitation is not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Delense Supply Center Columbus, attn: DSCC-VIČD, PO Box 3990, Columbus, Ohio 43216-5000. by FAX (614)692-2998 or call (614) 692-2344. Requests should include the 1FB/REP/RFO number. opening/closing date, NSN, purchase request number (E.G. YPC/YPE), buyer's name and your complete name and address, federal. Military and commercial specificallons cannot be provided by DSCC. While price may be A significant factor in the evaluation of offers. The final award decision will be based upon A combination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-340 SN277551).

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 29-ENGINE ACCESSORIES SOL SP048098QA514 DUE 011999 POC cheri warriner/804-279-3452 NSN 2915008023132 solicitation number Sp0480989A514 manufacturer: Sundstrand Aerospace cage 99167 part number-12-10443, specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery schedue is 120 days aro solicitation is unre. stricted. ABVM applies, the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation, item is sole source only one source (note 22) for more information contact: Cheri Warriner/bo372/ 804-279-3452. fax 804-279-5723. Contracting Officer: Kreylon V. Crewe 804-279-4935. (W-341 SN277749)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 29–WIRING HARNESS AND A PARTS KIT SOL SPO750-99-R-2468 DUE 012899 POC For information only--Patricia Snyder, Contract Specialist, (614) 692-1127. 2920-01-212-5817. Plate, Wiring Harness: MFG(s) AM General Corp (34623) P/N 5741113, Prestolite Electric Inc. (68505) P/N 35-797 and AMA-2028BS, Southern Automotive Wholesalers (19875) P/N SAW-12125817. 2920-01-180-8666, Parts Kit, Engine, Generator Regulator; MFG(s) Prestolite Electric Inc. (OEDYI) P/N AMA2004AS, Southern Automotive Wholesalers (1Y875) P/N SAW-11808666. The estimated issuance date is 28 December 1998. The estimated opening/closing date is 28 January 1999. Note number twelve (12) applies. Solicitation not available until 15 days after published in the CBD. Specifications, plans, or drawings are not available. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the Government. The total shall not exceed 5 years. This is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(c)(1). Approved sources are: AM General (34623), Prestolite Electric Co. (68505) and Southern Automotive Wholesalers (19875). While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price and past performance, as described in the solicitaiton. All responsible sources may submit a proposal in response to subject request for proposal (rfp) which shall be considered by the agency. (W-341 SN277847)

(JAN 1999), Offeror Representations and Certifications Commercial items. FAR Clause 52.212-4 (APR 1998), Contract Terms and Conditions Required to implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Additional applicable FAR clauses that are ciled within that clause are identified as (b) 9. 10. 11. 12, and 13.EVALUATION: Responses will be evaluated using simplified acquisition procedures (FAR 13.106-2). Selection will be made from the source. which in the opinion of the Government offers the best value. The criteria considered will be (1) TECHNICAL (capability of item offered to meet the agency need as described with specific emphasis on compatibility with our equipment in place on digesters, and with emphasis on automation for repeatable and accurate cooks. A site visit will rellect positively in demonstrating your understanding of our need). (2) PRICE. Price should be for a complete control system. Since price constraints may make it necessary to do one digester at this time and add the others as needed, we would like a base price for one digester and two additional option prices for upgrading the second and third digesters. Please indicate the length of time these option prices will remain form. (3) WARRANTY (4) TECHNICAL SUPPORT offered (now and in the future). (5) EXPERIENCE in supplying similar equipment to the paper industry. (6) Quality of PAST PERFORMANCE (Since we would like to talk/visit with current users of this equipment, please provide this information in detail). Relative importance of the criteria will be determined on a best value basis by the Government. Responses shall address each of these areas in detail. They shall also contain descriptive literature and an explanation of the technical features, warranty provisions, and technical support oflered. It would be beneficial to compare the technical features against the requirements outlined in the following item description. ITEM DESCRIPTION A complete control system for process management that is cost effective, flexible and repeatable for three each, 0.7 cubic foot batch digesters used for processing wood chips. This must be a stand-alone system, hardware and software, to provide automatic and semi-automatic control of the digesters. The system shall provide data acquisition for temperatures, pressures and flows. The operator of each digester must be able to monitor the cook at all times and make changes to the process if deemed necessary. The system shall include the equipment needed to interface with our existing measurement and control devices. It should include control for a primary temperature ramp and hold cycle and final blow-down and wash-down cycles, possibly including initial evacuation and liquor input. Installation will be by the Government (the U.S. Forest Products Laboratory), therefore all setup procedures; including manuals. schematics, diagrams, and calibration information shall be included to assist in properly performing setup. The system must be complete and ready to operate upon installation. SITE VISIT in order to ensure compatibility with our in piace equipment, we highly recommend a visit to our Pilot Plant to see our equipment. Site visits will be scheduled during the week of January 4-8, 1999. Arrangements for a site visit may be made by contacting Mr. Charles Hillary or Mr. David Bormeil. 608/231-9400 (8am-4pm). prior to Dec. 24. 1998, lo schedule an appointment.

http://www.arnet.gov/tar/ click here to obtain referenced FAR Provisions and Clauses (see notice for those to be sent with your proposal).

cshade/ us click here to contact the contracting officer via e-mail. (W-341 SN277832)

Control/Use. CLIN 0026 five each Preamp Control Board/Use. CUIN 0027 five each Preamp Control Board (9/92 ON). CLIN 0028 five each Video Interface Board, CLIN 0029 five each System Logic, CLIN 0030 ist each Preamp Board. CLIN 0031 five each Display Address Board, CLIN 0032 five each Display Data Board. After award of these items, the government has limited rights in accordance with DFAR Clause 252 227. 7013 "Rights in Technical Data and Computer Software (D)(3) Limited Rights." (v) Date of delivery: 30 days from date of award. (M) Place of delivery: Thunder Mountain Evaluation Center, Bldg 54322/A/60ES Street. Fort Huachuca, Arizona 85613. (vii) Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 1997) is hereby incorporated by reference. (viii) Solicitation provision at PAR 52.212-2(a), Evaluation--Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offers whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) technical capability of the item offered to meet the government's requirement, (2) past perlomance, and (3) price. Factors are listed in their relative order of importance Technical and past performance, when combined, are significantly mor! important than price. Proposal is due by 5:00 p.m. (mountain standart time). December 11, 1998. (ix) Offeror's are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items (Jan 1997). with proposal Clause 52.212-4, Contract Terms and Condition-Commercial Items (May 1997), 'is hereby incorporated by reference. (xi) Clause 52.212-5. Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Item (Aug 1996), is hereby incorporated by retetence The following paragraphs apply to this solicitation and any resultant contract (b) (2) 52.203.10. (D). (3) 52.219-8, (b) (6) 52.222-26. A) (7) 52.222-35, (b) (8) 52.222-36, (b) (9) 52.222-37. (XW) Additional Contract Terms and Conditions applicable to this procurement is lype of Contract: A firm fixed-price contract will be awarded. The Delense Priorities and Allocations Systems (OPAS) assigned rating for this procurement is DO-A7, NOTE: 22. '

Click here to contact the procurement technician (W-341 SN277856)

41 Refrigeration, Air Conditioning and Air Circulating Equipment

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31-PLAIN SELF ALIGNING BEARING SOL SP044199QH990 DUE 010399 POC Heather Hilton/BW203/804-279-6783/Contracting Specialist Roy Peay/BW 200/804-279-3508/Contracting Othcer DESC: Sikorsky Aircraft (78286) OWG S85077 Rev C3 P/N SB5077-101 Approved sources: Sargent Industries (97613). New Hampshire Ball Bearings (15860) and Torrington (21335). Quantity: 900. 538 to be delivered to Tracy. CA and 362 to be delivered to New Cumberland, PA within 150 DARO or best possible delivery. This item is a SOURCE and CONFIGURATION CONTROL AVBM applies. FOB destination. Inspection and Acceptance at origin. Small business set aside does NOT apply.

www.dscr dia.mil DSCR homepage mil Contact the buyer via e mail. (W-341 SN277607)

FISC Norfolk Ace Group, Hampton Roads Detachment, 1968 Gilbert

St., Suite 600, Norfolk, VA 23511-3392 41-CEILING VENTILATION DIFFUSERS (CRES) SOL N00189-99-0-HO?? DUE 010699 POC MS. Bonnie K. Parker, (757) 444-2636 This acquisto is for various sizes of ceiling ventilation diffusers fabricated of CHES material for the Shore Intermediale Maintenance Activity to inte on the USS Kearsarge. For a copy of the solicitation, please submit request to Fleet and Industrial Supply Center, Norfolk Acquisition Group 1968 Gilbert Street, Suite 600. Norfolk, VA 23511-3392, AJIN 34 Clerk. Fared requests may be submitted to (757)443-1424, ATTN Bio Clerk. This acquisition is 100% set aside for small business Numbered notes 1 and 26 apply. (W-341 SN277619)

36 Special Industry Machinery

USDA Forest Service, Forest Products Laboratory, One Gifford Pinchot

Drive, Madison, WI 53705-2398 36-AUTOMATED CONTROL SYSTEM FOR RESEARCH LAB DIGESTERS USED IN PROCESSING WOOD CHIPS SOL RFQ-FPL-99-01 DUE 012999 POC Christina Shade. Contracting Officer, 608/231-9285 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 wntten solicitation will not be issued. This request for quotation, RFQ-FPL-99-01 is for a stand-alone system, hardware and software, to provide automatic and semi-automatic control of three 0.7 cubic foot digesters used for processing wood chips (a more detailed description follows at the end of this notice under the heading ITEM DESCRIPTION). Equipment is to be delivered FOB Destination to the U.S. Forest Products Laboratory, 507 Highland Avenue, Madison, WI 53705-2398. Inspection and acceptance is at destination. Contractor shall indicate time for delivery, but it is desired by 4/15/99. When responding to this request, please indicate on your outer envelope in the lower left-hand corner: "RFQ-FPL-99. 01. DUE: 01/29/99." The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. They can be located on the Internet at the following URL: http://www.arnet gou/tart they are located in Part 52. The Contracting Officer has determined that this acquisition will be handled on an unrestricted basis. All sources may submit a response, which will be considered by the agency. FAR provision 52212-1 (AUG 1998). Instructions to Olferors Commercial llems, applies to this acquisition. SIC Code is 3625 with a size standard limit of 750 employees for the manufacturer to be considered as a small business, Olterors shall include with their proposal a completed copy of the provision at FAR 52.212-3

Dept. of the Army, Directorate of Contracting. Attn: AIZS-DKO

I, P.O. Box 12748,Fort Huachuca, AZ 85670-2748 36-MOBILE CARGO SEARCH X-RAY INSPECTION SYSTEM SPARE PARTS SOL DAB763-99-R-0002 DUE 121198 POC Eileen Bradley, 520-533-1452 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. The test program in FAR Subpart 13.6. as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number DAB163-99-R-0002 15 issued as a request for proposal (RIP). (11) This solicitation document and incorporated provisions and clauses are in effect through the 1997 reissue of the FAR. (i) Notice of award on a Sole Source basis from American Science and Engineering Inc. under Standard Industrial Classification Code 3844 (iv) GENERAL INFORMATION: Submit proposal to Dept. of the Army. Directorate of Contracting. Attention: Eiteen Bradley, Building 21112. Hines Road, FL Huachuca. AZ 85613. The Thunder Mountain Evaluation Center (MEC), Fort Huachuca, Arizona, has a requirement to purchase spare parts for the Mobile Cargosearch X-ray Inspection System. Submit proposal for all items only. Proposal should be FOB Destination. No more than one award will be made. (v) The contractor shall provide CLIN 0001, five each DC-DC Converter F12; CLIN 0002, five each DC-DC Power Supply P5-120: CLIN 0003 eight each Thermal Paper 859P00603. CLIN 0004 eight each' Thermal Paper UPP-216HD, CLIN 0005 twenty each IC Quad SPSI Switches ADG202AKN, CLIN 0006 five each Photo Darl Transistor MRD-360, CLIN 0007 five each Silicone Compound G-661, CLIN 0008 five each Ethylene Glycol, CLIN 0009 five each Step Wedge and Case. CLIN 0010 live each Wire Gage Phantom Mod 101, CLIN 0011 five each Extender Card 369026. CLIN 0012 five each Infrared light Source 1-4-LED. CLIN 0013 five each Relay Solid State 240025, CUN 0014 ien each Pump Flange MI W/Strainer, CUN 0015 five each lemp Cntri SW SPOT, CLIN 0016 five each Flow Control. CLIN 0017 live each Power Supply 12V ADJ. CUN 0018 six each Pump Motor. 50/60 HZ. CUN 0019 seven 286 to 486 Retrofit Kit, CUN 0020 ten each Display Board Interconnect Cable. CLIN 0021 live each Preamp Board/Transmission. CLIN 0022 five each amp Board/Backscatter, CUN 0023 tive each X-Ray Controller, CLIN 0024 five each Edge Chance Board. CLIN 0025 five each Preamp

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 43— FILTER ELEMENT. FLUID SOL SP0740-98-R-1534 DUE 017099 POC Diane M. Weicksell(614)692-3654/FAX:(614)692-4645 REFER 10 NOTES: 22 AND 26. FILTER FLUID, ELEMENT, 4330-01-102-8896. PR IQC98202000002, P/N: 7585476. EST. QTY. BASE YEAR: 2076 EA, VARIOUS QUANTITIES DELIVERED TO VARIOUS LOCATIONS. SPECIFICATIONS PLANS OR DRAWINGS ARE NOT AVAILABLE. THE PROPOSED PROCUREMENT WILL BE AN INDEFINITE QUANTITY CONTRACT (IQC) AND WILL CONTAIN AN OPTION TO EXTEND THE CONTRACT PERIOD ONE OR MORE TIMES AT THE DISCRETION OF THE GOVERNMENT. THE TOTAL CONTRACT PER OU SHALL NOT EXCEED FIVE YEARS. THIS ACQUISITION IF FOR SUPPLIES FOR WHICH THE GOVERNMENT DOES NOT POSSESS COMPLETE UNRESTRICTIVE, TECHNICAL DATA; THEREFORE, THE GOVERNMENT TENDS TO SOUCIT AND CONTRACT WITH ONLY APPROVEDSOURCES UNCER THE AUTHORITY OF 10 U.S.C. 2304(c)(1). APPROVED SOURCES AT PII TECHNOLOGIES INC.-05228. WHILE PRICE MAY BE A SIGNIFICANT FACTOR IN THE EVALUATION OF OFFERS, THE FINAL AWARD DECISION WILL BE BASED UPON A. COMBINATION OF PRICE, DELIVERY, PAST PERFORMANCE AND OTHER EVALUATION FACTORS AS DESCRIBED THE SOLICITATION, THIS NOTICE SERVES AS A PRE-SOLICITATION NOTICE OF THE INTENT TO SOLICIT THE NSN FOR AN INDEFINITE QUANTITY CONTRACT WITH ONE BASE YEAR AND FOUR OPTION YEARS. THE ISSUE DATE WILL BE 13 JAN 99 AND THE CLOSING DATE WILL BE 10 FEB 99, THE ESTIMATED DOLLAR AMOUNT OF THE SOLICITATION IS GREATER THAN $100,000.00 AND THE SOUCITATION IS A WRITTEN SOUCITATION COPIES OF THIS SOLICITATION ARE AVAILABLE AT THE OFFICE ADDRESS ABOVE OR BY FAXING (614) 692-2262 AND WILL NOT BE AVAILABLE UNTIL 15 DAYS AFTER PUBLISHED IN THE CBD. VARIOUS INCREMENIS SOLICITED: range 1: 1 ea 10 260 ea range 2: 261 ea to 179 es range 3: 780 ea to 1298 ea range 4: 1299 ea and up

http://www.dscc dla, molila DSCC Solicitations on the Web (W-34) SN277778)

of otters, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation

http://ww.dscc.dlamilla DSCC Solicitations on the web (W-341 SN277631)

Defensa Supply Conter Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 43-SEAL ASSEMBLY, SHAFT SOL SPO760-98-R-5062 DUE 011999 POC Point of Contact-Tom Bunnell, Telephone Number -614-692-4726 The following NSN(s) are proposed to be added to the existing long Term Indefinite Quantity Contract, SPO760-99-0-7859. NSN 4320-01420-1168, Parts Kit, Ingersoll-Dresser (88032) P/N JPG-0483-3, Qty. 30 each; NSN 4320-01-250-2171, Seal Assembly, Shalt, Ingersoll-Dresser (88032) P/N JPG-0462-02, Qty. 80 each; NSN 4320-01-420-1169, Parts Kit, Ingersoll-Dresser (88032), PAN JPG-0483-2, Qty. 35 each, to be delivered to various destinations in 120 days for each NSN. All interested offerors are advised to contact the contracting officer for complete details. All responsible sources may submit an offer/quote which shall be considered. See note 26. Specifications, plans or drawings are not available. (W-341 SN277834)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 48-VALVE SOENOID SOL SP07409905721 DUE 012799 POC For Info Only, P.O.C. - Name: E. Hayden, Phone: 614-692-4727, fax 614-6923734 All responsible sources may submit an offer/quote which shall be considered. NSN 4810-00-286-1614, Valve Solenoid. VANW Servotronics (12779) PN 9900116-14 on Allied Signal (59364)PN 31706785-14. To Be Shipped to various destination zones 150 days after date of award. This solicitation is for an indefinite delivery purchase order. Min order qty 12; max order 125. Contractor's are to quote based on the ranges cited in the solicitation. Please see note(s):(26). This solicitation will be available on the Internet at http://www.dscc.dla.mil. fo/. 15 days alter this notice is published in the CBD Requests for hard copies of this solicitation will not be accepted. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Government does not possess complete, unrestrictive, technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(c)(1). Approved sources are: SERVOTRONICS (12779) OR ALLIEDSIGNAL (59364). While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery. past performance and other evaluation factors as described in the solicitation.

http://www.dscc.dla mitkla dscc sol, on the web site (W-338 SN277452)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 48-VALVE ASSEMBLY SOL DAAH23-98-0-1003 POC Carolyn Davis, AMSAM-AC-AL-A, (256) 955-9202 NOTES 23 and 26-THE PURPOSE OF THIS MODIFICATION IS TO CHANGE CLOSING DATE FROM NOVEMBER 30.1998 TO READ FEBRUARY 08.1999. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. (W-341 SN277696)

NAVAL INVENTORY CONTROL POINT—MECHANICSBURG, Code

M2522, PO Box 2020. Mechanicsburg, Pa 17055-0788 48—VALVE,BUTTERFLY SOL N0010499QCA79 DUE 012599 POC Point of Contact-Contact Point, Linda H Thomas, 0211.6, (717)605-6473. Fax, (215)697-3161. Twx, Not-avail NSN 3H-4820-01-333-4104, SPEC NR TOP VER 015, Qty 56 EA, Deliver to Receiving Officer Fisc Norfolk Norfolk VA - QPL ITEM., See Note 9 (ACNSPCC1207013-012) (1-341 SN277872)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 47-COUPLING HALF SOL SP07409905722 DUE 012799 POC For Info Only, P.O.C. - Name: E. Hayden Phone: 614-692-4727, fax 614-6923734 All responsible sources may submit an offer/quote which shall be considered. NSN 4730-00-589-1390. Coupling Hall, Self-Sealing. V/ AN Aeroquip (00624) PN 145-55-240, Hydraulics Intern'l (2N386) or McDonnell Douglas (88277) PN 7D0241F24s. To be shipped to various destination zones 90 days after date of award. This is for an indefinite delivery purchase order. Min order qty is 50 and max is 400. Contractor's are to quote based on the ranges cited in the solicitation. Please see note(s): (26). This solicitation will be available on the Internet at http://www.dscc.dla.mil/rtal. 15 days after this notice is published in the CBD Requests for hard copies of this solicitation will not be accepted. Specifications, plans or drawings are not available. This acquisilon is for supplies for which the Government does not possess complete, unrestrictive, technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 USC.2304(XI). Approved sources are: Aeroquip 100624). Hydraulics 2N386) or McDonnell Douglas (88277). While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.

http://www.dscc.dla millora dscc sol. on the web site (W-338 SN277466)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB.

Columbus, OH 43216-6595 48-ACTUATOR, ELECTRO, ME SOL SPO760-99-0-3547 DUE 012799 POC Point of Contact: Frank Pleiflet: Phone: 614-692-1291; Fax: 614. 692-4387 Actuator, Electro Me. NSN 4810-01-323-8693. YPC98310000948. Quantity 1 to be delivered to USS John Barry in 60 days after date of award. A written solicitation will be available. All responsible sources may submit an oller/quote which shall be considered. See Note: 26. Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days after this notice is published in the CBD. The Small Business size standard is 500 employees. Specifications, plans or drawings are not available. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation,

http://www.dscc.dla.mil/id/DSCC Solicitations on the web. (W-341 SN277602)

NAVAL INVENTORY CONTROL POINT - MECHANICSBURG, Code

M2522, PO Box 2020, Mechanicsburg, Pa 17055-0788 48-VALVE, BUTTERFLY SOL N0010499QCA80 DUE 012599 POC Point of Contact Contact Point, Linda H Thomas, 0211.6; (717)605-6473, Fax. 1215)697-3161, Iwx, Not-avail NSN 3H-4820-01-333-4102, SPEC NR TOP VER 008, Qty 51 EA, Deliver to Receiving Officer Fisc Norfolk Norfolk VA . Defense Distrbution Depot San Diego San Diego CA --OPL Item., See Note 9 (ACNSPCC1207013-013) (1-341 SN277873)

49 Maintenance and Repair Shop Equipment

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 47-STRAINER, SEDIMENT SOL SPO760-99-Q-3552 DUE 012799 POC Point of Contact: Frank Pleifler; Phone: 614-692-1291; Fax: 614-6924387 Strainer, Sediment, C21 Twin Strainer W/Clamped Cover, Nickel Alloy. 200 PSI, NSN 4730-01-399-1073. YPC98327000945, Quantity 6 to be delivered to Fleet Industrial Supply Center, San Diego, CA in 122 days after date of award. A written solicitation will be available. All responsible sources may submit an offer/quote which shall be considered. See Notes: 26. Copies of this solicitation are available at the office address above or by taxing 614-692-2262 and will not be available until 15 days after this notice is published in the CBD. 'The Small Business Size standard is 500 employees. Specifications, plans or drawings are not available. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. http://www.dscc.dla.mil/rfa OSCC Solicitations on the web (W-341

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 48—VALVE, GLOBE STOP SOL SP0760-99-Q-3550 DUE 012799 POC Point of Contact: Frank Pleiller; Phone: 614-692-1291; Fax: 614-6924387 Valve, Globe Stop. 3/8 Inch Valve Size. Class A. Type I, 200 PSI Steam, NSN 4820-00-497-1684, YPC98310000951, Quantity 393 to be delivered to Fleet Industrial Supply Center, Norfolk, VA in 126 days after dale of award and 465 to be delivered to Del Dist Depot San Joaquin, Tracy. CA in 126 days after date of award. A written solicitation will be available. All responsible sources may submit an offer/quote which shall be considered. See Notes: 26. Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days after this notice is published in the CBD. The Small Business size standard is 500 employees. Specifications, plans or drawings are not available. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.

http://www.dsco,dia.millila/DSCC Solicitations on the web (W-341 SN277608)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 49—BORESIGHT ADAPTER SOL SP0450-99-0-8185 DUE 012499 POC Contact: for copies of RFPAFB solicitations (Gloria Wright /DSCR-JOPB/ AJ325/804-279-3608/1ax 804-279-4403). writ E or phone: DSCR bid request hotline, alin; DSCR-JAB, Richmond, VA 23297-5312. 8042793350. for copies of RFQ solicitations, contact the buyer. PR-NO: MPG98322000483 NSN 4933-01-343-2224, boresight adapter, 3-0 Machining Co. CAGE 09SY7, P/N5001240GI. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Delivery schedule (60 days ARO) unrestricted procurement, Automated best valve system. The final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the soliciation. Solicitation will be made in writing. Anticipated award date is February 1999. All responsible sources may submit offer which DGSC shall consider, (1-340 SN277572)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 47—TUBE ASSEMBLY, METAL SOL SPO7409905727 DUE 012799 POC of Into Only, P.O.C. -Name E. Hayden Phone 614-692-4727, fax 614. 92-3734 All responsible sources may submit an offer/quote which hall be considered. NSN 4710-00-242-4743, Tube Assembly, Meral. AW Tube Bends (33830) PN 4065296-01 or United Technologies (77445) N 4065296-01. 14 EA. to be delivered to Mechanicsburg PA 170 lays after date of award. Please see Note(s): (26). This solicitation ill be available on the Internet at http://www.dscc.dla.millila/, 15 ays after this notice is published in the CBD Requests for hard opies of this solicitation will not be accepted. Specifications, plans i drawings are not available. This acquisition is for supplies for hich the Government does not possess complete, unrestrictive, technical ata; therefore, the Government intendsto solicit and contract with nly approved sources under the authority of 10 V.S.C.2304(c)(1). Approved ources are: United Technologies (77445) or Tube Bends (33830). While =rice may be a significant factor in the evaluation of offers, the inal award decision will be based upon a combination of price, delivery, ast performance and other evaluation factors as described in the olicitation

http://www.dscc.dla.mil/ifq dscc sot, on the web site. (W-341 SN277782)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 49—POTENTIOMETER, PARTS KIT SOL SP045098QBA72 DUE 011399 POC Contract Specialist, Dan Holt, 804-279-5068. Contracting Officer, Judith Suter, 804-279-3214 NSN 4920-00-717-2651, YPG98194000720, Potentiometer, Parts Kit, Howell Instruments, Cage 98869. P/N BH4321, Qty of 13 ea. Origin Inspection required. Delivery requested FOB Destination, 120 days ARO. 10 Cherry Point, NC. Award may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans, or drawings relating to this procurement are not available and cannot be furnished by DSCR. Please see numbered notes 9. and 26. Solicitations will be issued 12-22-98, with a closing date of 01-13-99. All responsible sources may submit an offer. (W-341 SN277677)

Detense Supply Center Columbus, PO Box 16595, DSCC-PBAB.

Columbus, OH 43216-6595 48—VALVE, GLOBE. WITH HYDRAULIC OPERATOR SOL SP0760-99Q-3568 DUE 012799 POC Point of Contact: Frank Pleiffer; Phone: 614692-1291; Fax: 614-692-4387 Vaive. Globe. With Hydraulic Operator, NSN 4820-01-188-1209, YPC98324000629, Quantity 2 to be delivered to Del Dist Depot San Joaquin. Tracy. CA in 129 days alter date of award. A written solicitation will be available. All responsible sources may submit an older/quote which shall be considered. See Note: 26. Copies of this solicitation are available at the office address above 01 by faxing 614-692-2262 and will not be available until 15 days alter this notice is published in the CBD. The Small Business size standard is 500 employees. Specifications, plans or drawings are not available. While price may be a sigoitical factor in the evaluation

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 49-SUPPORT ASSEMBLY, AD SOL SP04509908201 DUE 011399 POC Contract Specialist, Dan Holt, 804-279-5068, Contracting Officer, Judith


Page 4

Suter, 804-279-3214 NSN 4920-00-390-1360, YPG98301000701, Support Assembly. Ad, Pratt and Whitney, Cage 77445 and Stanco Tool & Die Cage 51720. P/N PWA 21604, Qty of 72 ea. Origin Inspection required. Delivery requested FOB Destination, 150 days ARO, to Richmond, VA. Award may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans, or drawings relating to this procurement are not available and cannot be furnished by DSCR. Please see numbered notes 9, and 26. Solicitations will be issued 12-22-98, with a closing date of 0113-99. All responsible sources may submit an offer. (W-341 SN277680)

(BAG, TOOL, SATCHEL (ENVELOPE TYPE)):IAW U.S. Army Natick laboratories drawing number 5-3-60, revision B dated 4/12/82. 4) 5140-00-391 1069 (Est. Oly. 736) (BELT, TOOL REPAIRMAN'S):JAW BUSHIPS Drawing 9000-S6202-73125. Revision L. dated 04/11/75. piece 30. 5) 514000-498-8898 (Est Oty. 12.800)(CARRIER, TOOL): IAW U.S. Army Natick Laboratories Drawing 2-3-315, Revision C dated 07/16/87, 6) 514000-529-1889 (Est. Oly. 3.000) (CARRIER 100L):IAW U.S.Army Natick Laboratories Drawing 2-3-315, Revision C dated 07/16/87. ALL REQUESTS FOR A COPY OF THE SOLICITATION & for complete descriptions and drawings should be requested in writing by fax at 816/926-3678, alin.. Genia Watson (Contract Specialist) or retrieve a copy from website http://eps.arnet.gov. All solicitation responses are DUE TO GSA BY 01/ 05/99 at 1:00 PM

http://eps.arnet.gov/cgi-bin/WebObjects/ EPS?ACode=P&ProID=Solicitation-6FES-01-980201-S&LocID=7 Visit this URL for the latest information about this notice

genia Genia Watson (D-338 SN277474)

ngn is 6306-00-058-6687. The total yearly estimated quantity of ! ! w non is 3,500 ea. Specs: Dwg: (73342) 6841662 P/N-18. DAP 01 13 QAP EQ003 QAP EQ002. Primary Qty: 2,100 ea. Size Standard: 342 Notes 1 and 6 and 9 apply. Other Notes: This item is being all solicited as a l yr IDPO. Minimum: 2.000 ea. Maximum: 3.000 u in Award will be made to a qualified QSL Vendor. Far (215)=697-363 Delivery is 120 days after date of delivery order to: Conus destinations in To obtain a copy of this solicitation please send fax request to 215 697-6333. (W-341 SN277615)

51 Hand Tools Potential Sources Sought

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 49-COOLER ASSEMBLY, OIL SOL SP04509908203 DUE 011399 POC Contract Specialist, Dan Holt, 804-279-5068. Contracting Officer, Judith Suter, 804-279-3214 NSN 4920-01-256-7373, YPG98323000376, Cooler Assembly. Oil, Qty of 30 ea. Origin Inspection required. Delivery requested FOB Destination, 120 days ARO, to Stockton, CA and to Norfolk, VA. Award may be based upon a combination of price. past performance and other evaluation factors as described in the solicitation. Please note, an export control drawing exists for this part. Please see numbered notes I, 9, and 26. Solicitations will be issued 12-22-98, with a closing date of 01-13-99. All responsible sources may submit an offer. (W-341 SN277692)

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia

PA 19111-5096 53-NUT , SELF-LOCKING , HEXAGON SOL SPO5409903547 DUE 0104% POC KO Name:C Anderson JAB37.(215)697-5843,Buyer Name:Same PACO NPI98280000849 NSN 5310-01-098-5234, 7,910 -EA Del To Jackgamle FL 32212-0097 Del By 19 FEB 99. 7,910 EA Del To New Cumbe wa PA 17070. Del By 18 DEC 98. Primary Quantity:7910 Delivery Schedule Days Offers Will Be Evaluated with a 10% Preference for Small Disadvataged Business Concerns. While Price Will Be a Significant factor in The Evaluations 01 Offers, The Final Contract Award Price wł Based Upon A Combination Of Price And Delivery As Deser bed in Section M Of This Solicitation. Drawings Are Not Required to start Copy Of Solicitation Pleas Send Fax To (215)697-6333. (W-341 SN277662)

SA-ALC/Contracting Directorate/LDKSG; 485 Quentin Roosevell Road

Suite 12; Kelly AFB, TX 78241-6419 49-PULLER, CUP SOL F41608-98-Q-13083 DUE-012599 POC The Point of contact is Ron Carter, LDKSG, Phone: 210 925 4348, FAX: 210 925 6555, E-Mail: ricarter@ldgatel kelly.al.mil Puller, cup. NSN 4910-00-463-7383, 16 ea Part number 64E33087-1 Used for maintenance of F-16 NLG and MLG wheel assemblies Applies heat to wheel and applies directional force to assist in removing cup Dimensions: 5. X 3' X 3' Predominant material: forged steel and heating elements Government drawings/specs are available in a CD format Phone requests for solicitations are not acceptable. Fax and E-mail requests are acceptable. See Note(s) 1.26

http://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB Business Opportunities

Send your E-Mail request to the POC (0-341 SN277748)

GSA, FSS, Tools & Appliances Center (6FES), 1500 E. Bannister

Rd, Kansas City, MO 64131 51--SCISSORS, EMBROIDERY, KNIFE, CRAFTSMAN'S SOL 6FES-987780-E3-1 DUE 121198 POC Jacqueyne E Hassen 816-823-1292 General Services Administration is issuing a Blanket Purchase Agreement BPA6FES-98-7780-3-1. This will not be set aside for small business. There are three items for this BPA, ALL QUANTITIES ARE ESTIMATED FOR 5 YEARS: (1) 5110-01-385-7393, UI: EA (ESL QTY. 1.920; EPMR 960140) ) SCISSORS, EMBROIDERY-Reversible steel ball bearings; Contoured plastic handle, can be used in left or right hand: 5 1/4 inches long: scissors roll instead of squeezing, making cutting easier for people with arthritis or carpal tunnel syndrome. No sharp edges or pointed blade. McMasterCarr part number 49265A65 or equal. (2) 5110-01-412-8019, VI: EA (ESI. QIY. 4.800: EPMR 2.400(40) ) Knite. Craftsman's- Heavy duty shop utility knite, with self-retracting blade. Die cast zinc alloy construction; Blade is exposed only when thumb is pressed forward on button. blade retracts automatically into handle when thumb is released from bullon. Used for right or left hand operation. Hyde Manufacturing Company part number 42065. McMaster-Cail part number 4923A41, or equal. (3) 5110-01-449-8858, UI: EA (ESL QTY. 14.250: EPMR 3.000(95) ) KNIFE, CRAFTSMAN'S-Heavy duty knile for slashing through wine. strapping. etc. Knife shall be so designed as to provide for operator safety, ease of use. easy blade replacement and spare blade storage space within the handle: Overall length: 7 in + 1/2 in. Head width: 2 in +/- 1/4 in Handle width:1 1/2 in +/- 1/4 in. E-Z KUTTER P/ N 66052A or equal. The anticipated agreement period 03-01-99 through 02-29-2004. All requests for a copy of the BPA package are due to GSA by December 11, 1998. Please request by fax at 816-8233109. Attn.---Jacquelyne E Hassen. Anticipated Issue date for BPA package is December 11, 1998. (W-338 SN277499)

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53—KEY, ROTOR DRIVE SOL SP05409908723 DUE 122198 POCO NAME: Karla Thompkins, VAB10. 215-697-5618. BUYER: Samme PR-4 YP198301001126 NSN 5315-01-143-5700, 2.400 ea del to Pracy la 95376 del by 12 Jun 99. Incremental Bidding: Primary Oly: 242 IST Alt Qty: 3000. 2ND All Qty: 3500. Deliveries to Conus (excute Alaska). Delivery Schedule: 120 days. Offers will be evaluated a 10% preference for small disadvantaged business concerns. While price will be a significant factor in the evaluation of offers the contract award price will be based upon a combination of price delivery as described in section M of this solicitation. Drawings at not required. To obtain a copy of this solicitation please sens du request to 215-697-6333. (W-341 SN277709)

SA-ALC/Contracting Directorate/LDKTE; 485 Quentin Roosevelt Road

Suite 12; Kelly AFB, TX 78241-6419 49-STEAM PRESS CLEANER SOL F41608-99-0-28016 DUE 011299 POC The Point of contact is DOTTIE COOPER, LOKTE, Phone: 210925-8975, FAX: 210-925-1059, E-Mail: dicooper@ldgatel kelly.al, mil One each Steam Press Cleaner. P/N 5/3000GHOTT/M.Brand Name or Equal. NSN 4940-01-358-4247. 1: 5 W: 10'. Item to be shipped for the following address: FE5295 51 WG-LGS Unit 2064, Building 819 Osan AB

http://www.kelly-alb.org/links/proc/index.html SA-ALC, Kelly AFB Business Opportunities

dlcooper@ldgatel kelly.at,mil Send your E-Mail request to the POC (D-341 SN271781)

GSA, FSS, TACC, TAD II (OFESP-E7), 1500 E. Bannister Road,

Kansas City, MO 64131 51-TOOL, PATCH CORD SOL MPN-B-7K045-7 DUE 121898 POC Jacquelyne [ Hassen (816) 823-1292 Fax (816) 823-3109 5120-01. 088-5189 Tool, Patch Cord: Labinal Components & Systems Inc. PI N 5991111304. I desi-l order-tolal oly 2 ea, as of this date, not limited to quantity listed-Total Small Business Set-Aside Applies. (W339 SN277516)

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia

PA 19111-5096 53—CLOSE TOLERANCE SOL SP05409908454 DUE 010499 POCO NAME: D. Morrotto, NCC03, 215-697-9335, BUYER: Same Pr#C YP198300000829 NSO 5305-01-104-8393. 82,700 -ea del to New Cun berland PA 17070 del by 25 May 99. Specs: McDonnell Doug 25 N 3M926-317 Primary Qty: 82700. Delivenes to Conus (excluding Aa: Delivery Schedule: 120 days ado. Otters will be evaluated with a prelerence for small disadvantaged business concerns. While Dist* be a significant factor in the evaluation of allers, the final 5982 award price will be based upon a combination of price and tranny as described in section M of this solicitation. Drawings are not receita To obtain a copy of this solicitation please send la request o 13 697-6333. (W-341 SN277712)

GSA, FSS, Tools & Appliances Center (6FES), 1500 E. Bannister

Rd, Kansas City, MO 64131 51- BURNISHER, OPTICAL FIBER, HAND SOL MPN-B-11085-9 DUE 122298 POC Jacquelyne [ Hassen 816-823-1292 Fax 816-823-3109 1.5120-01-328-1227-Burnisher, Optical Fiber, Hand: Lucent Technologies Inc. P/N 104030507 3 dests 3 orders- lotal Qty47 ea, as of this date not limited to gły listed. (W-341 SN277714)

Delense Industrial Supply Center, 700 Robbins Avenue, Philadelphia

PA 19111-5096 53—RETROFIT KIT, FILTER-PROP SOL SPO5409908700 DUE CU POC KO Name William F. Dutin.LA, (215)697-4527. Buyer Name ist Johnson, LAA28.(215)697-0650 PR NO: YP198190000488 NSN 53305 455-2310. 5. KT Del to Peoria IL 61607. Del By 13 Jul 9 -KT Del To New Cumberland PA 17070. Del By 14 AUG 98 Specs Jerse Technologies P/N PLK 28097, Primary Quantity:205. Deliveries 1o 622 (Excluding Alaska). Delivery Schedule 120 Days. Offers Will Be Evans With a 10% Preference For Small Disadvantaged Business Conce This Contract Action is for Supplies for the Government Does de Possess Complete. Unrestrictive Technical Data; Therefore The Governa Intends to Solicit And Contract with Only Approved Sources et The Authority O! 10 U.S.C. 2304 (0) 11).Drawings Are Not Reading To Oblain Copy Of Solicitation Please Send Fax To (215/697-630 (W-341 SN277737)

General Services Administration, Federal Supply Service (FSS), Hardware and Appliance Center (6FE), 1500 East Bannister Road,

Kansas City, MO, 64131 51-TOOL BAGS, BELTS, & CARRIERS SOL Solicitation-6FES-D1-980201 S DUE 010599 POC Genia Watson, Contract Specialist. Phone (816) 823-1296. Fax (816) 926-3678, Email genia.--- Alan Basler, Contra Specialist, Phone (816) 823-1297. Fax (816) 9263678, Email This solicitation will be a stock fixed price, 2 year-indefinite delivery/indefinite quantity requirements type contract. It will have 3 one year options (option clause, 552.21672, will be included) and an economic price adjustment clasue. Issue date is 12/04/98 for FSC 5140 for various Tool Bags, Belts, & Carriers. There will be 6 items. All items will be a total small business set aside. The atys are estimated for 2 years. ITEMS,1) 5140-00-2887763 (Est. Qiy. 3.888) (BAG, LINEMAN'S TOOL, ROUND:100l bag is used by line crews for raising and lowering tools and material. 2) 514000-293-2379 (Est. Qty. 12,264) (BAG, TOOL, SAICHEL):In accordance with (TAW) US Army Natick Research drawing number 2-3-525 dated 7/ 30/91 and 2-3-526 dated 1/30/91 including support drawings 2-3527, 2-3-528 and 2-3.529 all dated 7/30/91. also Separate parts list PL 2-3-525 and PL 2-3-526. 3) 5140-00-315-2775 (Est. Qiy. 5,508)

53 Hardware and Abrasives

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53-BOLT, EXTERNAUY RELIEVED BODY SOL SP05409908645. DUE 122498 POC KO NAME: Glenn R. Daemer, NCB05. 215-697-2692. BUYER: Same PR-NO: YP198322000110 NSN 5306-00-058-6687, @Thread quantity per inch 28 @fastener length 1.250 inches nominal Material steel comp 17-4PH overall Head height 0.330 inches nominal @width between flats 0.304 inches minimum and 0.3134 inches maximum @Externally relieved body diameter quantity 2 1,200 ea del to New Cumberland Pa 177070 del by 14 May 99.900 -ea del 10 Tracy Ca 95376 del by 14 May 99. fsc: 5306. This solicitalion contains one nsn. The

Detense Industrial Supply Center, 700 Robbins Avenue, Philadelphia

PA 19111-5096 53-NUT, SELF-LOCKING, EX SOL SPO5409908132 DUE 0112990 KO Name: Thomas Bruckshaw.JCA44.4215) 697-4394. Buyer Name Aluche Martin.JCB43,(215)697-4203 PR NO: FP-98279002956 NSN 5310-00-1245284, @item Namenut, Self-Locking, Extended Washer. Double Hexagon. @Thread Class 3B. @Locking Feature Prevailing Torque All Metal Design.

Washer Outside Diametet 0.394 Inches Minimum, And 0.409 inches Maximum, @Overall Height 0.280 Inches Minimum And 0.290 Inches Marimum. @Width Across Flats 0.304 Inches Minimum And 0.313 Inches

Maximum. Thread Seriesunji.@ Thread Quantity Per Inch 28. @Nominal • Thread Size 0.250 Inches. @material Steel Overall. 26,520 -EA Del

To Tracy CA 95376. Del By 03 NOV 98. Primary Quantity:26520. Deliveries To Conus (Excluding Alaska).Delivery Schedule:120 Days. Offers Will Be Evaluated With A 10% Preference For Small Disadvantaged Business Concerns. Thic Contract Is For Supplies For Which The Government Does Not Possess Complete, Unrestrictive Technical Data: Therefore The Government Intends To Solicit And Contract With Only Approved Sources Under The Authority Of 10 U.S.C. 2304 (c) (1). Approved Sources Are: SPS Technologies Inc. Fairchild Ind. This purchase is for A National Defense Item And Therefore Restricted To U.S. Sources. While Price Will Be A Significant factor in The evaluation Of Otters. The final Contract Award Price Will Be Based Upon A Combination of Price And Delivery As Described In Section M. Of This Solicitation. Drawings Are Not Required. To Obtain Copy of Solicitation Please Send Fax 10 (215)697-6333. (W-341 SN277755)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 58-REFL LOWER COMB. SOL SP0970-99-R-X113 DUE 020299 POC Susan Bland/CCBG-GLK/(614)692-8517 PR No.: YPE 98314000632. NSN: 5895-01-140-3369. Reflector. Lower Combiner. DESC Form 239 Applies. Applicable documents: Kaiser Aerospace and Electronics (09344). P/ N 37365-3. Rev. E. do 12/15/93; Kaiser Aerospace and Electronics (09344), P/N PSL-J. Rev. N. dd 12/15/93. and all related documents as called out in the aforementioned documents. Acceptance testing shall be TAW: Verifying, physical dimensions and verifying compliance with notes 2 through 14 of. Kaiser Aerospace and Electronics (09344) drawing #37365-3, Rev. E. 40 ea. to be delivered to SW3100 Mechanicsburg. PA within 120 days, 40 ea. every 30 days thereafter. Various increments solicited: 35-49, 50-99, 100-199, 200-299, 300-399. Full and open competition applies. See notes 1, 22, and 26. Copies of this solicitation are available at the address above. The small business size standard is 750 employees. This solicitation is an anticipated 18-month (545 days) Requirements Contract.

susan bland@dscc dla.mil Delense Supply Center Columbus Contract Specialist (W-341 SN277725)

rating and type 5.0 amperes DC single winding. All responsible sources may submit an offer/quote which shall be considered. See Note(s): 26 Copies of this solicitation are available at the office address or by faxing 614-692-2262 and will not be available until 15 days after published in the CBD. This solicitation is available on the Internet at http://www.dscc.dla.mivilad. Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. Specifications, plans and drawings are not available. FULL AND OPEN COMPETITION: Complete, unrestricted data package available. VARIOUS INCREMENTS SOLICITED FROM 10 TO 74 EACH DESTINATION(S): Mechanicsburg PA; Lathrop CA DELIVERY: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted. THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOLICITATION

http://www.dscc.dla.mil/rfq Defense Supply Center Columbus solicitations on the Web. (W-338 SN277458)

55 Lumber, Millwork, Plywood and Veneer

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 55-LUMBER, SOFTWOOD, FLOORING SOL SP05609906359 DUE 122498 POC KO NAME: Tyrone R. Lyles, WAA19, 215-697-6352, BUYER: Same PR-NO: YP198303000625 NSN 5510-00-550-6875, lumber, softwood: V/ AW MM-L-751. Flooring. Grade: C Sel/C floor--size: 1" X 4". Full and open competition apply 28.999-bf del to FE Warren Afb Wy 82005 del by 22 Nov 98. PR-NO: YP198308001692 NSN 5510-00-5506875, lumber, softwood: W/ANW MM-L-751. Flooring. Grade: C Sel/C floor size: 1" X 4". Full and open competition apply 19.895 .of del to TE Warren Alb Wy 82005 del by 24 Nov 98. Primary Qty: 28999. Delivery Schedule: 21 days. Size Standard: 500. Note I applies. Drawings are not required. To obtain a copy of this solicitation please send far request to 215-697-6333. (W-341 SN217618)

U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth,

NJ 07703-5008 56-SOLICITATION DAAB07-99-8-0768 CANCELLED SOL DAAB07-99. B-0768 POC Patricia A Caltabilota, Contracting Officer, 732-532-4847 This amendment cancels DAA807-99-B-0768 (reference CBD submission 269443 dated 6 November 1993. NSN 5965-01-419-8197 Microphone Element.

caltabil@DOIM6. monmouth.army.mil click here to email the POC (W341 SN277800)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59— RELAY, ELECTROMAGNETIC SOL SP0930-99-Q-A112 DUE 122998 POC For Information Only: Point of contact-Bonita Y. Dover Phone: 614-692-7800; FAX: 614-692-1100 REVISED SOLICITATION SP0900-991-2664 PR NUMBER: YPE 98308000127 NSN: 5945-00-803-0785 TO BE MANUFACTURED IAW: BASIC SPEC: MIL-PRF-6106K DATED I DEC 97; SPEC/MS SHEET: MS25273 REV G DATED 5 JUNE 87; TYPE NUMBER: MS25273-D1; OPL NUMBER: QPL-6106-47 DATED 15 MAR 98 All responsible sources may submit an offer/quote which shall be considered. See Note(s): 9 & 23 Copies of this solicitation are available at the office address or by faxing 614-692-2262. This solicitation is available on the Internet at http://www.dscc.dla.mil/rfq/. Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. Specifications, plans and drawings are not available FULL AND OPEN COMPETITION: Military Specification Item VARIOUS INCREMENTS SOLICITED FROM 10 TO 664 EACH DESTINATION(S): Mechanicsburg PA: Lathrop CA DELIVERY: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted. THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOLICITATION,

http://www.dscc.dla, millifq Defense Supply Center Columbus solicitations on the Web. (W-338 SN277464)

59 Electrical and Electronic Equipment Components

58 Communication, Detection, and Coherent Radiation Equipment

EM NAVICP Philadelphia PA, 700 Robbins Avenue Philadelphia,

Pa 19111-5098 58-SWITCHING UNIT,ELEC SOL N0038399RG013 DUE 011399 POC Point of contact Contact Point, John M Mccarry. 0235.13. (215)6972803, Fax, (215)697-3161, Twx, Not-avail NSN 7R-5895-00-115-1248EX. SPEC NR TDP VER 004, Ref Nr 3100208-001-101. Qty 72 EA. Delivery FOB Origin-- The subject item requires Government source approval prior to contract award, as the item is flight critical and/ of the technical data available has not been determined adequate to support acquisition via tull and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such Tha! award cannot be delayed pending approval of a new source. f

you are not an approved source you must submit, together with Fur proposal, the information detailed in the http://www.navicp.navy.mil/ medserv/source/source.htm"> V.S. Navy Aviation Supply Office Source Aproval information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or

liar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697. 4243; If your request for source approval is currently being evaluated at NAVICP-P, submit with your otter a copy of the cover eller which forwarded your request for source approval. Ollers received which fail to provide all data required by the Source Approval Brochure of document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/ or approval requirements Dreclude the ability to obtain subject items in time to meet government Requirements, award of the subject requirement may continue based on Fleet support needs. The NAVICP Commercial Item Identification Brochure and information regarding the Submission of Market Research Data is now available at: http://www.navicp.navy.mil/cii cribro.htm"> http:/ www.navcip.navy.mil/ci/ciibro.htm No drawings available., See Note 22 ACAVIT 204010-076) (1-338 SN277493)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59_RELAY, ELECTROMAGNETIC SOL SPO930-99-Q-A110 DUE 011199 POC For Information Only: Point of contact-Bonita Y. Dover--Phone: 614-692-7800; FAX: 614-692-1100 PR NUMBER: YPE 98194001343 NSN: 5945-01-307-3574 THE FOLLOWING QUALITY ASSURANCE PROVISIONS APPLY: IDENTIFICATION #: C11885-2 (81755) APPLICABLE DOCUMENTS: General Dynamics Dwg C11885 Rev H Dated 1-13-93 and MIL-PRF6106K Dated 12-1-97. APPROVED SOURCES (Waived for first Article Testing): Leach (58657) P/N J-X4N-018: MSD (00213) P/N FCA-210451 ACCEPTANCE (PRODUCTION) TESTING: THIS TESTING SHALL BE PERFORMED AW: MIL-PRF-6106K PARAGRAPHS 4.6 THROUGH 4.6.2.2.2.2 EXCEPT AS MODIFIED OR DELETED BY GENERAL DYNAMICS DRAWING C11885. INSPECTION AND ACCEPTANCE: ORIGIN PREPRODUCTION TESTING IS REQUIRED UNLESS CURRENTLY WAIVED. IF QUOTING AN ALTERNATE, PLEASE CONTACT THE BUYER FOR ADDITIONAL REQUIREMENTS. All responsible sources may submit an older/quole which shall be considered. See Note(s): 26 Copies of this solicitation are available at the ollice address by laxing 614-692-2262 and will not be available until 15 days after published in the CBD. This solicitation is available on the Internet at http://www.dscc.dla millefol. Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. Written requests for drawings are to be submitted to Defense Supply Center Columbus, ATTN: OSCC-VICD. PO Box 3990, Columbus, OH 43216-5000: by Fax (614)692-2998, or call (614)6922344. Requests should include the IF B/RFP/RFQ number, opening/closing date, NSN, Purchase Request Number (e.g. YPE). buyer's name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. FULL AND OPEN COMPETITION: Complete, unrestricted data package available. VARIOUS INCREMENTS SOLICITED FROM 250 TO 1750 EACH DESTINATION(S): Mechanics. burg PA DELIVERY: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted. THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S.40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOLICITATION.

http://www.dscc.dla.millifa Defense Supply Center Columbus solicitations on the Web. (W-338 SN277456)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 59_SOLENOID, ELECTRICAL SOL SPO930-99-Q-A113 DUE 122998 For Information Only: Point of contact--Bonita Y. Dover --Phone: 614692-7800; FAX: 614-692-1100 REVISED SOLICITATION SP0900-99-1-2959 PR NUMBER: YPC98310000071 NSN: 5945-00-922-8056 APPROVED SOURCES: IMC MAGNETICS CORP (04320) P/N 15075 ELECTROID CORP (16554) P/N EC91200 ROCK ISLAND ARSENAL (19204) P/N 11701134 LISK G W CO (81983) P/N L-3133 All responsible sources may submit an offer/quote which shall be considered. See Note(s): 26 Copies of this solicitation are available at the office address or by faxing 614692-2262. This solicitation is available on the Internet at http:// www.dscc.dla milloral Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. Specifications, plans and drawings are not available. OTHER THAN FULL AND OPEN COMPETITION: Unrestricted VARIOUS INCREMENTS SOLICITED FROM 25 TO 499 EACH DESTINATION(S): Mechanicsburg PA: Lathrop CA DELIVERY: 60 DAYS ADO SET-ASIDE TYPE: Total Small Business THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOLICITATION.

http://www.dscc.dla, millila Defense Supply Center Columbus solicitations on the Web. (W-338 SN277467)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59_RELAY, ELECTROMAGNETIC SOL SPO930-99-Q-A114 DUE 122998 POC For Information Only: Point of Contact Bonita Y. Dover-Phone: 614-692-1800; FAX: 614-692-1100 REVISED SOLICITATION SP0900-99T-3061 PR NUMBER: YPE98314000076 NSN: 5945-01-365-9953 APPROVED SOURCES: EATON CORP (81640) P/N SM5008 All responsible sources may submit an otter/quote which shall be considered. See Note(s): 26 Copies of this solicitation are available at the office address or by laxing 614-692-2262. This solicitation is available on the Internet at http://www.dscc.dla.milli iq/. Requests for harú copies of this solicitation will not be accepted. The Small Business size standard is 500 employees Specifications, plans and drawings are not available. OTHER THAN FULL AND OPEN COMPETITION: Unrestricted VARIOUS INCREMENTS SOLICITED FROM 25 10 1934 EACH DESTINATION(S): Mechanicsburg PA: DELIVERY

DAYS ADO SET-ASIDE TYPE: Unrestricted THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59. RELAY, ELECTROMAGNETIC SOL SPO930-99-0-ANLI DUE 011199 POC For Information Only: Point of Contact - Bonita Y. Dover --Phone: 614-692-7800; FAX: 614-692-1100 PR NUMBER: YPE 98279002865 NSN: 5945-00-884-3407 APPROVED SOURCES Connectec (OEFR2) P/N CS30474. 1: Lucas Automation and Control (81840) P/N 172934-001 SYNOPSIS GUIDANCE INFORMATION: Nonpile-up main contact arrangement 34 pole. Double Throw, one position momentary. Main contact maximum voltage raling in volts 120.0 AC and 28.0 DC. Main contact load current rating al maximum rated voltage 1.0 amperes AC and 1.0 Amperes DC resistive load. Orerating voltage rating and type at specified lemp 28.0 volts DC 25 De Celsius Single winding. Nominal operating current

FM NAVICP Philadelphia PA, 700 Robbins Avenue Philadelphia,

Pa 19111-5098 58-PANEL, CONTROL ASSEMBLY, SOL NO038399QN080 DUE 011499 POC Point of Contact Contact Point, Mary Ellen A Eisele, 0233.02, 1215)697-3335, fax, (215)697-3161, Twx, Mot-avail NSN 7R-5841-01256-8175-AH, Ref Nr 209-677-002-103. Qty 12 EA, Delivery FOB Origin, See Note 22 (ACAVI1207012-081) (1-341 SN277867)

Issue No. PSA-2238; Wednesday, December 9, 1998

IS DIRECTED TO CLAUSE S-40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOLICITATION.

http://www.dscc.dla millrig Defense Supply Center Columbus solicitations on the Web. (W-338 SN277470)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59_SOLENOID, ELECTRICAL SOL SPO930-99-Q-A115 DUE 122998 POC for Information Only: Point of Contact-Bonita Y. Dover - Phone: 614692-7800; FAX: 614-692-1100 REVISED SOLICITATION SPO900-99-T-3317 PR NUMBER: YPE98320000085 NSN: 5945-01-348-2489 APPROVED SOURCES: ROBIN AMERICA INC. (06RNS) P/N EY243-74014-00: WISCON TOTAL POWER CORP (8R123) P/N EY243-75014-00 All responsible sources may submit an offer/quote which shall be considered. See Note(s): 26 Copies of this solicitation are available at the office address or by faxing 614-692-2262. This solicitation is available on the Internet at http://www.dscc.dla.milifa/. Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. Specifications, plans and drawings are not available. OTHER THAN FULL AND OPEN COMPETITION: Unrestricted VARIOUS INCREMENTS SOLICITED FROM 25 TO 1399 EACH DESTINATION(S): Mechanicsburg PA; Lathrop CA DELIVERY: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOLICITATION..

http://www.dscc.dia.millola Defense Supply Center Columbus solicitations on the Web. (W-338 SN277473)

Fax, (215)697-3161. Twx, Not-avail, Contracting Officer, Tamela S Kozior, Commercial Acquisition Department, Bldg 11, Naval Undersea 0223, (215)697-2587 NSN 7R-5998-01-343-7083-PF. Ref Nr 2122768- Warfare Center Division, Newport, Code 59, Simonpietri. Dr, Newport

, 3. Qty 5 EA, Delivery FOB Origin-DRAWINGS ADEQUATE FOR MANUFAC- RI 02841-1708 TURING PURPOSES ARE NOT AVAILABLE FROM NAVICP. The subject 59— TORNADO DEVELOPMENT ENVIRONMENT WIN/PPC NW SW SI item requires Government source approval prior to contract award, N66604-99-0-1231 DUE 121698 POC G. Nickerson, Contract Negotiator as the item is flight critical and/or the technical data available has at (401) 832-1638; N. Palmisciano. Contracting Officer at (401) 837. not been determined adequate to support acquisition via full and open 1708; FAX (401) 832-4820. This is a combined synopsis/solicitation competition. Only the source(s) previously approved by the government for commercial items prepared in accordance with the format in Subpart for this item have been solicited. The time required for approval of 12.6, as supplemented with additional information included in this a new source is normally such that award cannot be delayed pending notice. This announcement constitutes the only solicitation; proposals approval of a new source. If you are not an approved source you are being requested and a written solicitation will not be issued must submit together with your proposal, the information detailed The solicitation document and incorporated provisions and clauses # in the http://www.navicp.navy.mil/prodserv/source/source.htm"> U.S. Navy those in effect through Federal Acquisition Circular 97-01. Item 01:Tornado Aviation Supply Office Source Approval Information Brochure. This brochure Development Environment Win/PPC includes a BSP for the Motorbia identifies technical data required to be submitted based on your company's 750 board and one target royalty license. p/n:100-6901-8C-30 kr experience in production of the same or similiar item, or if this is 1; Item #2 Annual Maintenance & support win/PPC on Item 1. an item you have never made. This brochure can be obtained by n 130-1992-N2-00 Qty: 1; Item 13: Tornado Target pin 140-122 calling NAVICP-P at (215) 697- 4243. If your request for source approval 0000 Qty: 1; Item 14: Quick Start 2 Day installation, integration, training is currently being evaluated at NAVICP-P, submit with your offer a p/n 160-8603-ZN-00 Qty: 1. Provision at 52.212-1, Instructions to Olivecopy of the cover letter which forwarded your request for source approval. Commercial items, applies to this acquisition. The Government stas Offers received which fail to provide all data required by the Source

to award a Firm Fixed Price Contract on a Sole Source basis to Wind Approval Brochure or document previous submission of all data required

River Systems, Inc. 1010 Atlantic Ave., Alameda, CA 94501. The SC by the Source Approval Brochure will not be considered for award

Code is 3577 and the small business size standard is 1000 employees. La under this solicitation. Please note, if evaluation of a source approval

company that believes it has the capability to meet the Government's request submitted hereunder cannot be processed in time and/ or

minimum requirements is invited to submit technical cost Beratur approval requirements preclude the ability to obtain subject items in

for Government evaluation. All proposals from responsible sources and time to meet government requirements, award of the subject requirement

be considered. Note 22 applies. Our department no longer issues octamay continue based on Fleet support needs. The NAVICP Commercial

tions or amendments in paper form. Instead, they may be accessed Item Identification Brochure and information regarding the Submission

at our web site http://www.npt.nuwc.navy.mil/contracts. We also provide of Market Research Data is now available at: http://www.navicp.navy.mil

electronic access in our Bid Room. Estimated RFP release date is ciiciibro.htm"> http://www.navcip.navy.millcii/ciibro.htm "SEE NOTE 26"..

120898. See Note 22 (ACAVI1204010-077) (1-338 SN277494)

http://www.npt.nuwc.navy.mil/contract Naval Undersea Warfare Center Division, Newport

Geraldine Nickerson, Contract Negotiator (W-341 SN277645)

U.S. Navy Public Works Center, Guam, Acquisition Division, Code

852, PSC455, Box 195. FPO AP 96540-2937 59_CIRCUIT BREAKER SOL N62395-98-Q-1009 DUE 121798 POC Mercy Hipolito. Tel: (671) 339-8415, FAX: (671) 339-5045/6139 8 ea.- Circuit Breaker. Delivery to DDRW San Joaquin Site, Lathrop. Ca 95331-5340. Full Description will be available on the Request for Quotation (RFQ). Please state company name, address, and RFQ number. This solicitation is set-aside 100% for small business concerns. ***** (W-341 SN277596)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 59-RELAY ASSEMBLY SOL SPO930-99-Q-A116 DUE 123098 POC For Information Only: Point of Contact --Bonita Y. Dover-Phone: 614-6927800; FAX: 614-692-1100 REVISED SOLICITATION SP0900-99-1-3337 PR NUMBER: YPE 98320000105 NSN: 5945-01-246-8063 APPROVED SOURCES: OSHKOSH TRUCK CORP (45152) P/N 15337200; WHEELER BROS INC (55683) P/N 93-15337200 All responsible sources may submit an offer/ quole which shall be considered. See Note(s): 26 Copies of this solicitation are available at the office address or by laxing 614-692-2262. This solicitation is available on the Internet at http://www.dscc dla.millita/

Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. Specifications, plans and drawings are not available. OTHER THAN FULL AND OPEN COMPETITION: Unrestricted VARIOUS INCREMENTS SOLICITED FROM 25 TO 1130 EACH DESTINATION(S): Memphis IN DELIVERY: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOLICITATION.

http://www.dscc.dla.mil/ria Defense Supply Center Columbus solicitations on the Web. (W-338 SN277476)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, ON 43216-6595 59—FILTER,BAND PASS SOL Sp0905992a047 DUE 011299 POC sand j. frost 614-692-7700 desc: nsn: 5915-01-275-6881. ype 9824000169? Noun: filter,band pass, electronic approved sources: Watkins-Jahesa Company (80525) p/o. 658732-001 No data is available. The alternate offeror is required to provide a complete data package including to for the approved and alternate part for evaluation. Other than tu! & open-PIN Item-Products Offered Clause applies. Delivery of l BEI direct ship and 8 to stock @ Mechanicsburg. Pa, within 60 dk Size Standard: 500. Unrestricted. Various increments solicited to 1 10 15 each. While price may be a significant factor in the evaluaten offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors. Mostle 26 applies. (W-341 SN277659)

Detense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 59–PANEL RADIO FREQUENCY SOL SP0935-99-Q-A228 DUE 010899 POC For information only. Point of contact- Brian Maxwell, OSCCCNBG (614) 692-7895 NSN 5999-01-311-7312, Panel Radio Frequency, P and K G-O-Metric Inc (63282) P/N GB-12-50-1112. Qty. of 83 EA to be delivered to Mechanicsburg, PA 90 days after date of award, qty of 49 EA to be delivered to Lathrop. CA 90 days alter date of award. Solicitation is an RFO with anticipated award date of 01 13/99. Approved sources are P and K G-O-Metric Inc. Requests for hard copies of this solicitation will not be accepted. This solicitation is available on the internet at http://www.dscc.dla mil/b/ifa search.html, or by taxing a request to the contractor support office at (614) 6922262. All responsible sources may submit a quotation which shall be considered.

http://www.dscc.dia.mil/b/rfa search.html Defense Supply Center Columbus Solicitations on the Web

Brian mil Defense Supply Center Columbus Buyet (W-341 SN277620)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 59—RELY, ELECTROMAGNETIC SOL SP0930-99-Q-A117 DUE 123098 POC For Information Only: Point of Contact - Bonita Y. Dover --Phone: 614-692-7800; FAX: 614-692-1100 REVISED SOLICITATION SP0900-99T-3338 PR NUMBER: YPE98320000106 NSN: 5945-01-322-9079 APPROVED SOURCES: SMITHS INDUSTRIES AEROSPACE AND (93322) P/ N 7109165-005 All responsible sources may submit an offer/quote which shall be considered. See Note(s): 26 Copies of this solicitation are available at the office address or by faxing 614-692-2262. This solicitation is available on the Internet at http://www.dscc.dla.mil/ato

Requests for hard copies of this solicitation will not be accepted The Small Business size standard is 500 employees. Specifications, plans and drawings are not available. OTHER THAN FULL AND OPEN COMPETITION: Unrestricted VARIOUS INCREMENTS SOUCITED FROM 10 TO 889 EACH DESTINATION(S): Mechanicsburg PA: Lathrop CA DELIVERY: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE: IT IS MANDATORY TO COMPLETE AND RETURN THE ENTIRE SOUCITATION.

http://www.dscc.dla.mil/ita Defense Supply Center Columbus solicitations on the Web. (W-338 SN277417)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB

Columbus, OH 43216-6595 59—ANTENNA SOL SP0970990A051 DUE 020199 POC Buyer-bena Merrick (614) 692-8506 Numbered note 26 applies. NSN 59856 673-5831' Antenna. PR NO. YPE98323000514 Tech data package currently unstable so procurement is currently restricted to app* sources: UB Corp (33493) P/N: M25707/1-01 and (Dorne & Margelnik (85226) P/N: M25707/1-01. Set aside type: Unrestricted. Other than full and open competition, part numbered item. Products offered cum does not apply. NO DATA AVAILABLE. Various increments solicited: 100

199, 200-299, 300-399, 400-450. Quantity: 150 each to be deliver * within 60 days; balance at a rate of 150 every 30 days thereater

Ship to DLA Premium Service, Memphis, TN, Contracting Ollicer. Tom Comeans (614-692-8508).

http://www.dscc.dia.mil/d/1fq-search.html Defense Supply Center Columbus Solicitations on the Web (W-341 SN277663)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59_NETWORK HYBRID SOL sp0905999046 DUE 122498 POC sandra litrost 614-692-7700 deso: nsn: 5915-01-056-6776, ype 98120000088, Noun: network, hybrid, electronic approved sources: lockheed martin (99971) p/n# 7540577p2 & 7577840p2, no data is available. The alternate offeror is required to provide a comlele data package including data for the approved and alternate part for evaluation. Other than full & open -p/n Item-Products Ottered Clause applies. Delivery of 16 to Richmond, Virginia within 60 days. Size Standard: 500. Unrestricted. Various increments solicited from 1 to 20 each. While price may be a significant factor in the evaluation offers, the final award decision will be based upon a combination of price, delivery. past performance and other evaluation factors. Note 26 applies. (W-341 SN277633)

Dept of Justice, Fod Prison Industries, 320 1st Street NW

Material Mgt Branch, Washington, DC 20534-0001 59-TRANSFORMER. SATURABLE SOL IPI-R-1224-99 DUE 122998 POL F. Robert Ribail, ph. (202) 305-7286 This is a combined synopsis solicitation for commercial items prepared in accordance with the forma in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as suas mented with additional information included in this notice. This announct ment constilules the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation forber is LPI-R-1224-99 and this solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Cocular 97-08. The Standard Industrial Classification is 5065, and the small business size standard is 500 employees. UNICOR, Federal Prison industries, Inc. intends to enter into a firm-fored-price for the tollomni

FM NAVICP Philadelphia PA, 700 Robbins Avenue Philadelphia,

Pa 19111-5098 59 CIRCUIT CARD ASSEMB SOL N0038399QA058 DUE 011399 POC Point of Contact - Contact Point, Tyrone White. 0223.12. (215)697-2118,

to 199 wli each pi aty 165 destination: mechanicsburg, pa 170550789 note 22 applies while price may be a significant factor in the evaluation, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation (W-341 SN277711)

item using FAR Part 12. The SIC Code and Size Standard are 3728 and 1,000 employees, respectively. The DPAS Rating for this procurement is D0-C9. The anticipated release date of the RFO is on or about December 21, 1998 with an anticipated other due date of on or about January 8, 1999. All qualified responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed See Internet Note "8". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office Suite (Word 6.0, Excel 5.0, Power Point 4.0) format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL of the NASA/JSC Business Opportunities home page is http://procurement.nasa.gov/EPS/JSC/class.html. It is the ofteror's responsibility to monitor this site and/or the CBD for the release of the solicitation and amendments if any). Potential offerors will be responsible for downloading their own. copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html,

http://nais.nasa.gov/EPS/JSC/date.html#9-BE13-13-9-6P Click here for the latest information about this notice

Yolande B. Harden (0-341 SN277780)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 59_MAST SECTION SOL SP092099RX 104 DUE 012199 POC Sharon A. Hall 614-692-7654 or 614-692-6909 (FAX) NSN 5985-01-324-3464, Mast, Section. Drawings are available and may be requested at 614. 692-2344. Copies of solicitation may be requested via FAX at 614692-2262. Current approved sources are: Alek Industries (65534) PL N A3159890. Century Metal Parts (30396) P/N A3159890. and RA Miller (05211) P/N A3159890. Hem must be in accordance with U.S. Army (80063) Dwg A3159890. Acceptance testing: Visual, material and dimensional inspection to the requirements of U.S. Army (80063) Dwg A3159890 and all related documents as called out on the drawing. A 12 month, firm, fixed-price, requirements contract with two 12 month options is anticipated. Estimated quantity for 3 years is approximately 8910 each (increments as follows: 500-999, 1000-1999, 20002999, 3000-3999, 4000-5000). FOB, inspection, acceptance will be at destination. Requested delivery is 500 in 120 days and 250 every 30 days thereafter. Destinations include various DSCC stock locations listed in paragraph F-7 of the master solicitation, Written proposals are required. All responsible sources may submit an offer which shall be considered. 100% Small Business Set-Aside.

Sharon millor inquires, click here to contact the contract specialist (W-341 SN271733)

commercial item-Transformer, Saturable, UNICOR Part No. IRFO065, NSN 5950-00-487-4114, drawing 10559565 revision K, to be provided upon request. Hughes Aircraft P/N 860147 (provided for relerence only) . All parties interested in submitting a proposal must state the manufacturer as well as the manufacturer's part number of item being offering. The telephone contact for this acquisition is F. Robert Ribail, Contracting Officer at 202-305-7286. Delivery shall be FOB Destination to UNICOR, Federal Prison Industries, Inc., 37940 N. 45th Avenue, Phoenix, AZ 85027-7058. Required delivery is 60 days after receipt of order. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to this acquisition Offerors, must include a completed copy of FAR 52.2123 OFFEROR REPRESENJATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with their proposal. The following clauses also apply to this solicitation: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS and FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. The following clauses cited in FAR 52.212-5 are also applicable: FAR 52.22226 EQUAL OPPORTUNITY, FAR 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS, FAR 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA, FAR 52.225-3 BUY AMERICAN ACT-SUPPLIES, FAR 52.225-9 BUY AMERICAN ACT-TRADE AGREEMENTS ACT- BALANCE OF PAYMENTS PROGRAM, FAR 52.225-18 EUROPEAN UNION SANCTION FOR END PRODUCTS. In addition, the following are applicable: FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER PAYMENT, FAR 52.204-6 CONTRACTOR IDENTIFICATION NUMBER-DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER.FAR 52.211-1 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DE

SCRIPTION it applicable, FAR 52.211-2 AVAILABILITY OF SPECIFICATION El USTED IN THE DOD INDEX OF SPECIFICATIONS AND STANDARDS (DODISS),

il applicable. FAR 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE, rating: D0A4.FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE. Offerors may submit signed and dated Federal Express or hand delivered offers to UNICOR, Federal Prison Industries, Inc.

, Material Management Branch, 400 First Street NW, Washington, DC 20534, 7th Floor, Attn: Bid Custodian. In accordance with FAR 52.215-5 FACSIMILE PROPOSALS, facsimile proposals will be accepted and shall be addressed to F. Robert Ribail, Contracting Officer, FX 202-305-7363/7365. Proposals may be submitted on the Standard form 1449 or on letterhead stationary. The due date and time for receipt of proposals is 4:00 D.m. Eastern Standard Time on December 29, 1998. All proposals must reference the solicitation number and the due date for receipt of proposals. In addition to this, each proposal must contain the name, address and telephone number of the offeror as well as any discount terms that are offered and the remit to address (if different from the mailing address). It offer is not submitted on Standard form 1449, it must include a statement specifying the extent of agreement with all terms and conditions of this solicitation. Any proposals that reject the terms and conditions of this solicitation Of do not include the certifications and representations contained in FAR 52.212-3 may be excluded from consideration. All ofterors must hold their prices firm for 60 calendar days from the due date specified for receipt of proposals. Incremental pricing will not be accepted. Any amendments hereby issued to this solicitation will be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Any proposals or modifications to proposals received after the specified due date for receipt of proposals will not be considered. The Government will award a contract resulting from this solicitation

to a responsible offeror whose proposal conforms to the solicitation 1 and is considered most advantageous to the Government. Discounts

for early payment, if offered, will not be considered in the evaluation for award. Award will be made on the basis of low overall price. The Government may make an award with or without discussions with offerors. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price standpoint. A written notice of contract award or acceptance of an offer mailed or otherwise furnished to the successful otteror within the time for acceptance specified in the oller shall result in a binding contract without further action by either party. Before the specified expiration date of an offer, the Government may accept that offer unless a written notice of withdrawal is received prior to award. Future requirements for other relays from the UNICOR factory in Oxford, WI as well as from other UNICOR factories may be modified to the contract resulting from this announcement is considered to fall within the scope of work. Olferors shall specily business size and classification as required in FAR 52.212-3. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.gsa.gov/far/current. This is a total small business set aside. NO CALLS PLEASE. See note 1 and 9.***** (W-341 SN277664)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-5595 59—CONNECTOR, PLUG, ELECTRICAL SOL SP0935-99-0-A231 DUE 010699 POC for Information Only-Julann Ohl 614-692-7905, or fax 614-692-6923 PR-NO: REQ98320000003. NSN: 5935-01-204-6101. Con*nector, Plug. Electrical. Sole Source Item. Northrop Grumman(26916) p/n 010-005826-001, Reynolds Ind(99747) p/n 178-7011. Desired Delivery is 60 days ADO. Various Increments Solicited: 15-29, 30-59. 60-89, 90-119. This is set aside for small business, business size is 500 employees. Olher than full and open competition, Copies of this solicitation are not available until Dec. 22. 1998. Copies are availabe by contacting the P.O.C. above or by faxing 614-692-6923. This is being solicited as and indefinite delivery basic agreement with delivery orders that maybe issued against it at the award unit price. This IDPO is valid for 2 years

Julann_ Detense Supply Center Columbus-Contact Specialist (W-341 SN277785)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59-CONNECTOR, PLUG, ELECTRICAL SOL SP0935-99-Q-A229 DUE 010699 POC For Information Only-Julann Ont 614-692-7905, or fax 614-692-6923 PR.NO: REQ98320000001, NSN: 5935-00-122-0032. Connector. Plug. Electrical. Amphenol Corp(02660) p/n 97-3106-16-848S(439), Grumman(26512) p/n GC15A4A16-8485. Desired Delivery is 60 days ADO. Various Increments Solicited: 10-39, 40-59, 60-79, 80-99, 100119. Other than full and open competition. Copies of this solicitation are not available until Dec. 22. 1998. Copies are availabe by contacting The P.O.C. above or by faxing 614-692-6923. This is being solicited as and indefinite delivery basic agreement with delivery orders that maybe issued against it at the award unit price. This IDPO is valid 1or 5 years.

Julann Defense Supply Center Columbus-Contact Specialist (W-341 SN277761)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59-CONNECTOR, RECEPTACL SOL SP0935-99-Q-A230 DUE 010699 POC For Information Only-Julann Ohl 614-692-7905, or fax 614-6926923 PR-NO: REQ98320000002. NSN: 5935-01-214-0398. Connector, Receptacl. Hirel Connectors(34222) p/n 70000Y-12-12PN, Amphenol Corp(49367) p/nBFH-1712-12PIV-Y70. Unison Industries(83311) pin 110925. Sundstand(99167) p/n 5903876. General Electric199207) p/n 6054153P04. Desired Delivery is 60 days ADO. Various Increments Solicited: 50-99, 100-199. 200-299, 300-399. This is set aside fore small business, business size is 500 employees. Other than full and open competition. Copies of this solicitation are not available until. Dec. 22, 1998. Copies are availabe by contacting the P.O.C. above or by faxing 614-692-6923. This is being solicited as and indefinite delivery basic agreement with delivery orders that maybe issued against, it at the award unit price. This IDPO is valid for 5 years.

, mil Defense Supply Center Columbus Contact Specialist (W-341 SN277774)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59-COVER, ELECTRICAL, CONNECTOR SOL SPO935-99-Q-A232 DUE 010699 POC for Information Only-Julann oht 614-692-7905, or fax 614-692-6923 PR-NO: REQ98320000004. NSN: 5935-01-201-3905. Cover, Electrical Connector. Sole Source Item. General Connector(25330)p/n A301083-6, ITT Ind.(71468) p/n A3013083-6, US Army Communications(80063) p/nA313083-6. Kings Elec(91836) pin A3013083-6. Desired Delivery is 60 days ADO. Various Increments Solicited: 200-399, 400599, 600-799, 800-999. This is set aside for small business, business size is 500 employees. Other than full and open competition. Copies of this solicitation are not available until Dec. 22, 1998. Copies are availabe by contacting the P.O.C. above or by faxing 614-692-6923. This is being solicited as and indefinite delivery basic agreement with delivery orders that maybe issued against it at the award unit price. This IDPO is valid for 5 years,

Julann Ohi@dscc dla.mil Defense Supply Center Columbus Contact Specialist (W-341 SN277788)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59—TRANSFORMER SOL spo905999a035 DUE 011199 POC racine Taylor 614-692-7770 this solicitation is available on the internet at http://www.dscc.dia.milbita__search.html

5950-01-243-5103 ype 98314000723 transformer, power approved source u s army aviation and missile command (18876) p/n 11450080-9 adequate data for the Evaluation of alternate offers is not available at the procurment agency. the offeror must provide a complete data package including data for the approved and alternate part for eveluation. This is for solicitation purposes only and does not apply for award other than full & openDo item-products offered clause applies delivery schedule 60 days size standard 250 unrestricted various increments solicited from 1

NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058

3696, Mail Code: BE 59-SOLID STATE POWER CONTROLLERS FOR X-38 SOL 9-BE13-13. 9-6P POC Yolande B. Harden, Contracting Ollicer, Phone (281) 4839953, Fax (281) 244-5337, Email ---Matthew ] Beeler, Contract Specialist. Phone (281) 483-3916, Fax (281) 244-5337. Email matthew.j.beeler 1.sc.nasa.gov NASA/JSC plans to issue a Request for Oller (RFC) for the procurement of solid-state power controllers (SSPCs) for use in the X-38 flight test vehicle #201. The SSPCs will be integrated into a power control unit (PCU) for use in distrition and control of electrical power to 128 electrical

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595, 59-CONNECTOR. PLUG, ELECTRICAL SOL, SP0935-99-Q-A233 DUE 010699 POC For Information Only-Julann Ohl 614-692-7905, or fax 614-692-6923 PR-NO: REQ98320000005. NSN: 5935-01-070-1925. Connector. Plug, Electrical. OPL Item. Type number: M39012/01-0018, SPEC number: MIL-C-012/01. Desired Delivery is 60 days ADO. Various Increments Solicited: 500-999, 1000-1499, 1500-1999, 2000-2499. This is set aside for small business, business size is 500 employees. full and Open Competition. Drawings and Specs available. Copies of this solicitation are not available until Dec. 22, 1998. Copies are availabe by contacting the P.O.C. above or by faxing 614-692-6923. This is being solicited as and indefinite delivery basic agreement with delivery orders that maybe issued against it at the award unit price. This IDPO is valid for 5 years,

Julann Ohiodscc.dla mil Defense Supply Center Columbus-Contact Soerialist 21 1 277802

... 20 de ani. The Government intends to acquire a commercial

10 CLAUSE S-40. NOTE: PLEASE COMPLETE AND RETURN THE ENTIRE SOLICITATION. 1

http://www.dscc.dla.mil/rla Defense Supply Center Columbus solicitations on the Web. (W-341 SN277864)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, ON 43216-6599 59-CONNECTOR, RECEPTACL SOL SPO935-99-Q-A234 DUE 010699 POC For Information Only-Julanh Ohl 614-692-7905, or fax 614-6926923 PR-NO: REQ98320000006. NSN: 5935-00-999-2422. Connector. Plug, Electrical. QPL Hem. Type number: M39012/01-0018, SPEC number: MIL-C-012/01, Desired Delivery is 60 days ADO. Various Increments Solicited: 500-999, 1000-1499, 1500-1999, 2000-2499. This is set aside for small business, business site is 500 employees. Full and Open Competition. Drawings and Specs available. Copies of this solicitation are not available until Dec. 22, 1998. Copies are availabe by contacting the P.O.C. above or by faxing 614-692-6923. This is being solicited as and indelinite delivery basic agreement with delivery orders that maybe issued against it at the award unit price. This IDPO is valid for 5 years.

Julann Ohl@dšcc.dla.mil Defense Supply Center Columbus-Contact Specialist (W-341 SN277805)

date of contract. Various Destinations (See Clause F-7 a in the Solicitation). All responsible sources may submit an otter/quote which shall be considered. See Note(s): 26 Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days after published in the CBO. The Small Business size standard is 500 employees. Written requests for drawings are to be submitted to Defense Supply Center Columbus, ATTN: DSCC-VICD, PO Box 3990, Columbus, OH 43216-5000; by Fax 614-692-2998 or call 614-692-2344. Request should include the IFB/RFP/RFQ number, opening/ closing date, NSN, Purchase Request Number (e.g. YPC/YPE), buyer's name and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total shall not exceed Two years. This acquisition is for supplies for which the Government does not possess complete. unrestrictive, technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 V.S.C. 2304(c)(1). Approved sources are: Eagle-Picher {60120) This proposed procurement includes a family group of items within the Federal Supply Class 5935, While price may be a significant factor in the evaluation of others, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. Various Increments Solicited: FROM I TO: 100

http://www.dscc.dla.mil/b/rfq"search.html 59-Connector, Receptacle, Electrical (W-341 SN277848)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59-CONNECTOR, PLUG SOL SP0935-99-Q-A234 DUE 010699 POC For Information Only-Julann Ohl 614-692-7905, or fax 614-692-6923 PR-NO: REQ98320000006. NSN: 5935-00-999-2422. Sole Source Item. Anderson Airmotive(80495) p/n R67G26E. Desired Delivery is 60 days ADO. Various Increments Solicited: 50-99, 100-149. 150-199, 200-249. 250-299. Unrestricted Solicitation. Other than full and open competition. Drawings and Specs not available. Copies of this solicitation are not available until Dec. 22, 1998. Copies are availabe by contacting the P.O.C. above or by faxing 614-692-6923. This is being solicited as and indefinite delivery basic agreement with delivery orders that maybe issued against it at the award unit price. This IOPO is valid for

Commanding Officer, Code 044/64, USCG Engineering Logistics Center, Bldg. 31, 2nd Floor, Mail Stop 26, 2401 Hawkins Point

Road, Baltimore, MO 21226-5000 59-REQUIREMENTS CONTRACT FOR ONE BASE YEAR AND TWO OPTIM YEARS (IF EXERCISED) FOR CESIUM BEAM TUBE ASSEMBLY E ADAPTE! KITS-(IF REQUIRED) SOL DTC640-99-8-40013 DUE O11599 POC Post of Contact-Sandy Miller, Contract Specialist. (410) 762-6452 David Hi Monk, Contracting Officer, (410) 762-6456 Estimated quantity is one year of 30 each cesium beam tubes assemblies and 10 each adapter kits (if required) per year. Item to be equal to Hewlett-Packard's IE part number 05061-6077 or Frequency Time & Systems part number 7105. Salient characteristics will be provided in the solicitation. Fred 17 acceptance shall be destination, U.S.C.G. Engineering Logistics Center, Bldg. 86, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226. All responsive and responsible bidders may submit a which will be considered by this agency. The bidder' must submit documentation with his bid proving that the product has previously performed in Hewlett-Packard '5061A cesium standards and that the product but meets or exceeds the Hewlett-Packard cesium beam tube asseby metaled All responsible soruçes may submit a bid which will be considered. The cesium beam tube assembly is a commercial buy and the little L is responsible for providing all information and/or descriptive literature, (such as cuts, illustrations, drawings and/or other information necessary for the Contracting Officer to determine whether the product mees the salient characteristics of the solicitation. If the bidder mast modify a products so as to make it conform to the requirements of the silicitation it shall include in its bid a clear description of such proposed modifications, and clearly mark any descriptive material to show the 3 proposed modifications. Modifications proposed after sealed bid openen to make a product conform to a salient characteristic in the solicdato e shall not be considerled. If the bidder proposes to offer an egen product, the brand name, if any of the product to be offered to be clearly identified in the bid. Failure of descriptive literature to * show that the product offered conforms to the requirements of this

solicitation will require rejection of the bid. The evaluation of the ofter and the determination as to equality of the product shall be the responsibility of the Government and will be based solely on the information furnished by the bidder in this bid. The Coast Guard antecipales issuing the solicitation approximately 30 days after date of this publica tion. The date in Block 10 is for informational purposes only. Wanita delivery shall be 120 days for each delivery order. For minority, weet owned and disadvantaged business enterprises to acquire short-term working captial assistance for transportation related contras. [023 are available under the DOT shaort term Lending Program (STLP) at L prime interest rates to provide accounts receivable financing. The mar mum line of credit is $500,000. for further information and applicable Torms concerning the STLP, please call the OSDBU at (800) 532-1199 (AC1207011-04) (1-341 SN277865)

Julann_ Defense Supply Center Columbus-Contact Specialist (W-341 SN277807)

Defense Supply Center Columbus, PO Box 16595, QSCC-PBAB.

Columbus, OH 43216-6595 59—RELAY, ELECTROMAGNETIC SOL SP0930-99-Q-A118 DUE 011299 POC for Information Only. Point of Contact: Bonita Y. Dover-Phone: 614-692-7800; FAX: 614-692-1100 PR NUMBER: YPE 98320000690 NSN: 5945-01-281-2257 TO BE MANUFACTURED IAW BASIC SPEC: MIL-PRF6106K; DID I DEC 97; SPEC/MS SHEET MIL-PRF-6106/13D DTD 26 NOV 86; AMEND #2 DTD 26 MAY 89: OPL NUMBER: OPL-6106-47 DATED 15 MARCH 98 SYNOPSIS GUIDANCE INFORMATION: Nonpile-up main contact arrangement 3 pole, single throw. normally open, momentary action. Main contact maximum voltage rating in volts 115.0 AC and 28.0 DC. Main contact load current rating at maximum rated voltage

25.0 amperes AC and 25.0 ampers OC resistive load 12.0 amperes - DC inductive load 5.0 amperes AC and 5.0 amperes DC lamp load

10.0 amperes AC and 10.0 amperes DC motor load: Operating voltage rating and type at specified temp 28.0 volts DC 25 dweg celsius single winding. All responsible sources may submit an offer/quote which shall be considered. See Note(s). 9 and 23 Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days after published in the CBD. This solicitation is available on the Internet at http://www.dscc.dlamil riq/. Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. FEDERAL, MIUTARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. FULL AND OPEN COMPETITION: Military Specification Item VARIOUS INCREMENTS SOLICITED FROM 10 TO 499 EACH DESTINATION(S): Mechanicsburg PA DELIVERY SCHEDULE: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted

http://www.dscc.dla.millılq Defense Supply Center Columbus solicitations on the Web. (W-341 SN277862)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 59—ADAPTER, CONNECTOR SOL SP0935-99-Q-A235 DUE 010699 POC for Information Only-Julann Ohi 614-692-7905, or fax 614-692-6923 PR-NO: REQ98320000008. NSN: 5935-00-539-0851. OPL Item. Type number: M55339/05-00057, Spec Number: MIL-A-55339/5. Desired Delivery is 60 days ADO. Various Increments Solicited: 1000-1499, 1500-1999, 2000-2499, 2500-2999, 3000-3499. Set Aside for small business. Full and open competition. Drawings and Specs are available. Copies of this solicitation are not available until Dec, 22,. 1998. Copies are availabe by contacting the P.O.C. above or by faxing 614-692-6923. This is being solicited as and indefinite delivery basic agreement with delivery orders that maybe issued against it at the award unit price. This IDPO is valid for 5 years.

Defense Supply Center Columbus Contact Specialist (W-341 SN277810)

61 Electrical Wire, and Power and Distribution Equipment

US Army, CECOM Acquisition Center, Fort Monmouth, New Jersey

07703-5008 59ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL DAAB07-99-0-8808 DUE 122298 POC Point of Contact-Timothy W Nicholson,Contract Specialist, 532-532-2058. Contracting Officer- Kathleen Walk, 732-532-5416. This procurement is for the acquisition of ten (10)connector plugs NSN 5935-01-453-1426 P/N 91-522536-08P Mil Specification Mis-20045/1-020 which is used in the Electric Power Plant III (EPP III). This will be a 100% Small Business Set-Aside. The only company known by the government is JRH Electronics Inc. Marleton, NJ 08053. The government physically does not have in its possession sufficient, accurate or legible data to purchase these services from other than current sources(s). However, all responsible sources may submit a proposal which shall be considered by the agency. Only written request for this solicitation will be accepted.

. mit Click here to e-mail the POC (D341 SN277812)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH 43216-6595 59-RELAY, ELECTROMAGNETIC SOL SP0930-99-Q-A18 DUÉ 011299 POC For Information Only, Point of contact: Bonita Y. Dover--Phone: 614-692-7800; FAX: 614-692-1100 REVISED SYNOPSIS PR NUMBER: YPE98320000690 NSN: 5945-01-281-2257 TO BE MANUFACTURED IAW BASIC SPEC MIL-PRF-6106K; DIO 1 DEC 97; SPEC/MS SHEET MILPRF-6106/130 DID 26 NOV 86; AMEND #2 DID 26 MAY 89: QPL NUMBER: QPL-6106-47 DATED 15 MARCH 98 SYNOPSIS GUIDANCE INFORMATION: Nonpile-up maid contact arrangement 3 pole, single throw, normally open, momentary action. Main contact maximum voltage rating in volls 115.0 AC and 28.0 DC. Main contact load current rating at maximum rated voltage 25.0 amperes AC and 25.0 ampers DC resistive load 12.0 amperes DC inductive load 5.0 amperes AC and 5.0 amperes DC lamp load 10.0 amperes AC and 10.0 amperes DC motor load. Operating voltage rating and type at specified temp 28.0 volts DC 25 dweg celsius single winding. All responsible sources may submit an offerIquote which shall be considered. See Note(s): 9 and 23 Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days alter published in the CBD. This solicitation is available on the Internet at http://www.dscc.dia.mirial. Requests for hard copies of this solicitation will not be accepted. The Small Business size standard is 500 employees. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. FULL AND OPEN COMPETITION: Military Specification Item -VARIOUS INCREMENTS SOLICITED FROM 10 TO 499 EACH DESTINAJION(S): Mechanicsburg, PA DELIVERY SCHEDULE: 60 DAYS ADO SETASIDE TYPE: Unrestricted THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACION ATTENTION IS DIMITED

Coastal Systems Station Dahlgren Division, 6703 W. Mighway

Panama City, FL 61_VARIOUS CABLE ASSEMBLIES SOL N61331-99-0-2002 DUE 122 POC Clarence Campbell, Contract Specialist. (8509234-4853. Carol Dreger, Contracting Officer, (850)234-4863 17. The Naval Surface Master Center, "Dahlgren Division, Coastal Systems Station intends to ne a purchase order for 3 each Power Cable Assembles per dem number 6893363-1, 9 each Power Cable Assembles per drawing nunte 6893363-2. 6 each Power Cable Assembles per drawing number 68938 3. 3 each Motor Controller Cable Assembles per drawing number 689334 1, 2 each analog Cable Assembles per drawing number 6893% 1, 2 each Video Cable Assembles per drawing number 6893347-1 2 each DNS Interface Cable Assembles per drawing number 589378 1. 3. each Bus Unit Cable Assembles per drawing number 6893383 1. I each DNS Transducer Cable Assembly per drawing number 6893074 1 and 2 each GPS/Temperature Cable Assembles. Copy of drawn to be furnished upon request. Delivery schedule is 90 days after receita of order. No telephone request permitted, fax request only. Far reques! to: Clarence R Campbell, Contra

Specialist, 850-234-4251. 1-341 SN277827)

62 Lighting Fixtures and Lamps

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 59-CONNECTOR, RECEPTACLE, ELECTRICAL SOL SPO935-99-R-X099 DUE 020599 POC for information Only: POC: David Nelson (614)6927893, Fax(614)692-6924 Description: 5935-01-350-1889 nomenclature connector, receptacle, electrical Annonvio Snice: Eagle-Picher(50120)p/ n 18204-203 Delivery Schedule 50 each within 90 days after ellective

Delense Industrial Supply Center, 700 Robbins Avenue, Philadelphia

PA 19111-5096 62-FLOODLIGHT, ELECTRIC SOL SPO56098QDN30 OUE 122398 POC KO Name:Eric Ekberg.WAD03,0781. (215)697-0781 Buyer Name Debbie Izes,WAD09.(215)697-0781 PR NO: YP198138001295 NSN 6220-00-809 5208, @lamp Type Accommodated And Quantity 1 Incandescent

. 60 FA Del To Mechanicsburg in 17055 Del By 08 NOV 98. Primary


Page 5

Issoe No. PSA-2238; Wednesday, December 9, 1998

Quantity:60: Deliveries To Conus (Excluding Alaska), Delivery Schedule:125 Days. Offers Will Be Evaluated With A 10% Preference For Small Disadvantaged Business Concerns. Drawings Are Not Required. To Obtain Copy Of Solicitation Please Send Fax To (215)697-3333. (W-34) SN277678)

MO 63125 with nine (9) All-in-one Environmental Control Units Ouartet Part #9016. including component parts listed in the solicitation. The Contractor shall contigure and install the units and provide in-service training to VAMC therapists and Bio-Medical personnel. The Contractor shall also provide operator's manuals, service manuals, containing schematics, wiring diagrams, parts cross-reference, etc. A two-year extended warranty on Quartet parts and labor shall be provided. Solicitation will be issued o/a 12/10/98. Other ofterors who are interested should request a copy of the solicitation in writing. Faxed requests are acceptable. Fax #913-758-6495. Quotes are due by C.OB. 12/22/98. SIC 1S 3841 (W-341 SN217790)

65 Medical, Dental and Veterinary Equipment and Supplies

VISN 15, DDE VA Medicial Center, 4101 S. 4th Street, Leavenworth,

KS 66048

65 PROVIDE BI-PAP ST SOL IFB VI5-99-11 DUE 011599 POC Charlene 991 Webster, (913) 758-4133 Provide monthly home service and maintenance

for BI-PAP ST and ventilator beneficiaries for the Colmery-O'Ned VA Medical Cener, Topeka, KS for a period of one year plus tour (4) additional one-year performance periods at the option of the government. Hard copy (only) of the solicitation will be available on or about December 15, 1998. Requests for solicitation must be submitted in writing. Request for copy may be faxed to Charlene Webster at (913) 758-6495. This is a small business set-aside. Subject to availability of funds. (W338 SN277465)

VISN 15, DDE VA Medicial Center, 4101 S. 4th Street, Leavenworth,

KS 66048 65-REFRACTOR AND LENSOMETER SOL REQV15-99-16 DUE 122298 POC Linda Dickey/Jerry Shepherd, 913-758-6413; Fax 913-758-6495 The Heartland Network 15 Department of Veterans Affairs intends to negotiate a sole source procurement with Humphrey Instruments, 2992 Alvarado St., San Leandro, CA 94571. The Contractor shall provide the VA Medical Centers Joho Cochran Division and Jeiterson Barracks

Division in St. Louis, MO with a total ol(3) Refractor/Keratometers HARK 599 and (5) Lensometers, Medel 360 in accordance with the

specifications listed in the solicitation. The Contractor shall provide on-site configuration, installation and training. operator's and service

manuals, containing schematics, wiring diagrams, parts-cross reference, etc. A one-year warranty for parts and labor shall be provided. Solicitation will be issued oia 12/10/98. Other ofterors who are interested should request a copy of the solicitation in writing. Faxed requesis are acceptable. Fax #913-158-6495. Quotes are due by C.O.B. 12/22/98. SIC 15 3841. (W-341 SN277808)

VISN 15, DDE VA Medicial Center, 4101 S. 4th Street, Leavenworth,

K$ 66048 65 CANNULATED SCREW SETS SOL RFQV 15-99-12 DUE 122198 POC Linda Dickey/Jerry Shepherd, Contracting Officers, 913.758-6413, fax 913-758-6495 The VA Heartland Network 15 Department of Veterans Affairs intends to negotiate a sole source procurement with Synthes, 18129 Big Pine Court, Wildwood, MO 63005. The Contractor shall agree to furnish a sales sample of the Synthes Screw System (instrumentation for the 3.0, 4.5 and 1.3 cannulated screw sets). These sets will be provided to the John Cochran Division VA Medical Center. 915 North Grand Blvd., St. Louis, MO 63106 at no charge. Contractor shall invoice for items as they are used. The period of this contract will be from January 1, 1999 through December 31, 1999. Solicitation will be issued da 12/9/98. Other offerors who are interested should request a copy of the solicitation in writing. Faxed requests are acceptable. Fax #913758-6495. Quotes are due by C.O.B. 12/21/98. SIC is 3841. (W-34 1 SN277735)

4mm X 30 Degree Wide Angle Arthroscope (2), 2.7 mm X 30 Degr Wide Angle Arthroscope (1), Short (67mm) 2.7mm X 30 Degree W Angle Arthroscope (1), EPI Control Unit With Cord (2), EP-1 Conti Unit Assembly (2), EP-1 English/120 Volt Kit (2). EP-1 Hand Mol Drive Unit (2), EP-1 ACLR LO-Pro footswitch (2), 5.2mm Straight Sucto Punch (2), 3.4 mm Straight Suction Punch (2), 2.5mm Straight Sucti Punch (2), Narrowline Upbiter (2), Duckbill Upbiter (2). Straight Duckt (2), L1.5 Curved Duckbill Upbiter Punch Basket (2), R1.5 Curved Duckt Upbiter Punch Basket (2). 1.3mm Upswept Linear Scoop Punch 1.5mm Upswedi linear Scoop Punch (2), 1.3mm Downbiter Linear Sco Punch (2), Lell Straight, English FNS/UU120 Volt/60 Hz Suction Supe (2), Right Slingray, 2.2 Left 90 Degree Rotary Basket Punch (2). 2 Right 90 Degree Rotary Basket Punch (2). Pitbull Graspel (2), 3.4m Cupped Grasper (2), Upbiter Curved Left Linear Scissors Punch a Upbiter Curved Left Linear. Scissors Punch (2), Straight Probe, Reusat Arthroscopic 15-Unit Sterilizer Tray (2), EP-1 Mini-Motor Drive UI (1). Trade in of Smith & Nephew PS3500 Shaver System (I eac shall be accepted by successful offeror. System shall include two copi of manufacturer's technical literature, including operator's manua service calibration manuals, and illustrated parts breakdown documen Incorporated provisions and clauses are those in effect through F 97-08 (but not including 97-07), Delivery required no later than days ADO by FOB Destination. Mark shipping containers and out packaging with the following identification: MCP/M8175M3. Ship to Devi opment Directorate 3rd MDG/SGC. Bldg, 806, Dock 15. Door 16. Richardson, AK 99505-5500. Call (907) 552-8557 prior to making delive of equipment. The following provisions as contained in FAR are applicat to the solicitation: FAR 52.212-1, 2, 3, 4, and 5. 52.219-22. a 52.219-23. for FAR 52.212-2, the evaluation criteria, in descendi order of importance are I) Technical capability. 2) Past performand 3) Price for technical capability the following criteria must be addresse a) one controller unit for standard and mini shaver units; b) syste shall have two interchangeable receptacles for the motor drive uni c) rotational speed shall be capable of reaching least 8000 rp d) system shall include a "blade window lock"; e) camera head sh include two buttons to control various functions of camera and vid accessories from the sterile field; f) camera shall utilize three in interline transfer micro-iens CCD imagers containing 768x494 pixe each. All factors must be addressed in narrative form in the oliero

proposal. Preferred commercial warranty period should be no less th two years from date of inspection and acceptance of the equipme Please note that as an offeror's overall rating becomes more equ to those for competing offers, the importance of price will increa: in making this comparison, the Government is more concerned w oblaming a superior past performance history and technical featur than making an award at the lowest price. The Government reserv the right to make an award to other than lowest priced ofteror to the offeror with other than the highest past performance or technie rating if the Contracting Officer determines that to do so would res in the best value to the Government taking into consideration factors and their importance as listed above. For FAR 52.212-3, oftero do have to complete (c)(4) and (c)(5). For FAR 52.212-5. offerc must comply with all clauses except for 52.225-18. 19, 52.22244, and 47. Oilers are due no later than December 17. 1998 4:00 p.m. (CDT) at the following location: VA National Acquisition Cent Ollice of the Executive Director (90N), P.O. Box 76, Hines, IL 6014 Attn: M.E. Haefner-Harris. Express mail address is VA National Acquisiti Center, Office of the Executive Director (90N), 1st Avenue and 1 Blo North 22nd Street, Building 37, Maywood, IL 60141, Attn: M.E. Haelne Harris. Facsimile proposals are acceptable and shall be faxed to 70 786-5148. For additional information regarding the solicitation, conta Ms. Mary E. Haefner-Harris at 708-786-5210. See Note 22.

Mary Mary E. Haefner-Harris (W-341 SN277841)

VISN 15, ODE VA Medicial Center, 4101 S. 4th Street, Leavenworth..

KS 66048 65-REFRACTOR AND LENSOMETER SOL REOV15-99-16 DUE 122298 POC Linda Dickey/Jerry Shepherd, 913-758-6413; Fax 913-758-6495 The Heartland Network 15 Department of Veterans Affairs intends to megotiate a sole source procurement with Humphrey Instruments, 2992 Alvarado St, San Leandro, CA 94577. The Contractor shall provide the VA Medical Centers John Cochran Division and letterson Barracks Division in St. Louis, MO with a total of(3) Retractor/keratometers HARK 599 and (5) kensometers, Model 360 in accordance with the specifications listed in the solicitation. The Contractor shall provide on-site contiguration, installation and training, operators and service manuais, containing schematics, wiring diagrams, parts-cross reference. etc. A one-year warranty for parts and labor shall be provided. Solicitation will be issued o/a 12/10/98 Other otterors who are interested should request a copy of the solicitation in writing. Faxed requests are acceptable. Fax #913-758-6495. Quotes are due by C.O.B. 12/22/98. SIC is 3841. (W-341 SN277809)

GREAT PLAINS REGIONAL CONTRACTING OFC, WBAMC/MCAA-GP

5005 N PIEDRAS ST ROOM 48A, EL PASO TX 79920-5001 65_REAGENTS FOR USE ON ABBOTT AXSYM ANALYZER SOL DADA0999-0-0090 DỤE 121098 POC Purchasing Agent ALICE LOPEZ (915) 5692934 (Site Code DADA09) Provide requested reagents, controls, calibrators, etc. for use in the Abbott Diagnostic AXSYM analyzer to William Beaumont Army Medical Center, El Paso, TX 79920 on or about 14 December 1998. Items are being advertised in the CBD and through EDI. Response along with published price list may be faxed to (915)569,2959. ( 341 SN277768)

VISN 15, DDE YA Medicial Center, 4101 S. 4th Street, Leavenworth,

KS 66048 65AUDIOMETER SOL RFQV15-99-14 DUE 122298 POC unda Dickey/ Jerry Shepherd, 913-758-6413; Fax 913,758-6495 The VA Heartland Network 15 Department of Veterans Affairs intends to negotiate a sole source procurement with GNS Audiometrics, 3440D Hollenberg, Bridgeton, M063044-2452. The Contractor shall provide the VA Medical Center, John Cochran Division, 915 North Grand Avenue, St. Louis, MO 63106 with three (3) Siemens Unity PC Audiometers, Model S0100. including accessories listed in the solicitation, The Contractor shall provide on-site configuration: installation and training. operators manuals. service manuals, containing schematics, wiring diagrams, parts crossreference, etc. Contractor shall include a one (1) year on-site parts and labor warranty. Solicitation will be issued o/a 12/10/98 Other offerors who are interested should request a copy of the solicitation in writing. Faxed requests are acceptable. Fax# 913-758-6495. Quotes are due by C.O.B. 12/22/98. SIC is 3841. (W-341 SN277176)

John Snow, Inc., 1616 N. Fort Meyer Drive, 11 Floor, Arlington,

YA 22209 An action for the USAID program. 65-MEDICAL EQUIPMENT SOL IFB No. 608223MOR-08 DUE 121498 POC Contact Point: Hamady Tail, Fax: 703-528-7480 Correction: Item il Examination table: Delete ime 9 "leather covered polyurethane filled pads", and replace with vinyl upholstery with at least 1" thick polyurethane filled Cusinon" Delete line 13 in its entirely. Item 2. Examination lamp Delete Jones 2 and 3 and replace with: Mobile base, height adjustment 24" 10 84", valox shade, inner reflector, air cooled, sotational swwel, flexible arm length 30". 60 watt bulbs, lux: 25,000-30,000, Brandt Model 40314 or equal. All other terms and conditions of the IFB remain unchanged. (-341 SN277826)

John Snow, Inc., 1616 N. Fort Meyer Drive, 11 Floor, Arlington,

VA 22209 An action for the USAID program. 65-MEDICAL EQUIPMENT SOL IFB No. 608223MOR-08 DUE 1214 POC Contact Point: Hamady Tall. Fax: 703-528-7480 Correction: Ite 1. Examination table: Delete line 9 "leather covered polyurethane fill pads“, and replace with "vinyl upholstery with at least in thick po urethane filled cushion". Delele line 13 in its entirety. Item 2. Examinat lamp. Delete lines 2 and 3 and replace with: Mobile base, heig

adjustment: 24" to 84", valox shade, inner reflector, air cooled, rotatio swivel, flexible arm length 30“, 60 watt bulbs, lux: 25.000-30,00

Brandt Model 40314 or equal. All other terms and conditions of t IF B remain unchanged. (1-341 SN277851)

66 Instruments and Laboratory Equipment

Department of Veterans Affairs, National Acquisition Center, P.O.

Box 76, Bldg. 37, Hines, IL 60141-0076 65-OPERATIVE ENDOSCOPY EQUIPMENT SOL M6-02-99 DUE 121798 POC Mary E. Haetrie Harris Contract Specialist This is an amendment

to previous CBD combination synopisis/solicitation dated November 20, 3* 1998 (W-324 SN273635): Closing date is hereby changed from December

10, 1998 to December 17, 1998, Thus is a combined synopsis/sohcitation for commercial tenis prepared in accordance with the format in FAR 12.6, as supplemented with addhional information included in this notice. This announcement, constitutes the only solicitation: proposals are being requested and a separate written solicitation will not be

issued, RTO M6-02-99 applies. ACQuisition is for iwo Smith & Nephew s Orthopedic Scope Systems. System components are as follows: 19"

Panasonic Color Monitor (1). Digital 3-Chip Video Camera Control unit 12), Dipital 3-Chip Vice Camera C-Mount Camera, Head (2), Xenon XL 180 Walt light

Sony Up-5600MDU Printer (2), Autoclavable

USDA, ARS, MSA, Procurement/Assislaace Office, P. O. Box 225,

Stoneville. M$ 38776-0225 66---LIQUID CHROMATOGRAPHY SYSTEM SOL 99-4431-002 POC PO of Contact Contact, Yerry A. Krull, 601/686-5361. Contract Special The U.S. Department of Agriculture intends to procure a sole sou contract with Amersham Pharmacia Biotech, Inc., 800 Centennial Aven Piscat away, NJ 08855-1327 for a Model 18-1400- 00 Aktapurifier Liquid Chromatography System and accessories. All interested part may express their interst and ability to meet the requirements throu submission of cle:r and convincing documentation on their produ

Issue No. PSA-2238; Wednesday, December 9, 1998

to the contracting officer within 15 days after the date of this notice. All requests must be submitted in writing, faxed to (601) 686-5373 or by electronic mail to: . No calls will be accepted. No solicitation document exists and oral communications are not acceptable. See Note No. 22. (AC1204009-01) (1-338 SN277489)

& if Battery is dead, it can be trhown in trash (per Tom mccarley/ hzds BR/5609). 242 -EA Del to Tracy CA 95376 Del by 60 days. Unrestricted. See NOTE 23. Commercial item. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. The final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. (1-340 SN277574)

hook 72 -EA Del to Tracy CA 95376 Del by 135 DARO. 225 Del to Mechanicsburg PA 17055 Del by 135 DARO. Duration of contract period: 'not to exceed five years. OPLFAR 52.209-1 OR 52209-2 See NOTE 23. Intended source(S): algen scale Co., CAGE 8X695. Set aside type: total small Business (SB) set-aside see NOTE 1. Solicitatim between $25,000-$100, 000. All responsible sources may submit after which DGSC shall consider. (1-340 SN277592)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

YA 23297-5312 66-CUP & RING ASSEMBLY SOL SP0440-99-R-0090 DUE 012899 POC Contact: for copies of RFP/IFB solicitations (available 15 days after announcement), write or phone: DSCR bid request hotline, attn: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, contact: Mary CaldwellAY806/804-279-3204, Contracting off icer: Donald W. Bailey/804-279-5008. PR-NO: FPG98246001699 NSN 6620-00-625-7248, cup & ring Assembly, Ametek Aerospace prods Inc., CAGE 97424, P/N 5468130G009, critical application item. 77 -EA Del to Texarkana TX 75507 Del by 155 days FOB destination. 9 - EA Del to Mechanicsburg PA 17055 Del by 155 days FOB destination. Unrestricted. See NOTES 12 & 26. More than one source. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. Option to extend to term of contract 48 months. The final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit ofter which DGSC shall consider. (1-340 SN277570)

Defense General Supply Center 8000 Jeft Davis Mwy Richmond,

VA 23297-5312 66—TRANSMITTER, PRESSURE SOL SP0440-99-R-0273 DUE 012899 POC Contact: for copies of REPAIFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, attn: DSCR-JJAB. Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, contact: Mary CaldwelVAY806/804-279-3204, Contracting off icer: Donald W. Bailey/804-279-5008. PR-NO: YPG98253000782 NSN 6620-00-999-2425, transmitter, pressure, IAW spec NR MIL-T7748E basic DTD 65 Aug 13. 36 -EA Del Tracy CA 95376 Del by 263 days FOB destination, 248 days FOB origin. 8ŁA Del to Norfolk VA 23511-3392 Del by 263 days FOB destination, 248 days FOB origin. Unrestricted. Critical application item. See NOTES 12 & 26. Option to extend term of contract 48 months. More than one source. The final contract award decision may be based upon A combina. tion of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. (1-340 SN277589)

Defense General Supply Conter 8000 Jeff Davis Mwy Richmond,

VA 23297-5312 66_BEZEL, INSTRUMENT MOUNTING SOL SP0440-99-0-K300 DE 011899 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest the attn: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350, FAX: 84279-4165. buyer: marty Pratt/A X606/804-279-6431. Contracting office Steve Allgeier 1804-279-4105. PR-NO: YPG98299001252 NSN 6695-61. 207-7455, Control Products Corp, CAGE 27520, PN 600222-001. Specifica tions, plans or drawings relating to the procurement described in not available and cannot be furnished by the government. CICA M. piece, 4 hole mountings, equally spaced IN 4 corners, O/A LG 3.560 in nom, O/A WD 3.533 in nom, OA tk 0.340 in nom. Tech data package availability: 13 ·EA Del to Mechanicsburg PA 17055 Del y 155 DARO. 10 -EA Del to Tracy CA 95376 Del by 155 DARO. See NOTES 9, 22, duration of contract period: 5 years. OPL-FAR 52.209I OR 52.209-2. See NOTE 23. Unrestricted. Other than full and Open comp (10 V.S.C. 2394(C)(1)) FAR 6.302-1 intended source: Condid Products Corp. CAGE 27520. Solicitation between $25,000-$100.000 All responsible sources may submit offer which DGSC shall consider (1-340 SN277593)

Delense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 66-TRANSMITTER, PRESSURE SOL SP0440-99-R-0219 DUE 012899 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid req uest hotline, atin: DSCR-JAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, cont act: Mary CaldwelVAY806/804-279-3204, Contracting off icer: Donald W. Bailey/804-279-5008. PR-NO: FPG98247000696 NSN 6620-00-601-3885, transmitter, pressure, Meggit Avionics Inc.. CAGE 58880, P/N 418-05044, critical application item. 158 -EA Del to Tracy CA 95376 Del by 45 days FOB destination, Unrestricted. See NOTES 12, 22 & 26. Option to extend term of contract 48 months. Duration of contract period base year plus four option years. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. The final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. (1-340 SN277571)

Defense General Supply Center 8000 Jeff Davis Mwy Richmond,

VA 23297-5312 66--VIBRATION PICKUP, ENGINE SOL SP0440-99-R-0275 DUE 012899 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid request hotline, attn: DSCR-JAB. Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, cont act: Mary Caldwell/AY806/804-279-3204, Contracting off icer: Donald W. Bailey/804-279-5008. PR-NO: YPG98253000783 NSN 6620-01-034.4414, vibration pickup. Engine IAW spec NR MIL spec MIL-T-83871B, basic DID 94 Nov 14. 49 A Del to Bremerton WA 98314 Del by 135 days FOB destination. 46 - EA Del to Mechanicsburg PA 17055 Del by 135 days FOB destination. Unrestricted. See NOTES 12 & 26. More than one source. Option to extend term of contract 48 months. Duration of contract period base year plus four option years. The final contract award decision may be based upon A combination of price, past performance and other evaluation factors as describ Ed in the solicitation. All responsible sources may submit offer which DGSC shall consider. (1-340 SN277590)

Operational Contracts Division, Commodities Branch, AFDTC/PKOS,

205 West Avene, Suite 541, Eglin AFB FL 32542-6862 66-RELOCATION OF TWO FLIGHT MOTION SIMULATORS!! SOL F68551 99-00336!! DUE 122298 POC Contact Jane Ellison, (850)882-3064 5243. Contract Specialist; Contracting Officer, Lincoln Hochmuth! The Air Armament Center (AAC). Eglin AFB, FL, intends to solict w award a sole source, firm fixed price contract no option to CARCI Electronics. 195 Constitution Drive, Menlo Park, California, 902 (415)325-8174. This is a combined synopsis/solicitation for comeetta items prepared in accordance with the format in FAR Subpart 12 as supplemented with additional information included in this note THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; a propese is being requested, and a WRITTEN SOLICITATION WILL NOT BE ISSUED Solicitation Number F08651-9900336 is issued as a Request for Quotation (RFQ). The provisions and clauses in the RFQ are those in effect through FAC 97-9. This procurement is being conducted under the Test Program for Commercial Items FAR Part 13.5. The Standard Industra Classification (SIC) code is 3829 and the small business size by 'n procurement is 500. Line Item 0001, Disassemble RFTS Flight Motion Simulator 80355, move to a new location, and reassemble Line ben 0002, Disassemble 'Laser 'Flight Motion Simulator 80666, move by new location, and reassemble. Required delivery at Eglin AFB & 3!

៤ January 1999 for line item 0001 and 17 April 1999 for a dem 0002. F.O.B. Destination. The following provisions and clauses stal apply: 52.212-1. Instructions to Offerors-Commercial: 52.212-2, Event tion-Commercial Items (Evaluation will be based on price and other factors): 52.212-3. Offeror Representations and Certification-Commercal Items (Ollerors must submit, a completed copy of the Representatoes and Certifications with their ofter): 52.212-4. Contract terms and Conde tions-Commercial Items, 52.212-5, Contract terms and conditions Recured to implement Statutes or Executive Orders-Commercial llems. The toile ing clauses are also incorporated by reference: 52.222-26: 52.272 35: 52.222-36; 52.222-41; 52.222-42; 52.222-43, 52.222-44: 52 247 64: 52.249.4. Bids must be submilled no later than 3:00 PM on 22 December 1998. Bid format is at discretion of offerers. We requests for Statement of Work may be sent to AACAPKOBS, Aile Jane Ellison, 201 West D Ave, Suite 541, Eglin AAFB FL 32542-6862 or contact Jane Ellison, at 850-882-3098 ext 5243 facsimile 882-9442. Quotes may be mailed or faxed. See Note 22 1W-341 SN277625

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 66_NDICATOR, SPEED TRI SOL SP0440-99-R-0092 DUE 012899 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone: DSCR did request hotline, atin: DSCRJJAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, contact: Mary Caldwell/AY806/804-279-3204, Contracting oll icer: Donald W. Bailey/804-279-5008. PR-NO: NPG98246001698 NSN 6610-01-114-7815, indicator, speed tri, Boeing Helicopters Div of the Boeing Co., CAGE 77272 P/N AO2VS400-3, Ametek Aerospace Products Inc. A Div., Ametek Inc., CAGE 97424. P/N 80W84A24AAI, 44 -EA Del to Tracy CA 95376 Del by 219 days FOB origin. See NOTES 12, 23 & 26. Unrestricted. Option to extend term of contract 48 months. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. Drawings, interim procurement descriptions and deviation lists may be examined or obtained from DSCR. Duration of contract period base year plus four option years. The final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. (-340 SN277573)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 66–PROBE, ANGLE OF ATTACK SOL SP0440-99-R-0272 DUE 012899 POC Contact: for copies of RFP/FB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, attn: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, cont act: Mary CaldwellAY806/804-279-3204, Donald W. baile Y/804-279-5008. PR-NO: YPG98261000732 NSN 6610-01-234. 9098. probe, angle of attack. Avionics Specialties Inc., CAGE 10639, P/N 123-1182 115 EA Del to Mechanicsburg PA 17055 Del by 103 days FOB destinalion. 222 EA Del to Tracy CA 95376 Del by 103 days FOB destination. Unrestricted. See NOTES 12, 22 & 26. Option to extend term of contract 48 months. Specifications, plans or drawings relating to the procurement described are not available and can not be furnished by the Gov'l. The final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. (1-340 SN277591)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 66-DETECTOR, MINIA'URE CHEMICAL AGENT SOL SP0440-99-R-0103 DUE 012899 POC Contact for copies of RFP/FB solicitations (available 15 days after announcement), write or phone: DSCR bid request hotline, atin: DSCR-JAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, cont act: James Melton/AY808/804279-6470, Contracting ollie R: Donald W. Bailey/804-279-5008. PRNO: YPG98159000338 NSN 6665-01-340-1693, alarm detector environmental Technologies Group Inc., CAGE 23667, P/N 2422800. Tech data availability: CICA: see AID, No addi dala. Lithium Battery (6135-01277-2562) is not hazardous, it contains only 1/2 gram of lithium

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 66--SCALE, STRAIGHT FACE SPRING SOĽ SP0440-99-Q-K303 DUE 011999 POC Contact: for copies of RIPATB solicitations (available 15 days after announcement). write or phone: DSCR bid req vest hotline, alin: DSCR.JJAB, Richmond, VA 23297-5312. (804)279-3350. FAX: 804279-4165. buyer: marty Pratt/A X606/804-279-6431. Contracting officer: Steve Allgeier 1804-279-4105. PR-NO: YPG9828800059) NSN 6670-00254-4634, algen scale Corp. CAGE 8X695. PN SO50. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Type 0 to 50.000 lbs @MOUNTING łype hanging @DIAL mechanism type spring @DIAL gradua. tion feature included CAD receiver quantity 1 LOAD receiver type

National Cancer Institute, Rosearch Contracts Branch, PSAS, 6120

Executive Blvd, EPS/Room 638, Bethesda, MD 20892-1227 66—AUTOCLAVE SOL RFQ90020-NS DUE 122998 POC Patricu Hain (301) 402-4509 &#65279;The Laboratory of Population Genetics of the National Cancer Institute (NCI) plans to procure a computer contra** autoclave for sterilization of laboratory supplies and reageets and decim lamination of biological waste in accordance with the simplified acquisto procedures authorized in FAR Part 13. This announcement constituto a combined synopsis/solicitation, and a separate written Song will not be issued. The solicitation includes all applicable provisions and clauses in ellect through FAR FAC 97-08. The Standard Industrie Classification Code is 3821 and the business size standard es sa However, this requirement is not set-aside for small business. The Laboratory of Population Genetics is implementing a new laboratory and functional fêst as necessary to restore the following items to a serviceable condition in accordance with manufacturer's specifications. NSN: 6680-00-849-7809, Noun, Liquid Qty. Ind. Appl: C-130, L.O. SL63-31-173, P/N 16412A10. Qty 60 each Manufacture's Code: 94580Honeywell located in Minneapolis MN, Attachements: Appendix "A", "C" & DD1423, Ship To Address FB2039_Tinker AFB OK. Delivery Reg: Within 30 days after receipt of reparable. See Note(s) 22, 23,26

http://www.kelly-afb.org/links/proc/index.html SA-ALC, Kelly AFB Business Opportunities

Send your E-Mail request to the POC (0-341 SN277756)

el luista

to perform basic molecular biology protocols. The laboratory will use

advanced automated genomic anlaysis in developing new, advanced 3 protocols utilizing novel instrumentation for new research projects. In

performing such research, the laboratory has a need for a computer controlled autoclave with the following salient characteristics: 1. The autoclave shall provide double chamber capacity so two independent operators can work simultaneously. 2. Each chamber of the autoclave shall have a built-in microcomputer control system to provide cycle setup, selection, instrument control and monitoring. 3. The autoclave shall provide display of temperature, pressure/vacuum and time for each chamber. 4. The autoclave shall provide printout of temperature.

pressure/vacuum and time for each chamber. 5. The autoclave shall le fit in a space of 48 inches D x 45 inches W x 91.5 inches H.

6. Interior dimensions shall be no less than 20 x 20 x 38 inches per chamber. 7. The autoclave shall meet the following standards: a. ASME Code Section VIII, Division 1 for unfired pressure vessels. The pressure vessel is to be so stamped: ASME form U-I is furnished. Shell and door are constructed to withstand working pressure of 40 psig (2.81/S4. Cm) for 20x20x38-inch sterilizer. D. ASTM Specification

A240 for stainless steel, alloy 304 it welded, alloy 201, 202 or 304 Gif not welded. c. ASTME Specification B43 or B135, alloy for seamless pred brass tubing. d. Federal Specification GG-S-1340 (a performance

requirement for high temperature processing). 8. The autoclave shall T: have an audio alarm for cycle completion (90 seconds). 9. The autoclave I shall have an automatic battery back up system for cycle memory. 74. 10. The autoclave shall cycle through conditioning. sterilizing, and

exhaust (adjustable fast to slow). II. The autoclave shall have cabinet *: enclosed mounting. 12. The computer control system shall be built

in. 13. Eight hours training shall be provided for laboratory stall on use of the autoclave. 14. The autoclave shall be capable of handling decontamination of laboratory waste and sterilization of laboratory supplies and reagents. 15. The autoclave shall be capable of handling dry and liquid specimens. 16. The autoclave shall have automated data recording and printing. 17. The autoclave control mechanism shall be programmable and store procedures. 18. Two racks/shelves that are compatible to the autoclave shall be provided. The shelvesliacks shall be stainless steel and allow full capacity use of the chamber.

The autoclave shall be delivered 1.0.B. Destination and installed in di the Laboratory of Population Genetics' facility. In addition, the equipment

and setup shall include a minimum manufacturer's warranty of one1 year, including parts and labor. Otterors must provide descriptive lit

erature, warranties, and/or other materials in sufficient detail to dem#onstrate that their offer meets the foregoing requirements. The literature

furnished must also show the item to which the requirements herein Dertain. The purchase order will be awarded to the responsible offeror with the lowest priced offer that fully meets the requirements of this

solicitation This solicitation incorporates the NCI Representations, Certifiwications, and Other Statements of Ollerors of Quoters (Simplified Acquisi

Lions). The award document will incorporate the requirements of the clause at FAR 52.213-4. Terms and Conditions --Simplified Acquisitions. Full text copies of these documents may be oblained from Trish Haun on (301)402-4509 or by tax on (301)-402-4513. Offers must be submitted on an SF-18 that is signed by an authorized representative of the offeror and includes a completed "Schedule of Ollered Supplies/Services." The offer should include a fixed price for all equipment, delivery. installation, training, and other applicable charges. In addition to aforementioned descriptive literature, offers must also be accompanied by a completed and signed NCI Representations, Certifications, and other Statements of Offerors of Quoters (Simplified Acquisitions). Offers and related materials must be received in this oflice by 3:00 PM EST on December 29,1998. No collect calls will be accepted. Please cite the solicitation number, RFQ90020-NS, on your otter. (W-341 SN277661)

National Institute on Aging. Intramural Research Program, Gerontology Research Center, 5600 Nathan Shock Drive, Baltimore,

Maryland 21224 66-LIQUID CHROMATOGRAPHY SYSTEM SOL NIA-99-JCC00] DUE 120998 POC Judith C. Couch, lead Purchasing Agent on 410-5588046 or 410-558-8105 This is a combined synopsis/solicitation for commercial items or services prepared in accordance with format in FAR subpart 12.6. as supplemented with additional informalion included in this notice. This announcement constitutes the only solicitation; and a written solicitation will not be issued. This solicitation is issued Request for Quotation (RFQ NO. NIA-99-1CC001). The solicitation clause and provisions are those in effect through Federal Acquisition Circular 97-06. The Standard Industrial Classification (SIC) Code for this acquisition is 3826. NIH/NIA Gerontology Research Center intends to award a purchase order on a sole source basis to Amersham Pharmacia Biotech, Inc., to purchase one (1) Liquid Chromatography System Model No. 18-1400-00 AKTАpurifier 10. This system will include (1) each of the following: #18-1118-97 Frac-901 Franction Collector, #13-3396Ol Compaq Deskpro EN 350MHZ PC, #17-1455-01 Smart Column Holder, 117-1550-01 Smart Column Holder 10cm, #17-1408-01 HI Trap Desalting 5x5ml, #17-0441-01 HMW Gelt Filt Cal Kit, #17-5004-01 Mini O PE 4.6/50. #17-5005-01 Mini S PE 4.6/50, 617-1152-01 HI Trap SP 5x5ml, N17-1154-01 HI Trap Q 5x5mt, #17-0713-01 Polybutler 74/250ml, *17. 0714-01 Polybuller 96/250ml. 17-0716-01 HI Trap NHS-Activated 5xlmi. #17-5079-01 HI Trap Protein A Gulmi, #17-0406-01 HI Trap Heparin 5ximi, #17-0412-01 Hi Trap Blue 5x1ml, #17-0408-01 Hi Trap Cherating 5x)mi. #17-5071-01 Source 15PHE 4.6/100. #17-5057-01 URPC Handbook, #18-1022-18 Gel Filtration Handbook. #18-1114-21 ion Exchange Punciples and Methods, *18-1022-29 Allinity Handbook. #18-1105-02 Recombinant Protein Handbook, #18-1020-90 Hydrophobic Interaction Chromatography. The vendor shall also provide a warranty on this system. The followoing FAR provisions apply to this solicitation: 52.212-1 Instructions to Ollerors-Commercial: 52.212-2. Evaluation-Commercial lems. All offerors are to include a completed copy of the provision al 52.2123. Olleror representations and Certifications Commercial Items, with their olier. The following CAR clauses apply to this acquisition: 52.2124 Contract Terms and Conditions-Commercial Items: 52.212-5 Contract Terms and Conditions Required to implement Statutes of Executive Orders-Commerical Items: Along with the following additional FAR clauses, cited in clause 52.215-5: 52.222-26 Equal Opportunity: 52.222-35 Allirmalive Action for Special Disabled and Vietnam Era Veterans: 52.22236 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. The following provision also applies to this acquisition, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment. An award will be made three (3) days from the date of this notice 12/7/98. 5:00 PM Eastern Time to the above address. Sources may submit (via Fax 410-558-8319) descriptive literature which fully demonstrate that their product meets the brand name specification which shall be considered by this agency. See noles 22 and 23.

ERROR *-- (W-341 SN277702)

NASMLangley Research Center, Mail Stop 144, Industry Assistance

Office, Hampton, VA 23681-0001 66-UNINTERRUPTIBLE POWER SUPPLY SYSTEMS MAINTENANCE SOL 1-128-GM.4246 QUÉ 121898 POÇ Cynthia W. Deá, Purchasing Agent, Phone (757)-864-2440. Fax (757) 864-8863. Email This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Maintenance on the following MGE Uninterruptible Power Supply Systems for 1 Year (FY 99): 1. BEST S/N: 831341 2. BEST SIN: 831343 3. EXIDE SA N: 8K271A0512.4, BEST S/N: 831345 5. IPM S/N: 9338606 6. BEST S/N: C3K-02576 1. BEST S/N: 681655 8. IPM S/N 8531216 9. BEST S/N: 556188 10. BEST S/N: 556191 11. BEST S/N: 556190 12. EPS6225/ 44,66 SN: 51689-01 13. EPS3036/22.66 SN: "61731-00 14. EPS6225/ 44.66 SN: 66404-01 15. EPS2081/22.66 SN: 17573-0) 16. EPS3036/ 22,66 SN: 84422-00 The provisions and clauses in the RFQ are those in effect through FAC 97-8. The SIC code and the small business size standard for this procurement are 8999 and $5.0 respectively. The quoter shall state in thew quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. The DPAS rating for this procurement is DO-C9 Quotations for the items(s) described above may be mailed or faxed to the identified point of contact by the date/time specified and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard form 1449. Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Standard Forms/ Index.html to submit a quotation Quoters shall provide the information required by FAR 52.212-1. Please note that payments are to he made by electronic funds transfer, accordingly, you must provide the mandatory information for electronic funds transfer with your representations and certifications. Failure to provide this information may delay or prevent the receipt of payments through the Automated Clearinghouse Payment System. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act-Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.212-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msic/pub/reps_certs/ sats! FAR 52.212-4 is applicable. Addenda to FAR 52.212-4. are as follows: 52.214-34, 52.214-35, 1852.215-84, 1852.225-73 FAR 52.2125 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-19, 52.225-21 ALT. I. Quotations are due by December 18. 1998 to the address specified above. Selection and award will be made (on an aggregate basis) to the lowest priced, technically acceptable quoter. Technical acceptability will be determined by informa. tion submitted by the quotes providing a description in sufficient detail to show that the product quoted meets the Government's requirement. Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications Commercial items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed - See Internet Note "B". It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://cbdnet access.gpo.gow/num.note.html

http://genesis.gsfc.nasa.gov/nasanote.html

http://nais.nasa.gov/EPS/LaRC/date.html#1-128-GM.4246 Click here for the latest information about this notice

Cynthia W. Dea (D-34) SN277850)

National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room

6100, MSC 1902, Bethesda, MD 20892 66-INSTRUMENT & LABORATORY EQUIPMENT SOL NHLBI-PS-99-382 DUE 122398 POC Deborah Coulter. Putchasing Agent. (301) 435-0368. Fax (301) 480-3345 The National Heart, Lung and Blood Instilute intends to purchase the following Beckman Coulter Corporation, items: SPECTROPHOTOMETER Beckman DU-530 Five (5) each, of Part NBK267557, and Test Tube Cell Adapter 16MM five (5) each of Part #BK517614. The Standard Industrial Classification (SIC) Code is 3826 and the Size Standard is 500 employees will be used for this requirement. This is not a small business set-aside. Interested vendors capable of furnishing the government with the required products in this synopsis should submit iwo (2) copies of the quotation to the below address. The proposal shall include the itemized price, prompt payment terms, laxpayer Identification Number (INN). Dun & Bradstreet Number (DUN), descriptive literature of the product quoted. The proposal must relerence "Solicitation number“ NHLBI-PS-99-382. and shall include a completed copy of Rep. resentations, Certifications, and Other Statements of Olterors or Quoters (Simplilied Acquisition). To received a copy contact this oflice at the below address. Proposals will be due filteen (15) calendar days from "The publication date of this synopsis by 3:00 p.m. El, All responsible sources may submit a proposal, which if timely received, shall be considered by the agency. Proposals must be submitted in writing to the National Heart, lung and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Bethesda, MD 20814. 7902, Attention: Deborah Coulter, Fax proposals will only be accepted 'if dated and signed by an authorized company representative (W341 SN277710)

SA-ALC/Contracting Directorate/LOKTE: 485 Quentin Roosevelt Road

Suite 12; Kelly AFB, TX 78241-6419 66-TEMPERATURE INDICATOR SOL F41608-99-R-23560 DUE 013198 POC The Point of contact is ANNETTE GREMMER, LOKTE, Phone: 210. 925-7751, FAX:210-925-1059,

E-Mail:

anmette.gremmer Idgatel.kelly.at, mil This requirement is to oblain FIRM FIXED PRICE repair requirements contract for the essential repair, calibiation and functional test necessary to restore Temperature Indicator applicable to C-14) aircraft, NSN: 6685-00-148-8241, P/N: 9A375 to å serviceable condition. Requirement covers I basic year with four one-year options. BEQ S 693 ea for each year. Tech Order: 5E63-72-43, Technical Manual, Overhaul Instructions with Illustrated Parts Breakdown and all changes will be required to repair item. Qualified Vendors MUST meet Qualification Requirements (will be attached to RFP) to demonstrate special requirements/capabilities can be met. Delivery Date: 30 days after receipt of order or assets, whichever is later. Ship To: FB2039/linker AFB OK ONLY FAXED WRITTEN OR EMAIL REQUESTS NILL BE ACCEPTED. See Note(s) 23,26

http://www.kelly-afb.org/links/proc/index.Html SA-ALC, Kelly AFB Business Opportunities

annette.gremmer,idgatel.kelly.af.mil Send your E-Mail request to the POC (D-341 SN277669)

EM NAVICP Philadelphia PA, 700 Robbins Avonue Philadelphia, Pa 1911 1-5098 66-GYRO ASSEMBLY ATTIT SOL N0038399QN082 DUE 011499 POC Point of Contact Contact Point, Mary Ellen A Cisele, 0233.02, (215)697. 3335, Fax: (215)697-3161, Twix, Nof-avail NSN 7R-6615-01-083-9447AH; Ref Nr 209-075-698-1, Qty 7 EA, Delivery FOB Origin, See Note 22 (ACAVI1207012-083) (1-341 SN277869)

68 Chemicals and Chemical Products

National Institute of Environmental Health Sciences, Acquisitions Management Branch, 79 T.W. Alexander Drive, Building 4401 Research Commons, P.O. Box 12874, Research Triangle Park, NC

27709 68-DRY ICE SOL MKOXV90031 DUE 122898 Poc Contact Mary Kimble, Contracting Officer, FAX. (919) 541-5117 This is a combined synopsis! solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is RFQ MKQXV90031 for dry ice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-08. NIEHS requires 85,000 lbs. Block dry ice; 220,000 lbs dry ice pellets; 40,000 lbs. Dry icę powder. Award will be made in the aggregate to the responsive and responsible quote fully meeting the specifications and offering the lowest price. The period of performance shall be 5 Jan 1999 to 04 Jan 2000. This is to be a Term Purchase Order and orders will be placed telephonically for quantities, as required, throughout the year. FOB point will be NIEHS, Research Triangle Park, NC. The provision at FAR 52.212-2. Evaluation-Commercial Items, applies to this acquisition and there is no additional addenda. Far. 52.212-4, Contract Terms and ConditionsCommercial Items applies and there is no additional addenda. No additional contract requirements or terms and conditions apply. Quotations are due no later than COB 28 Dec 1998 and may be transmitted to facsimile machine, Model NEC/NEFAX Bit I, (919) 541-5117. For information contact Mary Kimble, Contracting Officer. ***** (W-341 SN277652)

ACC Contracting Squadron, 130 Douglas Street, Suite 400, Langley

AFB, VA 23665-2791 70_REVISIONS TO DESCRIPTIONS AND SALIENT CHARACTERISTICS OF DESIGNATED LINE ITEMS SOL F44650-99.10005 DUE 122398 POC 2Lt Rob Pryor, Contract Manager, 757-764-4775; Contracting Officer Major Curtiss Stewart, 757-764:4737 CORRECTION: This identifies textsions to the descriptions and salient characteristics associated Line Items 0001, 0002, 0004, and 0005 in the combined synopsis solicitation published in the printed Commerce Business Daily on 23 Nov 98 for F44650-99-10005. It also restates the revisions identited in the modification to the combined synopsis/solicitation posted in CEONE on 30 Nov 98. Descriptions of the stated Line items are as follows Line Item 0001- Uninterruptible Power System (UPS). Best Power fi 10-18 Long List Base Unit . FE 12.5 KvA/I0Kw or equal, quaridy of 10 each; line item 0002- External Battery Option, Best Power PC 12.5 KVA Option "llte or equal, quantity of 10 each, Brand name equals must be existing items currently available in the commercial market and shall, at a minimum, meet the following salient characteristics for the stated line items to be considered equal items: Line lien 0001- Input 208 VAC, output 208/120VAC, hardwired input and out

50/60A, " Runtime: 11min full load, 26 min half-load, Battery Charger >120V/5A, Size: 36.5 x 19 x 32 (inches). Line item 0002- Runtime: 1 hour 12 minutes tull load, 3 hours 4 minutes halt load, Batay Cabinet "Q" size: 50 x 29 x 32 finches). Descriptions and salent characteristics identified in Line items 0004 and 0005 can be met with the Best Power Silver Service Plan or equal, The revised deutu for receipt of quotes is 4:00 pm. Eastern Time, 23 Dec 98. N other information publicized in the combined synopsis/ solicitation identidad above is correct. click here to contact the contract manager (W-341 SN277705)

Fleet and Industrial Supply Conter, Puget Sound, Bldg 467 W

Street, Code 200 Bid Desk, Bremerton, WA 98314-0051 68 GASES & CYLINDERS SOL N00406-99-Q-5061 DUE 122098 POC Mary Carkeek (360)476-9240 The Fleet and Industrial Supply Center, Puget Sound is soliciting under commercial firm fixed price type requirement for various industrial gases, including oxygen, acetylene, helium (water pumped), argon, carbon dioxide and nitrogen to be provided in government owned cylinders of various capacities. Inspection and repair/refurbishment of cylinders 'will be required on an as needed basis. This procurement is to be procured under sinplified acquisition procedures. The R-Y-G Program evaluation is applicable. The contract period of performance is a base year and two (2) additional option years. This is a small business set-aside, All responsible sources may submit offer/bid which shall be considered by FISC Puget Sound. The solicitation will be issued on or about 20 December 1998 with a 30 day closing. Telephone requests will not be honored. fax requests will be accepted at (360) 476-2931. Note 1 applies. (W-341 SN277698)

accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes, the only solicitation: proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 6TSA-99-C$C-0035 is being issued as a request for proposals (REP). The solicitation document and incorporated provisions and clauses are those in ellect through Federal Acquisition Circular (FAC) 97-06. Scope of work: For the U.S. Coast Guard Academy in New London, CT, the Contractor shall provide commercial Internet service at full T1 bandwidth with a committed information rate near 100 percent, 24 hours per day, for the entire period of performance. The Government understands and accepts that service may be interrupted or degraded from time to time for line or equipment maintenance or for cause outside the Contractor's control. The Contractor shall endeavor to keep such service interruptions and degradations infrequent and of short duration. The Contractor shall provide all necessary services for setup of a fully operational system and shall coordinate service cut-over with the current ISP to ensure a smooth transition. The Contractor shall provide and maintain all necessary equipment that interfaces with the Academy's network. l.e. CSU/DSU, which includes configuring the equipment to filter incoming and outgoing packets to Academy specifications (packet filtering). The current configuration includes antispoofing and blockade of certain services, as well as a few permitted accesses based on IP number. The Contractor shall reconfigure packet filtering as required by the Government. The Academy anticipates requesting reconfiguration that primarily will be in response to network security concerns. Historically, the Academy has made fewer than three requests annually. The Contractor shall connect its equipment to a router (provided as Government Furnished Equipment (GFE)). The government will also provide space for the contractor's CSU-OSU and associated cabling and provide electricity for the equipment. The GFE router is a Cisco (Cisco Systems, Inc., 170 West Tasman Or., San Jose, CA 95134 USA) Model 3620 router with 10S IP Plus 56 encryption. The Contractor shall work with the Government to coordinate router configuration including packet filtering schema and encryplion. The Contractor shall program all packet filtering and the Government will program all encryption. The Contractor shall provide all telecommunications services associated with providing this service. The Contractor shall notify the Government about security events in the most expedient and appropriate method possible. Statement of Work: Be a Tier 1 Internet Service Provider. The Government has two physical networks at this location. Data communication between the two physical networks is carried on the public network. Therefore, the Government requires rapid turnaround of network packets. Use the Academy's current Internel Class 8 addressing, and do nothing that would jeopardize the Academy's retention of that addressing for the future. Maintain a Network Operations Center that monitors its network, responds to problems, and is stailed 24 hours per day. 7 days a week, for the entire period of performance This includes fault isolation, network traffic route optimization and problem resolution (Staffing by automaled systems that notify off-site personnel is not acceptable). Provide toll-free telephone technical and customer support. The Contractor shall provide technical support 24 hours per day, 7 days a week. The Contractor shall at a minimum provide customer support Monday through Friday (excluding federal holidays) between 8:00 A.M. and 5:00 P.M. eastern time. Have a point-of-presence (POP) within 100 miles of New London, Cl. Demonstrate that the service provided to the Government does not exceed five percent of its available bandwidth. Demonstrate that they have been in the business of providing these services continuously for a minimum of the past three years. Provide a network diagram illustrating how the Contractor will connect the Academy to the Internet identifying all hops, redundancies and bandwidths (ie. II, 13, etc) between the Academy, demarcation point and the place at which the Contractor's equipment connects to the Internet. The Contractor shall provide at least one path that has lewer than fifteen hops. Work is to be performed on-site at U.S. Coast Guard Academy, 15 Mohegan Ave, New London CI 06320 and contractor site(s). Duration of lask is from April 1. 1999 through December 31, 1999 with 4 oplion years to extend at the government's discretion. This project may be incrementally funded. Please include in responses, proposed response time, credit given lil applicable) for extended down time, and amount of notice given for scheduled maintenance in addition to the above requirements. No partial quotes will be considered. Please acknowledge all requirements on quotations. Please indicate FOB destinalion on quote. The provision at FAR 52.212-1. Instructions to Ofterors, applies to this acquisition. Evaluation is based on best value including cost, past performance and ability to meet service requirements including customer service, network (how far from internet) and stability. Ollerors shall include a completed copy of the provision al FAR 52.212-3. Offeror Representations and Certifications-Commercial Items, with its oller. The clause at FAR 52.212-4, Contract terms and ConditionsCommercial Items, applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. The clause at FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Ollers are due by close of business December 15, 1998, and can be sent by FAX to 816-823-3322 Atto: Sue Cumplon. Inquiries regarding the solicitation will only be accepted via FAX,

hulp:lleps.arnel.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=6ISA99-CSC-0035&locID=211 Visit this URL for the latest information about this notice

XXII Sue Cumpton (0-341 SN277685)

J6 Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway,

Orlando FL 32826-3275 70-MODIOS EXERCISE MANAGEMENT TOOLSET SOL N61339-99-6 0007 DUE 123098 POC Michelle Lewis, Contracting Officer (407) #1 8781 This is a combined synopsis/solicitation for commercial de prepared in accordance with the format in Subpart 12.6. supplement with additional information included in this notice. This announcement constitutes the only solicitation, A quote is being requested and i written solicitation will not be issued. Solicitation N61339-99-0-000? is hereby issued as a request for quotation and incorporates the porte and clauses in eflect through Federal Acquisition Circular 97-07. This solicitation shall be awarded on a sole source basis to Motorola, 12! Research Parkway, STE. 217, Orlando, FL 32826 The SIC Code 7372 with annual receipts of $18M. The following item is reported CLIN 0001, MODIOS Exercise Management Toolset Module, Includes cise Controller, Visualizer. NIU, Stealth, Voice, Logger Player, AARNY 'N 98-P47664E220K. Delivery shall be made within 60 days of det to Navat air Warfare Center, Training Systems Division, 12350 Research Parkway, Orlando, FL 32826. 'The following FAR provisions and clauses apply to this acquisition: 52.212-1, 52.212-4 and 52.212-5. The Island subparagraphs of FAR 52.212-5(b), and DFARS addenda thereto, apely - 16)(7), (8), (9) and (16); 252.225-7001 and 252.225-7036. A completed copy of FAR addenda must be included with quote :252.225-7000 and 252.225-7035. See note 22(forty-live days is changed to read 15 days Quote is due at 4:00 p.m. EST on December 30, 1998 and may * by FAX 10 (407)380-4069 Attn: Michelle Lewis. For information regarten this solicitation, contact Michelle Lewis at (407) 381-8781.

help://www.ntsc.navy.mil/contract/procedure.htmo NAWCTSD home Page for Quotes

LewisMY@navair .navy.mil Michelle Lewis, NAWCTSD. (W-341 SN217135

70 General-Purpose Information Technology Equipment

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Wartare Center

Aircraft Division, Patuxent River, MD 20670-5304 70–GENERAL PURPOSE INFORMATION TECHNOLOGY EQUIPMENT SOL N00421-99-0-5097 DUE 122898 POC Betty Goddard, Purchasing Agent. (301) 757-2525 This is a notice of intent to negotiate with Flowmaster USA, 500 DAvis St. Evanston, il on an other than full and open competitive basis to purchase 1' ea Flowmaster fluid flow analysis software/prgm service and license. This system needs to be compatible to existing equipment. The government intents to negotiate on a sole source basis with Flowmaster USA in order to maintain the compatibility with existing software. Written requests for copies of request for quotation may be faxed to (301) 757-2526 to the attention of Betty Goddard. All responsible sources may submit a quotation which will be considered by the agency. See number note(s): 1 (W-341 SN277684)

U.S. International Trade Commission, 500 E Street, SW, Room

413, Washington, DC 20436 70-DATABASE INFORMATION RETRIEVAL SERVICES SOL ITC-DO-99 0010 DUE 122198 POC Deborah Kearns, Contract Specialist, (2071 105 2736. The U.S. International Trade Commission intends to isti Delivery Order against an existing Basic Ordering Agreement (BA) No. 98CLFB70007 with the Library of Congress to West Publishing Company to renew the WESTLAW subscription services for automat legal research services Services will continue through September 20 1999. All responsible sources may respond. No lelephone calls be accepted. No award will be based on any offer or proposal recere in response to this notice. No solicitation document exists. 41.347 SN277822)

General Services Administration, Federal Technology Service (FIS).
Acquisition Services Division (6TS-A), 1900 Bannister Road, Kansas

City, MO, 64131 70–6TSA-99-CSC-0035 SOL 6TSA-99-CSC-0035 DUE 121598 POC Sue Cumpton, Contracting Officer, fax (816) 823-3322, Email xxxx This is a combined synopsis/solicitation for commercial items prepared in

1201 Oakridge Dr., Suite 150, Ft. Collins, CO 80525-5562 71-METAL LABORATORY CASE WORK SOL RIO 007-82HW-99 DU 010899 POC Lee Shea. Purchasing Agent, Fax 970-229-5331 Me! Laboratory Case Work, including counter tops, wall cabinets with flis doors and composite sinks is required at the USDA, ARS, Loges Vi (1-341 SN277819)

Issue No. PSA-2238; Wednesday, December 9, 1998

79 Cleaning Equipment and Supplies

from Date of Packaging. Exceptions: 1. Page 4. para. 2.3 delete "MILC-83236 Coating. Urethane. Aliphatic isocyanale, lor Aerospace Applications" and replace with MIL-C-85285 Coaling: Plyurethane, High Solids". 2. Page 20, Table 7. eighth panel, delele "MIL-C-83286" and replace with "MIL-C-85285". 3. Page 28, para. 4.5.29. delete "MILC-83286“ and replace with "MIL-C-85285“. 4. Page 30. para. 5.2.1, delete "DATE OF MANUFACTURE" and replace with "DATE OF PACKAGING“. (W-339 SN277512)

to identify potential sources for a non-developmental commercially available bladder relief device that can be used by temale ancrew. The device should be useable while standing or sitting, including ejection seats. The device should be easily donned; not draw unnessary attention while worn: be used without unstrapping in the ejection seat; withstand G forces; integrate into the aircraft without aircraft modification, and hold for allowed to flow into a reservoir) 600-1000cc of fluid with no spillage. In addition, the device must be comfortable during 816 hour missions and not cause any inflammation/irritation. Interested prospective sources must provide: 1) descriptive literature including existing usage and application, (2) data veritying compatibility with human usage. (3) size and weight of components, 4) cost in lots; ie. 10 ea. 100 ea, 1,000 ea, 5) support hardware, if required and cost in lots; i.e. 10 ea, 100 ea, 1,000 ea, 7) estimated delivery schedules, and 8)Mean-Time-Between Failure (MTBF), it available, including any reliability data. Request a point of contact be identified. Telephone and e-mail inquiries are welcome. Contact Ana Jimenez at (210)5361060, e-mail inquiries to . Collect calls will not be accepted. Your written or e-mail response is requested by 21 Dec 98 to Ana Jimenez: Contracting Officer, 311 HSW/ACM, 8107 13th Street, Bldg. 1721. Brooks AFB, TX 78235-5218. (W-338 SN277459)

FM NAVICP Philadelphia PA, 700 Robbins Avenue Philadelphia,

Pa 19111-5098 81-CONTAINER SOL 981840020 DUE 012599 POC Point of Contact Contact Point, Anne M. Crankshaw. 0235.08. (215)697-4377. fax. (215)697-3161, Iwx, Not-avail NSN 6K-8145-01-081-7934-TA, SPEC NR TDP VER 004. Ref Nr 5240-1. Qty 28 EA, Delivery FOB Origin, Approx Due Date O/A Jan 25 99. Contract 100 Percent Small Business Set Aside. See Note 22 (ACAVI I207012-084) (1-341 SN277870)

374TH CONTRACTING SQUADRONALGCS, UNIT 5228, APO AP 96328

5228 79-CLEANING EQUIPMENT AND SUPPLIES SOL F62562-9906006 DUE 010499 POC Point of contact-Sayaka Kurebayashi, Contract Specialist, 011-81-425-52-3011 (Comm Ph) or 011-81-425-53-7786(Fax), Contracting = Officer Merry K. Sargent-Green, 011-81-425-52-3012 (Comm Ph) (0) SCHEDULE - This is a combined synopsis/solicitation for = commercial items prepared in accordance with the format in Subpart 12.6 of the = Federal Acquisition Regulation as supplemented with additional information = included in this notice. This announcement constituies the only solicitation; proposals are being requested and a written solicitation will not be = issued. This synopsis shall serve as a Request for Quotation, numbered F62562-9906006 which seeks quotations based on the information = contained in this synopsis. This synopsis/solicitation and incorporated provisions = and clauses are those in effect though federal Acquisition Circular 97-9. = This solicitation is not sel aside for small business. Offers are due on or before 04 Jan 99, 2:00p.m. Japan Standard Time. (ii) SUPPLIES---This synopsis/solicitation contains seven line items. Item 0001 Electric = Floor Polisher. Pad size: 18 or 20 inch. Power: 1 or 1 =BD horse power. Electric power: 100Vol/ 50Hz is preferable but will accept 115 = Vol/60HZ. Pad speed: 2,000 RPM. Machine must include a solution tank, two (2) cleaning brushes and four (4) polishing pads. Qty: 8 ea. Hem 0002 = Dry Care Machine (floor polisher). Pad size: 18 or 20 inch. Power: 1 or = 1 =BD horsepower. Electric power: 100V/50 Hz is preferable but will accept 115V/60Hz. Pad speed: 2000 RPM. Four (4) polishing pads must be = included. Oty: 9 ea. Item 0003 Dust cart. Capacity: 8 to 10 cubic feet. Construction: Tubular rust resistant metal with 3 to 6 inches wheels (casters) Qty: 70 ea. Item 0004 Dust bag. Size : Capacity of 8 to = 10 cubic feet. Material of bag: Polyethylene tarpaulin construction - The bag must fit item 0003 Dustcart Qty: 70 ea. Item 0005 Auto Polisher,

automatic scrubber Size: large auto polisher with 30 or 32 inch = = polishing width. Power: 1 to 2 horsepower, battery operated rechargeable

drive = motor system. Electric power: 100V/50Hz. Pad Speed: 2,000 RPM = Accessories: Must have a solution tank and a recovery tank, including all batteries, cords, abrasive brushes drive pads, and squeegees. Qty: 2 ea. Item = 0006 Charger for auto polisher. Qty: 2 ea. Item 0007 Vacuum Cleaner, = canister type (tank style) with casters (wheels). Power: 1 horsepower. = Electric power: 100V/50HZ is preterable but will accept 120V0V/60Hz. Capacity: Approx. 4 gallons Vacuum Cleaner must includes as minimum 25 leet = cord, 10 leel hose and one (1) set of terminal attachment. Qty: 24 ea. FOB point is either POE (A Sharpe Army Depot: CCP DOJC San Joaquin, Consolidation and Container point, Bldg 208, Lathrop, CA or B. Travis = AFB: Traffic Management Flight, 60th APS TRT, Bldg 977. Travis AFB, CA for transshipment to 17th ASG, APO AP 96343) or DEST(35th Sup & Svc Bn. = 17th ASG, Bldg 137. Sagami General Depot. 600 Kamiyabe, Sagamiharas-shi, Kanagawa-ken 229-0001). If shipping charge is sepa. rate from line = item cost-50 state. Requested delivery is 60 days alter receipt of order. (ii)PROVISION AND CLAUSES---The following FAR provisions/clauses = items, for the purpose of this clauses are applicable o this solicitation: = 52.212-1, Instruction to Offerors-Commercial, 52212-2, Evaluation-Commercial = items, for the purpose of this clause he blank(s) are completed as follows, = (a)(1) price and (2) technical apability of the item offered to meet the Government requirement. 12.212-4. Contract Terms and Conditions- Commercial Items: 52.2121 Contract Terms and Conditions Required to implement = Status 11 Executive Orders - Commercial Items. (iv)PRESENTATIONS AND CERTIFIATIONS -Offerors must include with their offer a completed copy = of the provisions at FAR 52.212-3 Offeros Representation and Certifiration---Commercial Items. (v)BASIS OF AWARD--Award will be based in the best lue to the Government to include all evaluation factors: toposals = must be submitted in writing and must address all evaluation actors. Item = 0005 and 0006 must be from the same manufacture lue to compatibility of the items. All contractors must be registered

Central Contractor Registration. Facsimile offers will be accepted: Any questions = regarding the solicitation can be faxed to 011-81125-53-77876. Al responses = from responsible sources will be fully considered. = 20

sayaka , mil 374th Contracting Squadron/ .GCS (D-341 SN277598)

81. Containers, Packaging and Packing Supplies-- Potential Sources Sought

US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey

07806-5000 3.

81-SEEKING SOURCES TO MANUFACTURE AND PROVIDE UNIT PACKS FOR 120MM AND 81MM MORTAR CTGS. SOL N/A DUE 122198 POC Sheela Lopez/Contract Specialist (973) 724-4825 The Office of the Product Manager for Mortars is seeking sources with the capability to provide Unit Packs (Inner Containers) for the 120MM M934/M933 High Explosive, M929 Smoke, and XM930/XM983 Illumination Morlar Cartridges; and Unit Packs (Inner Containers) for the 81MM XM816 Infrared Illumination Mortar Cartridge. One contract is contemplated with a basic 120MM award of approximately 55,623 containers plus one option; and a basic 81mm award of approximately 10,400 containers with a 100% option. Respondents should address their ability to provide containers by providing descriptive literature along with providing the organization name/address/point of contact and phone number, and whether the company is a large or small business Product requirements are available from the Contracting Officer. This is a sources sought notice for planning purposes only and not intended for proposal purposes. Information provided will be at no cost to the Government. Reference notes 12 and 26. roup://procnel.pica.army.mil/cod/SRCSg1/120719982/120719982.htm US ARMY TACOM-ARDEC Procurement Network

topez@pica army.mil Sheeia Lopez (0-34] SN277730)

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth

City, NC 27909-5001 14-FLYER'S CONTINUOUS WEAR ANTIEXPOSURE COVERALLS SOL DICG99-R-00001 DUE 010899 POC SCPO Jay, Murray, Aviation Life Support System Manager, Voice 252-335-6071, Fax 252-335-6463, email, The U.S. Coast Guard Aircraft Repair and Supply Center (ARSC) Elizabeth City, NC is conducting a market survey for designers and manulacturers of Flyers' Continuous Wear Antiexposure Coveralls. The purpose of this survey is to gather information about contractors currently manufacturing commercial-off-the-shell (COTS) fireresistant, waterprool, moisture vapor permeable, aircraft fluid resistant, hypothermia protective, aviation flight coveralls, The Government is interested in the latest designs, materials and technologies used to manufacture these coveralls, specifically those using three-layer laminated cloth consisting of a face layer of aramid fiber, a middle layer of expanded polytetrafluoroethylene film (PTFE), and an inner layer of aramid jersey knit. Additionally, the Government is interested in the latest materials and designs for, antiexposure coverall fire-resistant undergarment ensembles that have a demonstrable, inherent, positive insulation value when flooded with cold seawater, and wrist and neck seals that are tear and ozone resistant. This synopsis is to solicit sources and information; therefore, potential contractors who have the required design and manufacturing capability and are interested in responding shall submit written responses by 8 Jan 1999 to the name and address listed above. Interested, contractors should indicate whether they are small, small disadvantaged, 8A.. or large businesses. Any procurement resulting from this synopsis will be published separately in the CBD. All responses will be kept confidential and will not bind the Government or the contractar. Any proprietary data in the responses will be protected where so designated. All responses must reference this synopsis number on both the mailing envelope and any enclosed documents. This synopsis contains the best currently available information and is subject to change. This synopsis is not a Request for Proposal, nor does the Government intend to pay for any information submitted in response to this synopsis. This synopsis does not commit the Government to award a contract.!! ***** (W-341 SN277803)

84 Clothing. Individual Equipment and Insignia

Department of Veterans Affairs 662/90C, 4150 Clement St., San

Francisco, CA 94121 87-ANIMAL FEED SOL REP: 261-71-99 DUE 011198 POC Maria Graciano. 415-750-2066 This notice is to amend the response time. Response time is extended to read as 'shown above in Block 10 of this synopsis. Requests for this solicitation may be made via facsimile 415-750-2110 ATTN: Maria Graciano. (W-341 SN277700)

80 Brushes, Paints, Sealers and Adhesives

* Defense Supply Center Philadelphia, Attn: DSCP-FO, 2800 S. 20th

Street, Philadelphia, PA 19145 84-GLOVES, TOXICOLOGICAL AGENTS PROTECTIVE TYPE 1 SOL SPO100-99-R-4003 POC Barbara Dully. DSCP-FOEC-2, 215-737-5789 8415-00-753-6550(s). Gloves. Toxicological Agents Protective Type 11 (M2 and M3, without closure ring). Specification MIL-G-12223), Quantity 16.120 pairs, one delivery starting 210 days after date of award to be delivered to 2 different destinations: Tracy CA and Richmond VA. To request a copy of the solicitation and specilications not available at the Naval Publications Center send request by Fax to Barbara Dully. 215-737-2406. This acquisition is Unrestricted. There is no closing date as of this date. Notes: 9 & 26.(W-341 SN277637)

GSA, FSS, Tools & Appliances Center (6FES), 1500 6. Bannister

Rd, Kansas City, MO 64131 80—SEALING COMPOUND SOL 6FERS-KO-5137-99 DUE 120898 POC Selwyn L. Calahan, Contract Specialist, Phone (816)823-1291, fax (816)926-3678, E-mail: Request 12 Month Standing Price Quote for: National Stock Number-8030-01-290-5137 Type I, Class B, 104 mls (3-1/2 oz) of base compound and the required amount of curing agent na 177 ml (6 oz) sectionalized injection cartridge, plus the required amount of adhesion promotor in a separate container. Minimum Order Quantity--144 Estimated Peak Monthly Requirement-494 Estimated |--Year Quantity-7.872 Destination--Stockton, CA (SI) Current Definite Quantity Required—3,408 Kits Description of Requirement: SEALING COMPOUND: In accordance with Aerospace Material Specification AMS-3277, Sealing Compound Polythioether, Integral Fuel Tanks and General Purpose. Fast Coring intermittent Use to 360 F (182 C), dated April 1995 anil the Caliptions

84. Clothing, Individual Equipment and Insignia_Potential Sources Sought

Directorate of Subsistance, Détense Supply Conter Philadelphia, Attn: DPSC-HRUB, 2800 $. 20th Street, Philadelphia, PA 191455099 89-CANNED FRUITS AND VEGETABLES, CONDIMENTS, PIE FILLINGS AND BEVERAGE BASES, ETC... SOL SPO300-99-R-8901 QUE 012799 POC Jennifer A. Dam. Contract Specialist, 215-737-7898 or A. Carol Santos, Contracting Officer, 215-737-3820 This requisitio for commercial components for the Unitized Tray Ration, the UGR Heat and Serve and the Unitized B-Ration will result in Firm-Fixed Price Long Term MultiSource Indefinite Quantity Contracts with two one-year options. Prodcuts will be delivered to Mechanicsburg. PA, and Tracy, CA. depots. Deliveries will be required 30 days after date of award. The proposed acquisition is an unrestricted acquisition with partial net-aside for 8(a).

http://www.dscp.dla.mil DSCP Humei as


Page 6

Issue No. PSA-2238; Wednesday, December 9, 1998

91 Fuels, Lubricants, Oils, and Waxes

93 Nonmetallic Fabricated Materials

Detense Supply Center Richmond, 8000 Jetterson Davis Mighway,

Richmond, VA 23297-5000 93-PAPER, MAP SOL SP049099R0791 DUE 123098 POC Vickie Panter POCK858/(804)279-5640/FAX(804)279-5643/KO-Magnorat Jackson (804)279-5924 PR# YPG98317000801 and YPG98328000165. NSN 9310 00-537-6875, Paper, Map. This synopsis is modified to add new require. ment, cancel solicitation number SP0490-99-Q-M319, and replace it with SP0490-00-R-0791. Change quantity from 50 SD to 100 SD. 341 SN277639)

is required for all volumes of fuels and fuel oil measured in tank trucks, trucks and trailers and tank wagons which are in excess of 3,500 gallons, MEASUREMENT STANDARDS. All measurements and calibra; tions made to determine quantity shall be in accordance with the most recent edition of the API Manual of Petroleum Measurement Standards (MPMS). Outside the US, other technically equivalent national or international standards may be used. Certified capacity tables shall mean capacity tables prepared by an independent inspector or any independent surveyor, (1) Volume XII, Table 52. shall be used to convert cubic meters at 15 degrees Celsius to barrels of 60 degrees Fahrenheit. Convert liters at 15 degrees Celsius to cubic meters al 15 degrees Celsius by dividing by 1,000. Convert gallons at 60 degrees Fahrenheit to barrels at 60 degrees Fahrenheit by dividing by 42. Should foreign law restrict conversion by this method, the method required by law shall used. (2) if the original measurement is by weight and quantity is required in US gallons, thens -- (A) Volume XII. Table 58. shall be used to convert metric tons to US gallons at 60 degrees Fahrenheit. (3) API MPMS. Chapter 4: Proving Systems. All melers used in determining product volume shall be calibrated using this standard with the frequency required by local regulation (foreign or domestic). If no local regulation exists, then the frequency of calibration shall be that recommended by the meter manulacturer of every 6 months, whichever is more frequent. 3. Submission of invoices for payment. PC&S deliveries. (A) Overbillings-(a) That are less than or equal to 0.5 percent of the quantity listed on the receiving document will be paid as originally invoiced by the Contractor when the over billed quantity is solely a result of a difference in measurement techniques. (b) That exceed 0.5 percent of the quantity listed on the receiving document will be paid based on the corrected quantity as determined by the activity and annotated on the activity's receiving document (8) Underbillings will be paid as invoiced. (C) Notwithstanding any permissible variation percentage, payment is authorized to a percentage not to exceed 120 percent of the ordered quantity: Payment shall be made for quantity within this allowable variation listed on the receiving document as received and accepted by the activity and invoiced by the Contractor (D) DFAS-Columbus will be the payment for any contract resulting from this synopis/solicitation. 3. In addition to the inspection and acceptance procedures contained in commercial clause 11.03-1. the following inspection procedures apply. Before trucks are released, the basis analysis on the trucks needs to be approved by the in-country QAR, Delivery requires the use of a dedicated truck. lo include dedicated discharge hoses. The QAR will wilness the delivery from time pt loading to time of discharge. 4. F105 VARIATION IN QUANTITY (APR 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping. or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to

10 Percent increase

10 Percent decrease this increase or decrease shall apply to each delivery order (FAR 52.211-16)

http://www.desc.dla.mil/main/p/grfuels/guatemala.htm Guatemala PC&S Solicitation Page

msantoro@desc dla mil or Guatemala Jet A1 Solicitation $P0600-99-R-0041 (W-341 SN277801)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 93-PAPER, MAP SOL-SP049099R0746 DUE 012799 POC Vickie Palet POCK858/(804)279-5640/FAX (804)279-5643/KO-Magnora Jackson (804)279-5924 PR# YPG98317000802. NSN 9310-01-408-5289. free, Map, IAW Joint Committee on Printing STD., Length 58.0 W. Non 42.0 in. U/L = SD (SD = 6000 SH), Grain direction-Long betaal IAW Spec NR JCP E50, Basic dated 98 Jan 20. Based on mariak research, the Government is not using the policies contained in tai 12, Acquisition of Commercial Items, in its solicitation for the described supplies of services. However, interested persons may identity in the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice Quantity: 50 SD. Delivery Schedule (60 Days ARO), UNRESTRICTED. The final contract award decision may be based upon a combination price, past performance and other evaluation factors as described a the solicitation. MORE THAN ONE SOURCE. Solicitation will be made in writing: (W-341 SN277683)

Defense Energy Support Center, 8725 John ). Kingman Rd., Suite

4950, FT Belvoir, VA 22060-6222 91-VEJ FUEL, AVIATION (AI) SOL SP0600-99-R-0041 DUE 121198 POC Mark Santoro, (703) 767-9558 or Pamela Grillith, (703) 7679536 Jet A-1 (w/o) additives, JAI, NSN: 9130-00-753-5026, ASTM D 1655 as modified by Clause C16.08-4. Requirement consists of deliveries of 8,000 USG per week for eight weeks to San Jose, Guatemala, Estimated total quantity for the entire delivery period is 64,000 USG. Estimated delivery period is from date of award to 15 February 1999. Delivery will be FOB Destination into two. 10,000 USG collapsible fuel tanks. This is a combined synosis/solicitation for commercial ilems prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. Those firms interested in submitting an offer on this synopsis/solicitation can request a packet which includes the full text of clauses incorporated by reference. The Government contemplates award of a Requirements Type, Fixed Price with Economic Price Adjustment contract resulting from this solicitation. Product will escalate / de-escalate cent for cent with the arithmetic average of the Exxon Curacao, Shell West and Tex Trader postings for Dpa/Jet found in Platt's Caribbean Product Postings. Offer prices should be based on the reference price, $0.4167, in effect 20 Nov 98. Ollerors' written proposals should be submitted in English. in US dollars per gailon and signed by an authorized company official. Proposals should include the following elements: price, price structure,

be received by 1 PM, local ft: Belvoir, VA, US time on 11 December 1998. Please submit your offer via fax. Your fax should be addressed to the BID CUSTODIAN / DESC-PCC / RM 3729 / FAX # (703) 767-8506. Please note the solicitation number SP0600-99-R-0041 on the tax. NOTE: DESC intends to evaluate offers and award a contract without discussions with oflerors. Offerors' initial offer should contain their best termis from a price and technical standpoint. The following clause is hereby incorporated into this solicitation in full text. 11.20 CLAUSES INCORPORATED BY REFERENCE OUN 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http:// www.farsite. hill. af.mil or http://www-far.npr.govi (FAR 52.252-2) Under the provisions of Clause 11.20 above, the following clauses are hereby incorporated into this solicitation by reference: 1. FAR / OFAR CLAUSES 17.03-1 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (APR 1998) (FAR 52.212-4) 11.04 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (OCT 1998) (FAR 52.212-5) 11.05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 1998) (DFARS 252.212-7001) 128.21 TAXES-FOREIGN FIXED PRICE CONTRACTS (JAN 1991) (FAR 52.229-6) 133 INTEREST (JUN 1996) (FAR 52.232-17) 184 REQUIREMENTS (OCT 1995) (FAR 52.216-21) 1115 CONTRACTOR RESPONSIBILITY FOR RETURNING UNDELIVERED FREIGHT APR 1984) (FAR 52.247.16) 12.05 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (AUG 1998) K1.01-9 OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS (OCT 1998) (FAR 52.212-3) (DEVIATION) (ALT 1) *OFFERORS ARE REQUESTED TO INCLUDE A COMPLETED COPY OF THIS PROVISION WITH THEIR PROPOSAL. II. DESC CLAUSES B19.02 ECONOMIC PRICE ADJUSTMENT (OVERSEAS) (DESC OCT 1993) C16.08-4 TURBINE FUEL, AVIATION (ET AAI/A50/B) (DESC SEP 1998) F3 TRANSPORT TRUCK AND/OR TRUCK AND TRAILER FREE TIME AND DETENTION RATES (PC&S/COAL) (DESC APR 1998) G9.07 ELECTRONIC TRANSFER OF FUNDS PAYMENT CORPORATE TRADE EXCHANGE (DESC OCT. 1997) G18 ACCOUNTING AND APPROPRIATION (DESC FEB 1968) 111.01 ADMINISTRATIVE COST OF DEFAULT (DESC APR 1997) 1190.04 MATERIAL SAFETY DATA SHEETS-COMMERCIAL ITEMS (DFSC MAR 1996) 1209 09 EXTENSION PROVISIONS (PC&S) (OFSC OCT 1994) K45 FACSIMILE INVOICING (DFSC SEP 1988) 15.01 AGENCY PROTESTS (DESC AUG 1997) ---DLAD 154 SITE VISIT (DFSCOCT 1992) LUI. ADDITIONAL TERMS AND CONDITIONS In addition to the terms and conditions noted above and in the clauses incorporated by reference, the following terms and conditions shall be included in any resultant contract. 1. All deliveries shall be made on the day specified in the delivery order unless otherwise authorized by the receiving activity during normal working hours of such activity provided that the Contractor shall have received the order at least 48 hours prior to the day so specified. 2. At the Government's option, quantity may be determined at the receiving activity on the basis of (a) Weighi. using calibrated scales; or (b) A calibrated meter on the receiving tank system. If the Government does not elect to use one of the methods in (a) or (b) above, the quantity shall be determined (at

Defense Energy Support Center, 8725 John J. Kingman Rd., Suite

4950, Ft Belvoir, VA 22060-6222 91-DIESEL FUEL *#2 (DF2), AND PREMIUM UNLEAD GASOLINE (MUP) FOR EGYPT PC&S SOL Sp0600-R-0109 DUE 012099 POC Tyler parket, annette brim. 703-767-9530, 703-767-9526 Diesel heating Fuel 12 (DF2), NSN: 9140-00-286-5294. est aty. 1.353,600 liters (351.936 US Gallons); Automotive Premium Unleaded Gasoline (MUP). NSN: 9130-00-148-7104. est qty, 100.000 liters (26.000 US Gallons), for Naval Medical Research Unit Three (3) in Cairo, Egypt, facsimil Offers accepted at 703-767. 8506. Contract ordering period from 01 May 1999 through 30 April 2001. Solicitation will be distributed by online acess at: http:// www.desc dla.mil/main/p/gsfuels/gli&iihim All.sesponsible sources may submit a proposal which shall be considered.

http://www.desc.dla.mil/main/deschome.nim egypt pc&s tdparker@desc dia mit egypt pc&s (W-341 SN277815)

* US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey

07806-5000 99-ORAFTING REPRODUCTION SUPPORT SOL DAAE 30-99-Q-1007 DE 121698 POC Magda Szymanski, Contract Specialist. (973) 724-3058 This is a combined synopsis/solicitation for commercial items prezent in accordance with the format in Subpart 12.6. as supplemented a additional information included in this notice. This announcement stitutes the only solicitation; proposals are being requesled, 1 written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) Number DAA 30-99-Q-1007. This solicitet document and incorporated provisions and clauses are those need through Federal Acquisition Circular 90-38. The Standard Indust Classification Number is 7389, and the Business Size Standard 1 500 employees. This acquisition will be procured as a 100% Sod Business Sel Aside requirement. STATEMENT OF WORK is as toliau 1) The Government will provide the contractor with ouginal dicuesti to be reproduced. 2) The contractor shall reproduce the following young of documents: Film Negatives, Direct Positive Wash-ofis. Contract Wash Olls, Blow-back from 35mm aperture card to projection Wasand 10 projection positive matte fum, Hall Tone positives, Bitesi line diazo copies, Block/backs from 35mm aperture card to postele paper will be full size representation of drawing size shown on matt The following sizes and dimensions are as follows: Size D. Dimensions 22 x34: Size E. Dimensions 34 x 44, Size F. Dimensions 40 1 2 Size.d, Dimensions 34 variable length. 2) The contractor shal ** photoplotting service on 7 MIL Stable Base Mylar PCB from Magnets media. The dimensions are as follows: 5x7, 12-18. 6x9. 1&18. 10:12 16x20, 11x14, 20124.3) The contractor shall return linished reproducts within 72 hours after pick-up. 4) The contractor shall compete in above within Iwelve months after receipt of purchase order. The Govern ment will award a purchase order resulting from this solicitation 3 the olteror whose offer conforms to this soliciation, is the most a tageous to the Government, and the lowest cost acceptable, respons. offer. Any resulting purchase order will contain appropriate FAR DOD FAR Supplement clauses (and any implementations thereafter commercial items. The quote shall be submitted electronically to the app following email address: . Telephone and/or " ten requests are not necessary, as this announcement constitutes technical requirement in full text. No other information will be supplied All quotations should be received by the date and time stated 230* See Note 1.

http://procnet.pica.ar my.mil/cbd/RFP/9901007/99Q1007.blm US ARMY TACOM-ARDEC Procurement Network

Szymanski (D-34 I SN277713)

Ce lime of delivery; (c) Certified tank calibration markers. Certified tank calibration markers will not be accepted unless the conveyance is fult to the marker and the entire quantity is delivered: or (d) The net quantity determined at the loading point by a calibraled loading rack meter or calibrated scales. This quantity must be mechanically imprinted on the loading rack meter ficket that is generated by the loading rack meter ol calibrated scales. If this method is used, the Government reserves the right to redetermine the quantity received at time of delivery by gauging the receiving tank Detore and after delivery. WATER BOTTOMS. (a) Every delivery must be free of all water bottoms prior to discharge; and (b) The Contractor is responsible for their remova! and disposa!. VOLUME CORRECTION. Volume correction to gallons at 60 degrees Fahrenheit for liters at 15 deorees Celsiusi

Defense Energy Support Center, 8725 John J. Kingman Rd., Suite

4950, Ft Belvoir, VA 22060-6222 91-COAL,BITUMINOUS, MIGH VOLATILE SOL SP0600-99-R-0032 DUE 020299 POC Sherrill Nichols/Donna M. Frankel (703) 767-8523/8524 9110-Coat bitumenous thigh volatile) 6,000 metric tons for delivery to U.S. installations in Germany. Olters providing coal from U.S. and foreign sources will be considered. Delivery period is O1 May 1999 (June 1999 at the Rheinau Coalyard) through 30 April 2000. Ollers may be submitted via lacsimile. (703) 767-8506. Hard copy must be received within 10 days of closing date. See note 12. All responsible sources may submit a proposal which shall be considered. Please see ou! internet site for pricing history for U.S, wistallations in Germany.

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 99-MISCELLANEOUS SOL YPC98289000728 DUE 122898 POC cyntha bartholomew (614) 692-7520 fax: (64) 592 6906 item compactor sale

electrical power standard commercial in accordance with astm-d-3951 with mil-sto-129 mar potentially hazarous

http://www.dscc.dla.mil.sto dscc solicitation on the web (W-341 SN277718)

$600,000.00 DID 120398 10 EMC, Inc., Post Office Box 8143, Greenwood. MS 38930

http://www.mvk.usace.army.mil/contract contracting division homepage

randy.r.brownÔMVKOI.usace.army.mil randy brown, contract specialist, 601/631-7249 (W-341 SN277763)

Commander (VPL), U.S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Norfolk,“

VA 23510-9102 KOOCKSIDE SERVICES FOR USCGC WRANGELL POC Beverly Garner (757) 628-4663 CNT DICG80-99-P-37C716 AMT $42000.00 DID 120798 TO Samples Shipyard, 120 Commercial Street, Boothbay Harbor, ME 04538 (W-341 SN277795)

99 Miscellaneous Potential Sources Sought

F Natural Resources and Conservation Services

AETC CONSILGCU 2021 1st Steet West, Bldg 853, Randolph AFB,

TX 78150-4302 99-1-1 PILOTS AT PENSACOLA NAS SOL F4168999R0024 DUE 123198 POC Capt Timothy Hawkins, PCO, (210) 652-2122 This is a sources sought synopsis and market research for a potential requirement for a contractor to provide pilots to fly the 1-1 aircraft at Pensacola NAS in support of the Intermediate Phase of Joint Undergraduate Navigator Training. The SIC code is 4512; 1.500 employees size standard will be used. The contractor would be responsible for flying approximately 3800 hours year. The AETC Contracting Squadron is conducting market research to identify women-owned businesses, small businesses, Section 8(a) businesses, small disadvantaged businesses, and HBCU/Mis with

experience providing said services. Additionally, market research is being † conducted for a determination of commerciality. Any firms with commercial

contracts for same/similar services are invited to submit information regarding unique commercial terms and conditions, type of quality assurance, market pricing, and commercial payment terms. Responses must be received no later than 3:00 p.m. CST, 31 Dec 98. No telephone

Detense Reutilization and Marketing Service, 74 Washington Avenue

N. Federal Center, DRMS-IPNA, Battle Croek, MI 49017-3092 F-DISPOSAL SERVICES AND OPERATIONAL SUPPORT POC Mr. Joseph A. Bednar. Contracting Officer, DRMS-TPHB. (616)961-7546, FAX (616)961-4417 CNT SP4400-99-0-0001/SOLICITATION SP4400-98-R-0056 AMT $1.293.852.00 LINE NA DID 120198 T0 Chem-Met Services, Inc. 18550 Allen Road, Brownstown. MI 48192

http://www.drms.dla.mil SP4400-98-R-0056

, mil (W-341 SN277634)

Acquisitions Management Operations Branch, NIAID, 6003 Executive Blvd, Solar Building. Room 1C38, Contracts Soction, Bethesda,

MD 20892-7605 1-EXERCISE OF OPTION YEAR' 4, (FINAL) MAINTENANCE OF STERLIZERS, CAGEWASHERS AT RML,MONTANA POC Barbara Welsh, Contract Specialist/ Karin E. Eddy. Contracting Officer CNT NO2-A050119, Mod 6 AMT $33.330.38 LINE NA OID 120298 TO Old West Medical Repairs, 3556 East Side Hwy., Stevensville, MT 59870 (W341 SN277852)

http://www.contracting.aetc.al.mil AETC Large Dollar Business Opportunities

Capt Timothy Hawkins, PCO, AETC Contracting Squadron (W-341 SN277811)

U.S. Department of Justice, Federal Bureau of Prisons, Procurement

and Property Branch, 320 First Street NW, Washington, D.C. 20534 6-RESIDENTIAL COMMUNITY CORRECTIONS CENTER SERVICES POC Michelle D. Acelo. Contracting Ollicer, (202) 307-3069 CNT 1200C404 AMT $412.815.00 LINE Three DID 112598 TO YWCA of Greater Portland, IIII SW Tenth Avenue. Portland, Oregon 97205 (W-341 SN277757)

SA-ALC/Contracting Directorate

LPKAM; 485 Quinten Roosevelt Road, Suite 12; Kelly AFB, TX 78241-6419

REPAIR/OVERHAUL RE:F41608-98-R-0170 POC MELISSA FAUBER/ (210) 925-6385 CNT F41608-99-1-0006 AMT $3,348,000.00 LINE 00010013 DTD 101398 TO TURBINE ENGINE SERVICES 523 HALFWAY HOUSE RD PO BOX 3425 WINDSOR LOCKS, CT 06096-3425

http://www.kelly-afb.org/links/proc/index.html SA-ALC, Kelly AFB Contracting Home Page

Send E-Mail to the POC (D-341 SN277859)

US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101

JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109-3435 H-QUALITY ASSURANCE MATERIALS TESTING SERVICES, GERMAN AIR FORCE PHASE II, HOLLOMAN AFB, OTERO COUNTY, NEW MEXICO POC Contract Specialist Mary B, Henry (505) 342-3454 (Site Code DACA47) CNT DACA47-99-C-0002 AMT $281.973 LINE Line Items 0001 and 0003 DID 120798 TO ENCON INTERNATIONAL, 7307 REMCON CIRCLE STE 101, EL PASO, TX 79912. (915) 833-3740 (1-341 SN277772)

Department of Veteran Affairs, Contracting Officer 90C, VA Medical Center, Bldg 41, 2200 Ft Roots Dr., North Little Rock, AR 72114-

1706 Q--AWARD OF DME CONTRACT FOR 1/1/99 THROUGH 12/31/99 POC Mike Barger (501) 370-6632 CNT V598P-4143 AMT $546,657.44 DID 010159 TO Baker/Mid-Cities. 4801 Spring Valley Road, Suite 125B, Dallas, TX 75244 (W-341 SN277833)

| Maintenance, Repair, and Rebuilding of Equipment

NASMLangley Research Center, Mail Stop 144. Industry Assistance

Office, Hampton, VA 23681-0001 ? AINVESTIGATION OF THE PHOTOCHEMICAL PROCESSES THAT CON

ROL STRATOSPHERIC OZONE: "ANALYSIS OF REMOTE AND IN-SITU UTA SETS" POC Ledora R. Akanni, Contract Specialist, Phone (757) 64.2532, Fax (757) 864-6131, Email L.R.AKANNIQlarc.nasa.gov CNT AS1-98118 AMT $234,298 LINE I DTD 110498 TO Atmospheric and Svironmental Research, Inc.; 840 Memorial Drive: Cambridge, MA 02139

SA-ALC/Contracting Directorate/LPKBD; 485 Quinten Roosevelt Road,

Suite 12; Kelly AFB, TX 78241-6419 1-IF-39 REPAIR/OVERHAUL - RE:F41608-98-R-0066 POC SA-ALCI LPKBD E. ARRENDONO/(210) 925-8731 (210) 9252398 FAX 485 QUENTIN ROOSEVELT RD/BLDG 171 KELLY AFB, IX 78241-6427 CNT F4160899-0-0075 AMT $2,957,000.00 LINE 0001 DTD 113098 TO CHROMALLOY GAS TURBINE COPR (91919) CHROMALLOY HOLLAND DIV. SIRUSSTRANT 55 5015 8T TILBURG THE NETHERLANDS, NL 000000000

http://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB Contracting Home Page

Send E-Mail to the POC (D-341 SN277666)

Department of Veteran Attairs, Contracting Officer 90C, VA Medical Center, Bldg 41, 2200 Ft Roots Dr., North Little Rock, AR 72114

1706 Q-AWARD OF HOME 02 CONTRACT FOR 1/1/99 THROUGH 12/31/ 99 POC Mike Barger (501) 370-6632 CNT V598P-4179 AMT $244,500.00 DID 010199 TO Health Cor Oxygen & Medical Equipment, Inc. 8150 N. Central Expressway, Suite M-2000. Dallas, TX 75206 (W-341 SN277837)

https://nais.msfc.nasa.gov/EPS/LaRC/award.html Langley Research Center Procurement Synopses of Contract Awards Page Ledora R. Akanni (D-341 SN277623)

R Professional, Administrative and Management Support Services

U.S. Army Tank-Automotive and Armaments Command, Acquisition

Center (AMSTA-AQ-DE), Warren, MI 48397-5000 A MODIFICATION TO BAA CONTRACT WITH ARCCA, INC. FOR REDESIGN OF MILITARY VEHICLE SEATS POC Ms. Pauline Ash (810) 574. 1625 CNT P00003 to DAAE07-98-C-L003 AMT $65,098.27 LINE N/A DTO 120898 TO ARCCA Inc.,5 Choke Chery Road, Suite 325, Rockville. MD 20850

http://www.tacom.army.millacacen Click here to visit TACOM-Warren's Acquisition Center home page.

Click here to contact the Contract Specialist. Pauline Ash (W-341 SN277668)

2 16 Aircraft Components and Accessories

SA-ALC/Contracting Directorate/SA-ALCALPKAF; 485 Quinten

Roosevelt Road, Suite 12; Kelly AFB, TX 78241-6419 16_CONNECTING LINK, NSN: 3040-00-361-2781--PN: 4054118 RE:F4160899-4-44042 POC R. Batkins, SA-ALCAPKAF Phone (210) 9256566 CNT F41608-99-C-0049 AMT $1,531.038.31 LINE 0001 DTD 111698 TO Networks Electronics Corp. U.S. Bearing Division 9750 Desoto Ave. Charsworth, CA. 91311-4409

http://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB Contracting Home Page

, mil Send E-Mail to the POC (D-341 SN277701)

Defense General Supply Center 8000 Jett Davis Hwy Richmond,

VA 23297-5312 28-HANGER, STAGE 1 SHROUD SOL SPO480-98-R-1329 CNT F3460197-G-0002-TY30 AMT $218.331.36 LINE 0001AA THROUGH 0001AK DID 120498 TO General Electric Co Aircraft Engine Business Group M/ S 564X1 1000 Western Ave Lynn MA 01910-2690 (1-340 SN277556)

Defense Supply Center Columbus PO BX 16595, DSCC-PBAB Columbus, OH 43216-6595 16-PISTON, FLUTTER DAMPENER. ALUMINUM ALLOY, SOL SP074098-0-2936 CNT SP0740-99-M-KNOT AMT $33,924.50 LINE 0001 DID 120498 TO Aero Engineering and Mig Co 28217 Ave Crocker Valencia CA 91355-1249 (1-340 SN277549)

Defensa General Supply Center 8000 Jett Davis Hwy Richmond, 1 VA 23297-5312

16–RELEASE, CANOPY, PARACHUTE SOL SP0460-98-R-0358 CNT P0460-99-C-5079 AMT $792,540.00 LINE 0001AA THROUGH 0002AC TD 120498 TO Koch H and Sons Co 5410 E La Palma Ave Anaheim A 92807-2099 (1-340 SN277578)

Delense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 25—FRAME ASSEMBLY, WINDSHIELD. WELDED CONSTRUCTION. SOL SPO750-99-0-1154 CNT SPO750-99-M-2204 AMT $48,369 00 LINE 0001 THROUGH 0002 DID 120498 TO Btmc Corp 5810 Columbus Pike Lewis Center OH 43035 (1-339 SN277528)

SA-ALC/Contracting Directorate/LPKAH; 485 Quinten Roosevelt Road,

Suite 12; Kelly AFB, TX 78241-6419 28-4TH STAGE VARIABLE VANERE:F41608-97-R-45386 POC MEUSSA FAUBER/(210) 925-6385 CNT F41608-98-D-0652 AMT $1,638,851.46 LINE 0001-0006 DTD 101398 TO UNITED TECHNOLOGIES CORP/PRATT AND WHITNEY ACFT GROUP GOVT PROD DIV. PO BOX 109600 WEST PALM BEACH FL, 33410-9600

http://www.kelly-afb.org/links/proc/index.html SA-ALC, Kelly AFB Contracting Home Page

mlledesma@ipgatel kelly.af.mil Send E-Mail to the POC (D-341 SN277855)

SA-ALC/Contracting Directorate/SA-ALCALPKAE; 485 Quintan

Roosevelt Road, Suite 12; Kelly AFB, TX 78241-6419 16_CONNECTING LINK, NSN: 3040-00-361-2781-PN: 4054118– :F4160898-0-44338 POC R. Batkins, SA-ALCALPKAF Phone (210) 92566 CNT F41608-98-C-0698 AMT $437.500.00 LINE 0001 DID 101998 Networks Electronics Corp. U.S. Bearind Division 9750 Desoto Ave. arsworth, CA. 91311-4409 http://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB -ntracting Home Page Send E-Mail to the POC (D-341 SN277635)

Detense Supply Center Columbus PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 29_STARTER, ENGINE, ELECTRICAL, 24 VOLT. ON! SOL SPO750-99Q-1024 CNT SP0750-99-M-R268 AMT $52,640.00 LINE 0001 THROUGH 0002AB DID 120498 TO US Motor Works LLC 2425 S Garfield Ave Los Angeles CA 90040-1811 (1-340 SN277546)

28 Engines, Turbines and Components

Detense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 26-SUPPORT, SHROUD SOL SP0411-99-Q-E656 CNT F34601-97-G0002-TY3F AMT $32.466.21 LINE 0001 THROUGH 0003 DTD 120498 TO General Electric Co Aircraft Engine Business Group M/S 564X1 1000 Western Ave Lynn MA 01910-2690 (1-340 SN277553)

Defense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 29_REPLACEMENT KIT, CARBURETOR. CNT SP0750-99-C-2972 AMT $210,172.56 LINE 0001 THROUGH 0005 DTD 120498 TO Systems Material Handling Co 15785 S Keeler Terrace Olathe KS 66062-3519 (1-340 SN277550)

SA-ALC/Contracting Directorate/SA-ALCALPKAF; 485 Quinten

Roosevelt Road, Suite 12; Kelly AFB, TX 78241-6419 16–CONNECTING LINK, NSN: 3040-00-361-2781-PN: 4054118— F41608-99-0-44042 POC R. Batkins, SA-ALCALPKAF PHONE (210) 92656 CNT F41608-99-C-0049 AMT $1,531,038.31 LINE 0001 DID 111698

Networks Electronics Corp U.S. Bearings Division 9750 Desoto Ave. etsworth, CA, 91311-4409 attp://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB atracting Home Page kelly.at.mil Send E-Mail to the POC (0-341 SN277656)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 28-DUCT, EXHAUST, TURBINE ENGINE SOL SPO480-99-0-6050 CNT SPO480-99-M-8294 AM $26.585.00 LINE 0001AA THROUGH 0001AC DID 120498 10 Aar Airframe and Accessories Group Inc OBA AAR Defense Systems 1100 N Wood Dale Ro Wood Dale IL 60191 11-340 SN277555)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 29-COUPLING, ORIVE ENGINE SOL SPO480-98-0-Y962 CNT NO038396-G-005D-TYQH AMT $46.687.75 LINE 0001AA THROUGH 0002AC DTD

Defense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 43-PARTS KIT, ROTARY PUMP SOL SPO760-98-0-1748 CNT SP076099-M-0035 AMT $62.820,00 LINE 0001 DID 120498 TO IMO Industries Inc IMO Pump Div 1710 Airport Rd Monroe NC 28111-5020 (1-339 SN277524)

Defense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 48-PARTS KIT, VALVE SOL SP0740-98-Q-2900 CNT SP0740-99# NB35 AMT $42.750.00 LINE 0001 DID 120498 TO Carter 1660 Inc 671 W 17TH SI Costa Mesa CA 92627 (1-339 SN277529)

SA-ALC/Contracting Directorate/LPKAH; 485 Quinten Roosevelt Road,

Suite 12; Kelly AFB, TX 78241-6419 29-MANIFOLD, INTAKE—RE:FO2050-98-45441 POC ROSE DOMINGUEZ/(210) 925-6385 CNT F34601-98-G-0005-SAA9 AMT $26.949.60 LINE 0001 DID 102798 TO UNITED TECHNOLOGIES CORP/ PRATT AND WHITNEY ACFT GROUP GOVT PROD DIV. PO BOX 109600 WEST PALM BEACH, FL 33410-9600

http://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB Contracting Home Page

Send E-Mail to the POC (D-341 SN277838)

30 Mechanical Power Transmission Equipment

Defense Supply Center Columbus PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 30-CONNECTING LINK, RIGID CNT N00383-97-G-014M-UBIP AMT $4,900,000.00 LINE 0001AA THROUGH 0001AX DTD 120398 TO United Technologies Corp Pratt and Whitney Government Products Div Beeline Hwy P.O.Box 109600## West Palm Beach FL 33410-9600 (1-340 SN277545)

Delense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 31-CONE ANO ROLLERS, TAPERED ROLLER BEARING SOL SP044199-Q-G004 CNT SP0441-99-M-H426 AMT $43.431.00 LINE 0001 THROUGH 0002 DID 120498 TO Timken Co the Government Sales Bon-04 1835 Dueber Ave SW PO Box 6929 Canton OH 44706-0929 -340 SN277554)

Defense Supply Center Columbus PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 41-HOSE ASSEMBLY, NONMETALLIC. SOL SPO750-99-0-0674 CNT. SPO750-99-M-E178 AMI $86,800.00 LINE 0001 THROUGH 0002 DID

Delense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 48—VALVE RELIEF PRESSURE AND TEMPERATURE. SOL SP07428 0-3207 CNT SPO700-99-6-0002-0007 AMT $30.419.00 LINE 0001 010 120498 TO Pall Aeropower Corp Sub of Pall Corp 5775 Rao Vista DI Clearwater fl 33760-3114 (1-340 SN211547)


Page 7

held in contidence for U.S. Government use ool) However, DISC's intent is to develop an AFP from the aggregate of the information provided from industry as a whole. Please provide responses wy close of business November 13, 1998 to the following address: Defense Industrial Supply Center ATTN: Victoria Rian (DISC-APG) 700 Robbins Avenue Philadelphia, PA 19111 All responses must relerence RFL no. SPO50C-98-1-A002. Points of Contact (POCS for this RFI are as follows: Victoria Ryan, Contracting Officer: E-Mail

. HYPERLINK--mailto: vryan@disc dla mil, Telephone: (215) 697-5952: Kiryn Reade, Customer Liaison Specialist: Edail: HYPERLINK--mailto: reade@disc dla mil, Telephone: (215) 697*087: Steven Wentz, Customer liaison Specialist: E-Mail: HYPERLINK nailto: . Telephone: (215) 697-0677, (W-341 N277605)

INDUSTRIAL SPARE PARTS REQUET FOR INFORMATION (RFI) SPO5004-A002, Amendment 0001 1. Reqest for Intormation (RFI) SP0500----A002 is hereby amended as Allows: a. Page 3, the date for ceipt of responses is extended from November 13, 1998, 10 December

1998. 2. All other terms and caditions remain unchanged. (W.! 1 SN277606)

AETC BPAS FOR INFORMATION TECHNOLOGY PRODUCTS AND SERVICES The Headquarters Air Education And Training Command anticipates the establishment of no more than five blanket purchase agreements (BPAs) for intormation technology (IT) products and services. The SIC code is 8732. One of the five will be reserved for a small business if responsive. Another of the five will be reserved for an 8(a) firm of determined responsive. Interested vendors should have experience in the following: studies, analyses, research, advisory services, computerbased instruction, design and development, device development, modeling and simulation, training system networking. systems engineering, and the development of turn-key training systems. Additionally, vendors must be able to provide synopsis of current reseller products and services (e.g., software, training, and hardware). The total estimated acquisition value is $15 Million over three (3) year period. The BPAS will be awarded against vendors' GSA IT Schedule 70 contracts; thus, vendors responding to this notice must have an existing GSA schedule 70 contract by date of notice publication. Agency-specific terms and conditions and Organizational Conflict Of Interest clause may be incorporated. Interested vendors must submit the following information to the contracting office below. Your response is limited to six (6) pages typed, 10-font. Teaming arrangements are permitted, but must be addressed in your response. All "leammates must be GSA Schedule

70 contract holders. The first twenty-five (25) responses will be evaluated: others will be returned unopened. Your response must include and will be evaluated based upon: (1) technical capabilities (2) laborrate pricing information from existing GSA contract and any offered discounts specifically for the BPA (include a description and qualifications of each labor category). (3) relative experience, and (4) relative past performance data, in that order of importance. Specifically address "how you would price efficiencies in future Advanced Distributed learning, Business Process Modeling, Advanced Decision Support Systems, and Data Warehousing then apply to labor mox and quantity of hours. Upon receipt of notification of successful ofter, awardees will be required to provide the contracting othice below a complete, conformed (including posted modifications) copy of their basic 1010 Schedule 70 contract with the GSA. To be considered, responses must be received in the contracting office below no later than 29 Dec 98. All respondents must be registered in the Central Contractor Registration (CCR). Vendors must provide their CAGE code. DUNS number, tax identification number, business size, and socio-economic status. Other organizations will be allowed to order under the BPAs, but AETC CONS retains sole authority for executing orders. AETC IT requirements will be competed among the BPA holders on a best-value basis. The cognizant contracting office is the AETC Contracting Squadron/L GCU. 2021 First Street West, Randolph AFB, TX 78150-4302. For inquiries concerning this notice, contact the PCO, Capt Tim Hawkins, at (210) 652-2122. Email and facsimile responses are acceptable. Facsimile number 15 (210) 652-7665. Email tim

http://www.contracting.aetc.al mill ALTC Large-Dollar Business Opportunities

tim hawkins@randolph al mil Capt Timothy Hawkins, Contracting Officer, AETC Contracting Squadron (W-341 SN277651)

BROOKS AFB INFORMATION TECHNOLOGY EXPOSITION There will be ine day information technology expostion held at Brooks Air Force e in San Antonio, Texas on January 11. 199). Requested technologies ude: Windows, UNIX, Scientific Applicatnns, fommunications, Network gration, Laptops, Training. Workstations Scanners, and Data Manage11. For more information on exhibiting, please all the Federal Business incil at (800)878-2940 x202 or respond by email with company imation to . Http://www.fbcinc.com Click here to download our iational schedule nformation technology events Click here to email sales depatment (W-341 77641)

IRT MOOD INFORMATION TECHNOLOGY EXPO There will be a one information technology exposition held at fort Hod in Kileen. son January 12. 1999. Requested technologies inclue: UNIX, Win, Project Management, Peripherals, Training. LAN/WAN and Network rity. For more information on exhibiting. please call the federal ness Council at (800)878-2940 x202 or respond by email with any information to . tp://www.fbcinc.com Click here to download our national schdule ormation technology events Click here to email our sales department (W-41 7643)

GPO381331 NAS CORPUS CHRISTI, SUPPLY DEPARTMENT, PURCHASE

DIVISION&MDASH;CONTRACTS&MDASH;CODE 1941, 11001 D STREET

SUITE 143, CORPUS CHRISTI, TX 78419 GPO381355 OFFICER IN CHARGE OF CONSTRUCTION; MCAS EL TORO:

BUILDING T2006, POB 94004; SANTA ANA, CA 92709-4004 GPO381365 OFFICER IN CHARGE OF CONSTRUCTION, SOUTH TEXAS AREA,

BUILDING 19, NAS, 8851 OCEAN DRIVE, SUITE 101, CORPUS CHRISTI,

TX 78419-5525 GP0381417 ATI, 5300 INTERNATIONAL BLVD., NORTH CHARLESTON, SC

29418 GP0381422 REGIONAL CONTRACTING OFFICE, MARFORRES, 4400 DAU

PHINE STREET, NEW ORLEANS, LA 70146-5400 GPO381445 CONTRACTING OFFICER, CODE 074, NAVAL HOSPITAL, BOONE

ROAD, BREMERTON, WA 98312-1898 GPO381457 COMMANDANT OF THE MARINE CORPS (ARDB), HEAD

QUARTERS. U.S. MARINE CORPS, 2 NAVY ANNEX, WASHINGTON, DC

20380-1775 GPO381466 NAVAL HOSPITAL, MATERIALS MANAGEMENT DEPT., PURCHASE

DIV., BLDG. 81-H, GREAT LAKES, IL 60088 GPO381478 DEPARTMENT OF THE NAVY, FLEET TECHNICAL SUPPORT

CENTER ATLANTIC, PROCUREMENT DIVISION, 9280 10TH AVENUE, NOR

FOLK. VA 23511-4396 GP0391025 US PROPERTY &AMP; FISCAL OFFICE-NY, ATIN MNPF-PC.

330 OLD NISKAYUNA ROAD. LATHAM NY 12110-2224 GP0391326 NEVADA AIR NATIONAL GUARD, BASE CONTRACTING OFFICE,

1776 NATIONAL GUARD WAY, RENO, NV 89502-4494 GPO391329 AF SPACECOM/CA. 150 VANDENBERG SI, STE 1105, PETERSON

AFB. CO 80914-4030 GP0414028 NCI FREDERICK CANCER RESEARCH AND DEVELOPMENT CEN

TER (NC). FCRDC), P.O. BOX B. FREDERICK, MARYLAND 21702-1201 GP0416841 DHHS, INDIAN HEALTH SERVICE, HEADQUARTERS WEST/CON

TRACTING OFFICE. 5300 HOMESTEAD ROAD NE, ALBUQUERQUE, NM

87110-9999 GP0431013 NATIONAL PARK SERVICE, DENVER SERVICE CENTER, 12795

WEST ALAMEDA PARKWAY, P.O. BOX 25287 DSC-CA, DENVER, CO

80225-0287 GP0431119 NATIONAL PARK SERVICE, GLACIER NATIONAL PARK, WEST

GLACIER, MT 59936 GP0431121 NATIONAL PARK SERVICE, MIDWEST REGIONAL OFFICE, 1709

JACKSON STREET, OMAHA, NEBRASKA 68102 GP0431148 NATIONAL PARK SERVICE, SOUTHEAST FIELD AREA, 1924

BUILDING, 100 ALABAMA. SW. ATLANTA, GEORGIA 30303 GP0441002 U.S. DEPARTMENT OF JUSTICE, PROCUREMENT SERVICES

STAFF, NATIONAL PLACE. SUITE 1000, 1331 PENNSYLVANIA AVENUE,

NW, WASHINGTON, DC 20530 GP0451032 PHOENIX JOB CORPS, 518 S. THIRD SI. PHOENIX, AZ 85004 GP0471010 FOREIGN SERVICE INSTITUTE, DEPARTMENT OF STATE, 4000

ARLINGTON BOULEVARD, ARLINGTON, VA 22204 GP0481011 DEPARIMENT OF THE TREASURY, COMPTROLLER OF THE

CURRENCY, ADMINISTRATOR OF NATIONAL BANKS, 250 E STREET,

SW, WASHINGTON, DC 20219 GP0491008 COMMANDER (V). U.S. COAST GUARD, MAINTENANCE AND

LOGISTICS COMMAND ATLANTIC, 300 E. MAIN SL, SUITE 600. NORFOLK,

VA 23510-9102 GP0643004 DISTRICT OF COLUMBIA PUBLIC SCHOOLS(OACM), 415 12TH

STREET, SUITE 807, WASHINGTON, DC 20004 GP0645021 V.S. DEPARTMENT OF ENERGY, WESTERN AREA POWER ADMIN

ISTRATION, P.O. BOX 6457, (615 S. 43RD AVE.), PHOENIX, AZ 85005 GP0645040 BECHTEL JACOBS CO. LLC. HIGHWAY 58 SOUTH, OAK RIDGE,

TN 37830-7596 GP0645069 OFFICE OF ECONOMIC TRANSITION, FLUOR DANIEL HANFORD,

INC., POST OFFICE BOX 1000, MSIN H8-64, RICHLAND, WA 99352 GP0645085 KNOLLS ATOMIC POWER LABORATORY. P.O. BOX 1072, SCHE

NECTADY, N.Y. 12301-1072 GP0645098 PACIFIC NORTHWEST NATIONAL LABORATORY, BATTELLE ME

MORIAL INSTITUTE, 1779 TERMINAL DRIVE, RICHLAND, WA 99352 GP0656008 U.S. ENVIRONMENTAL PROTECTION AGENCY, 75 HAWTHORNE

SL PMD-8. SAN FRANCISCO, CA 94105-3901 GP0656014 DYNCORP I&ET, US EPA WASH TELECOM CENTER (MC3406),

401 M STREET, SW. WASHINGTON, DC 20460 GP0656037 ECOLOGY AND ENVIRONMENT, INC. 999 THIRD AVENUE,

SUITE 1500. SEATTLE, WA 98104 GP0656044 U. S. EPA, ATIN: PURCHASING, P.O. BOX 93478. LAS VEGAS,

NV 89193-3478 GP0682008 GENERAL SERVICE ADMINISTRATION, PBS, BUSINESS SERVICE

CENTER.26 FEDERAL PLAZA ,RM18-130, NEW YORK, NY 10278 GP0682051 GENERAL SERVICE ADMINISTRATION (7PMCC), PROPERTY

MANAGEMENT DIVISION, 819 TAYLOR SI., RM, 12A29, FORT WORTH,

TX 76102-6105 GP0682094 GSA, PBS, PROPERTY DEVELOPMENT (4PCC), SUITE 2500,

401 WEST PEACHTREE ST., NW, ATLANTA, GA 30365-2550 GP0682144 GENERAL SERVICES ADMINISTRATION, FEDERAL TECHNOLOGY

SERVICE (FIS), TECHNICAL SERVICES DIVISION (4TRF), 401 WEST

PEACHTREE STREET, N.W, SUITE 2700, ATLANTA, GA, 30365-2550 GP0682165 GENERAL SERVICES ADMINISTRATION, FEDERAL TECHNOLOGY

SERVICE (FIS), FINANCIAL MANAGEMENT SYSTEM SOFTWARE CENTER

(IFW), 5203 LEESBURG PIKE, SUITE 1100, FALLS CHURCH, VA, 22041 GP0682171 GENERAL SERVICES ADMINISTRATION, PROPERTY MANAGE

MENT DIVISION, CENTRAL HEATING & REFRIGERATION PLANT, 131H

& C STREETS, S.W., 2ND FLOOR OFFICE, WASHINGTON, DC 20407 GP0682260 GSA, FEDERAL CENTER, ROOM 2-1-6, 74 N. WASHINGTON

AVE., BATTLE CREEK, MI 49017-3086 GP0682265 GENERAL SERVICES ADMINISTRATION, PUBLIC BUILDINGS

SERVICE, OFFICE OF PORTFOLIO MANAGEMENT, 7TH & D STREETS,

SW, ROOM 7600, WASHINGTON, DC 20407 GP0682271 GENERAL SERVICES ADMINISTRATION, ACQUISITION SERVICES

DIVISION, 1301 CLAY STREET, SUITE 280S, MB 45, OAKLAND, CA

94612 GP0751065 ROTHE JOINT VENTURE, L.P.: 4614 SINCLAIR RD.: SAN ANTO

NIO, TX 78222

NDOLPH AFB INFORMATION TECHNOLOGY EXPO There will be a day information technology exposition held at Randolph AFB in Antonio, Texas on January 14, 1999. Requested technologies include: orking. Laptops, Training, CASE Tools. Presentation Systems ectivity Products, Web Technologies, and Desktop V Products. Foi information on exhibiting, please call the Federal Business Council 00)878-2940 x202 or respond by email with company information . D://www.fbcinc.com Click here to download our national schedule ormation technology events Click here to email our sales department (W-341

GP0341115 USDA, FOREST SERVICE. 100 WEST CAPITOL STREET, SUITE

1141, FEDERAL BUILDING, JACKSON, MS 39269 GP0341172 U.S. FORESI SERVICE, NATIONAL INTERAGENCY FIRE CENTER,

3833 S DEVELOPMENT AVENUE, BOISE, IDAHO 83705 GP0361042 DEPARTMENT OF DEFENSE. OSO/WHS. REAL ESTATE AND

FACILITIES DIRECTORATE, SUPPORT SERVICE DIVISION, PROCUREMENT

BRANCH, ROOM 30345 PENTAGON, WASHINGTON, DC 20301-1155 GP0361096 SECRETARY OF DEFENSE, DEFENSE POW/MP OFFICE, 1745

JEFFERSON DAVIS HIGHWAY, CRYSTAL SQUARE #4, SUITE 800. ARLING

TON, VA 22202 GPO362503 DEFENSE SUPPLY CENTER RICHMOND. 8000 JEFFERSON DAVIS

HIGHWAY, RICHMOND, VA 23297-5000 GPO371059 DEPARTMENT OF THE ARMY, DIRECTORATE OF CONTRACTING,

BUILDING 622. FORT STEWART, GEORGIA 31314-5189 GP0371060 US ARMY ENGINEER DISTRICT, SAVANNAH, P.O. BOX 889,

SAVANNAH, GEORGIA 31402-0889 PO371074 DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS

OF ENGINEERS, 167 N MAIN SI RM B202 ALIN: CEMVM-CT, MEMPHIS

IN 38103-1894 GF0371145 US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICI, PO

1OX 2946, PORTLAND OR 97208-2946 GP0371155 WIESBADEN REGIONAL CONTRACTING CENTER, ATTN: AEUCC

CA, CMR 410 BOX 744, APO AE 09096 GP0371330 USPFO FOR INDIANA, PURCHASING AND CONTRACTING, 2002

SOUTH HOL ROAD, INDIANAPOLIS, IN 46241-4839 GP038 1081 COMMANDER, MARINE CORPS SYSTEM COMMAND, CODE

CIQ. 2033 BARNETT AVENUE, SIE 315. QUANTICO, VA 22134-5010 GP0381082 OFFICE OF NAVAL RESEARCH. 800 NORTH QUINCY ST.. ARLING

TON, VA 22217-5660 GP0381201 COMMANDER, PACIFIC DIVISION, NAVAL FACILITIES ENGINEER

ING COMMAND, 258 MAKALAPA DRIVE, SUITE 100, PEARL HARBOR,

HI 96860-3414 (CODE 0222) GPO381248 SUPPLY OPERATIONS, PURCHASE BRANCH. BOX 500. CODE

244, BLOG 87/2. NAVAL SUBMARINE SUPPORT FACILITY NEW LONDON. GROTON, CT 06349-5500

* -gas

C INTELLIGENCE AGENCY INFORMATION TECHNOLOGY EXPOSITION will be a one day information technology exposition held at Aur intelligence Agency in San Antonio, Texas on January 13.

Requested technologies will include, Encryption, Security Products, 115tic Software, UNIX, Networking Firewalls, Desktop V Products.

Management, and Presentation Systems. For more information xhibiting, please call the Federal Business Council al (800)878

*202 of respond by email with company information to clbcdb.com p://www.fbcinc.com Click here to download our national schedule. ormation technology events Click here to email our sales department (W-341 7649)


Page 8

solicitation for the maintenance service on the below-listed equipment. contracts of a similar nature. Allequipment provided will included "Ć NASN/Goddard Space Flight Center, Code 214.4, Grocabatt

, MD Quotations are being requested and a separate written solicitation in the monthly rental fees. Proposals will be evaluated band on the

9. 20771 document will not be issued. Price quotations submitted in response factors as listed below for a base year contract, plus log one-year D-TRIANA MISSION GROUND STATION SERVICES SOL RFOS-02448CBD Notice and Request For Quotation No. options to be awarded no later than 1/11/98. Service to becoeetfective 506 POC Tammy & Seidel, Contracting Officer, Phone (3011286-4931, 2/1/99 and the place of delivery shall be FBI Field Office San Juan,

Fax (301)286-0341, Email

--Themas in FAR Subpart 2.101, Definitions) will not be considered as responsive Puerto Rico. The following FAR clauses apply to this acquisite: 52.212

Russell, Contracting Officer, Phone (301)286-2885, fax (3011286-0341. to this RFQ. For the purpose of this RFQ, alt references to Offers 1 Instructions to Offerors Commercial Items (Aug 1998 52.212-2

Email Thomas. S. NASA/GSFC plans to issue a are understood to be "quotations and all applicable FAR solicitation

Evaluation, Commercial Items (Oct 1997). "The Government will award

Request for Offer for ground station services for the Triana Mission, provisions and contract clauses up through Federal Acquisition Circular (FAC) 97-06, are hereby incorporated by reference into this RFQ This a contract resulting from this 'synopsis/solicitation to the responsible

Triana will be launched in October 2000 and operate at U to fine Offeror whose proposal conforming to this synopsis/solicitation will be

years. During the operations phase of the mission, the ground stalo solicitation is a 100% Small Business Set-Aside in accordance with most advantageous to the Government, price and other factorstonsidered.

services will provide continuous coverage of Triana and provide real FAR Subpart 19.502. The Standard Industrial Code is 7378. Full com

The following

time data delivery to the ground system at GSFC. The services will prehensive maintenance service is required on the below-listed Cisco

capability and actors shall be used to evaluate offers, prie technical
performance. Technical and past performance; when

also include pre-launch testing, launch, and cruise phase communications routers and components. Maintenance service is to include A hours

The communications will include telemetry, command, and tracking response time; 24 hours per day, 7 days per week; and hardware

combined are more important than price. Vendors are required to submit and software support. The solicitation line items are as follows: Item

data. The ground station services will be required to be operalienal of contact

on the last past performance information, including points

by August 2000. This procurement will be a total small business set1. Model #CISC04000-M, Topasy, Cisco4000, Memory+, Qty: 1 EA: Item three contracts for similar equipment and service. 52.22-3' Offeror

aside and is being conducted under NASA Midrange Procurement Proce 2. Model #CX-EIP6, Six Port Ethernet Uf Proc, Qty: 8 EA; Item 3. Representations and Certifications-Commercial Items Pro

dures. The Government intends to acquire a commercial item using Model 'ICISCO2501, CISCO 2500 1E21 Router, Qty: 11 EA; Item 4.

FAR Part 12. The SIC Code and Size Standard are 8711 and $20M hur Model #NP-IE, Single Ethernet Network Proc, Qty: 2 EA; Item 5. Model cations. 52.212-4 Contract Terms and Conditions-Commercial Items

respectively. The OPAS Rating for this procurement is Do-cs. The

TE #NP-2T. Dual Serial Network Proc, Qty: 2 EA; Item 6. Model #CISC007000. (App

, 1998), and 52.212-5 Contract Terms and Conditions Required provisions and clauses in the RFO and model contract are these in HE CISCO7000 System, 2 P/S & I RP. Qty: 1 EA; Item 7. Model #CX- to implement. Statutes or Executive Orders--Commercial Items (Oct elfect through FAC 97-8 (excluding FAC 97-7). All qualified responsible F91P4, 4 Port Serial 1 Proc, Qty: 1 EA; Item -8. Model ACISCO7507, 1998). 52.217-7. Option for Increased Quantity Separately Priced Line sources may submit an offer for consideration by the agency

. The CISCO 7507 7-Slot, 2 Cybus, 1 RSP2, 2 AC SPLY, Qty: 3 EA: Item Item (Mar 1989). The Contracting Officer may exercise options to increase offers must conform to the RFO instructions and be received by the 9. Model JASS201, Ethernet AS5200, Qty: I EA Item 10. Model quantity, by giving written notice to the Contractor; at any time during closing date specified in the RFO. The anticipated release date of ACISC04000, Modular Multiprotocol Router, Qty: 1 EA; PLACE OF PERFORM- the term of the contract. Written notice shall be given tot less than the RFO is on or about December 15, 1998. An ombudsman has been ANCE: 330 Independence Avenue, S.W., Washington, DC.; PERFORMANCE dive workdays prior to start of performance: 52.217-9 Option to extend appointedSee Internet Note "B". The solicitation and any documents x:= PERIOD: 1 Year beginning January 10, 1999-January 10, 2000. "The the Terms of the Contract (Mar 1989). 52.232-33 Mandalay Information related to this procurement will be available over the Internet. These provisions at FAR 52.212-1, Instructions to Offerors Commercial Items

for Electronic Funds Transfer Payment (Aug 1996). Year 2000 Compliant

documents will be in Microsoft Office Suite format and will reside *** and 52.212-3, Offeror Representations and Certifications Commercial 1. This clause applies to all systems (hardware, soltware and systems on a World Wide Web (WWW) server, which may be accessed using Items are applicable to this procurement. The following FAR clauses comprised of information technology products) used # performance a WWW browser application. The WWW address, or URL for the NASA are applicable to this procurement: FAR 52.212-4. Contract Terms and of this contract. 2. Examples of (but not limited (d) non-computer GSFC Business Opportunities home page is http://procurement.casa.com Conditions Commercial Items and FAR 52.212-5, Contract Terms and information systems: a. Access devices by Analog woice systems C.

EPS/GSFC/class.html. Prospective ofterors shall notify the Contract 58 Conditions Required to implement Statutes or Executive Orders---Commer- Cameras G. Medical equipment e. Elevators 1. Security systems 8.

cialist of their intent to submit an offer. It is the ofieror's responsibility : cial Items, including subparagraphs (b) ( 1. 8, 9 and 10); ' Evaluation:

to monitor this site and/or the CBD for the release of the solicitation The Government will award a firm-Fixed price Purchase Order resulting

systems for the contra Cenerators i. HVAC systems j. Communications

contractor shall provide and maintain systems and and amendments (if any). Potential offerors will be responsible for from this solicitation request for quotation to the responsible quoter equipment which are year 2000 compliant. Complete records of all

downloading their own copy of the solicitation and amendments whose quotation, conforming to this RFQ. is the lowest price and year 2000" compliant inspections - performed by the matractor shall

any). Any referenced notes can be viewed at the following URL: htto e is most advantageous to the Government. NOTE: Quoters responding

be
and made available to the Government during contract

/genesis.gsfc.nasa.gov/nasanote.htm. Any request for a hard copy el 21 to this RFQ should submit to the below-listed Contracting Officer the performance. 4. if any of the systems used do not conform with

this RFO must be submitted in writing within 15 days trom the date following information: unit and extended price for all requested items, year 2000 requirements, the Government will require the contractor

of this notice to NASA/Goddard Space Flight Center, Alta, Tammy Seite prompt payment terms, correct remittance address it different from

Code 214 4. Greenbelt. Road, Greenbelt, MD 20771. No collect calls. 113 the firm's mailing address, Tax Identification Number (TIN), and a

to perform any and all services necessary to ensure systems and completed copy of the provision at FAR 52.212-3. Offeror Representations equipment conform with year 2000 requirements, at no increase in

no telephone requests will be accepted. However, written requests man and Certifications Commercial Items with their price quotation. A com

be facsimiled to -301-286-0341. Verification of receipt of RFO requests The rights of the Government and remedies described

contract amount ... The pany not in possession of the above-referenced FAR clauses or provisions in this clause are" in addition to all other rights and remedies set

rests solely on the interested parties, in full text may contact the Contracting Officer and a copy of the

forth in this solicitation Specifically
, the Government reserves its rights

http://nais.nasa.gov/EPS/GSFC/date.html#Rf05-02448-506 Click here

for the latest information about this notice, clause(s) or provision(s) will be facsimiled to the company. Price quotations under the Inspection of Services and termination clauses. Certification

Tammy E. Seidel (D-342 SN278251) shall be in writing and they shall be accompanied by a completed

I hereby certify that all systems and equipment utilized in performance Representations and Certifications or they will be rejected. A company of this contract will be year 2000, compliant

Computer Sciences Corporation (CSC), P.O. Box 240005, Kuatsville, representative authorized to bind your company must sign the price

Name of Organization

3. 1,, AL 35624-6405 quotation. Oral quotations will not be accepted for this procurement.

Name and Signature of Authorized Negotiator

30-TRANSMISSION SERVICES SUPPORTING THE NASA INTEGRATED Any questions (technical or otherwise) related to this procurement shall

Date. Year 2000 Warranty. - The Contractor represents SERVICES NETWORK SOL NISN-98-04 DUE 122298 POC Edward O Smith be in writing and shall be sent directly and only to the Contracting

that the following warranty applies to all products licensed under C.S.C. Procurement, Phone (256) 544-8265, fax (256) 544-5828. Email Officer, Gloria Sweetney. All price quotations shall be submitted to this combined. synopsis/solicitation, The Contractor marcants that all ed, D Smith, C.S.C. Procurement, Phone the Contracting Officer, not later than, COB (5:00 EST), Monday, December products provided under this combined synopsis/solicitation shall be (256) 644-8265, fax (256) 544-5828. Email ed.smithomske nasa.com 21, 1998 and shall reference this RFQ No. B/PA-99-5. Price Quotations cable-lo accurately process date/time data (including, but not limited During the period of December 1998 through February 1999, Computer may be sent via either facsimile (202) 205-1921 or mait to the above to..calculating, comparing, and sequencing), from, into. and between Sciences Corporation (CSC) intends to acquire various transmission address.

the twentieth and the twenty-first centuries, and the years 1999 and services in support of NASA Mission and Programmatic communications click here to contact the contracting officer via 2000, and leap year calculations. The duration of this warranty and requirements. These requirements are non-mandatory or outside e-mail (W-341 SN277877)

the remedies available to the Government for breach of this warranty scope of FT$2000, and cover all types of transmission services/circuts

shall be as defined in, and subject, 10, the terms and limitations to include voice, dedicated data, lelemetry, video, and IP routed traffic FBI/TCAU, 14800 Conference Center Drive, Suite 300, Chantilly, of the standard commercial, warranty or warranties conta ned in this Data transmission requirements range from 9.6Kbps to OC-3, and may VA 20151

contract or the applicable. End User License Agreement, d'ovided that require ATM, Frame Relay, or SONET capability. Dependent upon service 0-PAGER SERVICE FOR THE FBI FIELD OFFICE IN SAN JUAN, PUERTO * notwithstanding any provision to the contrary in such commersial warranty level and performance requirements CSC may request terrestrial lines. RICO SOL RFP-795284 DUE 011199 POC Paul D. Rankin (703)814. or warranties, the remedies available to the Government uoder this satellite services or any combination of the two. Services are required 4914 This is à combined synopsis/solicitation for commercial items * warranty shall include an obligation by the Contractor to repair or worldwide; however, the majority of requirements are within the continetin accordance with the format in Federal Acquisition Regulation (FAR) replace any such product whose non-compliance is disiovered and

tal United States. Since a large number of these requirements art Subpart 12.6, as supplemented with additional information included

made-known to the contractor in writing at any time pior to June mission support related, lead-times between knowledge of the regurement in this notice. This announcement constitutes the only solicitation; 1, 2000 or for a period of six months following acceptanc: whichever and required implementation date are usually very short. Therefore proposals are being requested and a written solicitation will not be is the later date. Nothing in this warranty'shall be construed to limit this announcement is the only notice that will be posted in regards issued. The solicitation number RFP-795284 is issued as á Request

any rights or remedies that the Government may otherwise have under to these requirements. CSC maintains a list of companies who are for Proposal, under simplified acquisition procedures, test program,

this combined synopsis/solicita
ion. This warranty shall rot apply to

qualified and have expressed an interest in competing for these requirt unrestricted. The SIC code is 4812 and the small business size standard products that do not require the processing of date/time data in order

ments. To have your business added to this list and receive solicitater is 1.500 employees. The solicitation document and incorporated provisions to function as specified in this combined synopsis/solicitatior. In addition

as they become available, please provide in writing your company's and clauses are those in effect through Federal Acquisition Circular to the listed FAR 'provisions and clauses all Offerors must provide

name, business size, address, point of contact, voice/tax telephone 97-09. All responsible sources may submit a proposal, which, if timely a contractor identification code which is currently the Dun and Bradstreet

numbers and e-mail address (if available) to the CSC Procurement received, shall be considered by the Government. The contractor shall Dala Universal Numbering System (DUNS number. The selected Offeror

representative shown below within 15 days of this announcement. Firms provide rental of the following equipment, to include service, for the FBI's Field Office in San Juan, Puerto Rico: 185 Local Alphanumeric shall also submit an electronic payment form SF-3881 ACH Vendor/

may also submit other information (sales literature, capabilities stak Miscellaneous Payment Enrollment in acco dance with the Debt Collection

"ments, or relerences) which may be used to establish the qualifications Digital Pagers. Price should include details related to monthly service Act ?

and past performance history of the company. Firms may be dropped

A fees for local as well as statewide and nationwide service and any

of this form may be obtained from the U.S. additional zone and/or regional fees, charges for a personal 800 or

site address http:/www.fustreas gov/forms himl. All FAR

from this list il, after receiving multiple solicitations they repeatedly

fail to respond with an offer. 888 number with PIN and charges for personal 800 or 888 oumber clauses and provision may be reviewed and/or obtained from the General

hilp://nais.nasa.gov/EPS/MSFC/date.htm'UNISN-98-04 Click here for the without PIN. The actual number of pagers may vary between local, Services Admioistration's Federal Acquisition Regulation Web sile at

latest information about this notice statewide and nationwide service, plus or minus the stated amount Internet address http://www.arnet.gov/tari except for the Year 2000

Edward D Smith (0-342 SN278360) above depending on changing requirements during the term of the

Compliant clause. A copy of the Year 2000 Compiant clause may contract. Price evaluations are based on individual amounts and options be obtained by sending a Faxed request to Mr. Paul D. Rankin at

D Information Technology Services, including as proposed on a per pager basis. Quotes shall include the following

(703)814-4787 01 (103) 814-4730 between the hours d 7:30 AM and

Telecommunication Services Potential Sources Sought information to be considered: A detailed map showing an overlay of

4:00 PM EST. Monday, through Friday. Signed and dated proposals the service area covered for each service proposed. Detailed pricing must be submitted to the Federal Bureau of Investigation. Suite 300.

Bureau of Reclamation, Acquisition Operations Group. Code Dfor the base year and all option years for all services and equipment - 14800 Conference Center Drive, Chantilly, Virginia 20151, no later 7010. Denver Federal Center, PO Box 25007, Denver CO 80225 described. Warranty, replacement provisions and training. Description

than 4:00 PM Eastern Standard Time (EST) January 4, 1999. All proposals, BLEASED DATA LINES SOL 9950810105 DUE 122498 POC Cow of all ancillary services provided with pricing, such as battery replacement *. must be submitted in hard copy. NO Faxed, proposals will be accepted. A. While, fax - 303/445-6345 The Bureau of Reclamation is seeking and maintenance. All pricing should reflect priority paging Calculation Intormation regarding this solicitation may be obtained by contacting sources to provide lease of a 56 KB Frame Relay Circul WANS and charge for overcalls shall be based on the sum of all allotted Mr. Paul D. Rankin at (703) 814-4914 between the hours of 7:30 from Rupert to Burley. JD for a base year with four option years calls per pager, i.e. if each pager is allotted 100 pages and there AM and 4:00 PM EST, Monday through Friday. The pioposal number This procurement is for a commercial service and is being conducted are 10 pagers, no charge for overcalls will be assessed fill the account * RFP-795284 must be listed on the outside of the submission. (W. using Simplified Acquisition Procedures (SAP) prescribed at TAR 13.601 exceeds 1000 pages. Past performance references for the last three x 342 SN278236)

This is not a small business set-aside. Firms believing they can provide


Page 9

capabilities, experience areas, size, history, CAGE code and/or Tax 10 Plumber, Water Treatment Plant Operator, Utility System Operator, Ammu- four additional one year option periods. NOTE: THIS IS NOT A REQUEST number, lg. business or small business category. Also include any nilion Demilitarization: Explosive Operator Supervisor, Explosive Operator, FOR PROPOSAL. THIS IS NOT A FORMAL PROCUREMENT AND THEREFORE suggestions on what your firm would consider standard commercial Production Controller, Clerical, MWR, Accounting, Suggestions, Value IS NOT A SOLICITATION. THIS NOTICE IS NOT TO BE CONSTRUED AS practices it contracted to operate a similar type facility on behalf Engineering. Work Measurement Coordinator, Information Management, A COMMITMENT BY THE GOVERNMENT TO ULTIMATELY ISSUE AN IFB, of another party, i.e., length and number of contracts, type of contracts. Computer Operators, Computer Specialists. Publications/Mail Services. REP, RFQ, OR CONTRACT. All interested sources may fax capability commercial terms, etc. or any other suggestions the firm would like - Business Development Marketing. TAQ, Administrative Specialist, Organi- information to Jeanette Moronta or Melissa Alton at (301) 342-1853 to offer. NOTE: No solicitation will be issued at this time. Participation zational Specialist. Program Analyst, Engineering Service. It is anticipated by 24 December 1998. Please include your small business concern in this effort is strictly voluntary with no cost or obligation to be that approximately 106 positions are not inherently governmental in status, under SIC Code 8711, in your capability statement. incurred by the U.S. Government. The U.S. Government will in no way nature and will comprise the final Commerical Activities inventory. Morontaj@navau .navy.mil or Altonmi@navarr navy.mil be obligated to purchase all or any part of the services described The purpose of this notice is to identify and, establish initial interest Moront or (W-342 SN278430) above. The U. S. Government is providing this information as general and points of contact from the vendor community. Information may information only. The U.S. Government will in no way be bound to be used to help formulate bidder's mailing lists, acquisition strategies, S Utilities and Housekeeping Services this information and responses received it or when any solicitation to include socioeconomic program support and to help establish commeris issued. NOTICE TO ALL CONTRACTORS: All contractors who provide cial practices available to the Government. Any responses to this notice goods/services to the Department of Defense (000) must be registered should include the following information: Company name, point of contact,

USDA, Forest Service, Lolo National Forest. Attn: Contracting. in the Central Contractor's Register (CCR). You cannot be awarded address, telephone and fax numbers, e-mail address, buel description Building 24. Fort Missoula, Missoula, MT 59804 a DOD contract for solicitations issued after 31 MAY 98 if you are of company and capabilities, experience areas, size, history, CAGE code

S-REFUSE COLLECTION SERVICES SOL R1-16-99-6410 DUE 010699 not registered in the CCR. You may register via the Internet at http:/ and/or Tax ID number, ig business or small business category. Also

POC Contact Point, Michele Wasienko-Holland, 406/329-3889. Contracting cer.edi.disa.mil. Further information may be obtained through the Internet include any suggestions on what your firm would consider standard Officer, Susan Beron. 406/329-3769 The Forest Service requires Refuse at: http://www.acq.osd.mil/ec/tags. If you do not have internet access commercial practices is contracted to operate a similar type facility

Collection Services for the Bitterroot National Forest. Collection includes and want to register you may contact the CCR Registration Assistance on behalf of another party, le, length and number of contracts, type

providing appropriate containers at designated locations on 4 Ranger Center at 1-888-227-2423. If you have any further questions, please of contracts, commercial terms, etc. or any other suggestions the Districts, I Job Corps Center, 1 Headquarters, and an assortment of call Dick Terhune, (309782-8689. Any information to be provided should firm would like to offer. NOTE No solicitation will be issued at this recreation sites and disposal at a landfill outside of Ravallo County. be in written of published form and submitted to: Commander, HQ, time. Participation in this effort is strictly voluntary with no cost MI. This project will be advertised as a Commercial item written US Army Industrial Operations Command, ATTN: AMSIO-ACI-A. Dick Ter- or obligation to be incurred by the U.S. Government. The U.S. Government quotation, and will be solicited under the Simplified Acquisition Procurehune, Rock Island, IL 61299-6000 within 15 days of the publication will in no way de obligated to purchase all or any part of the services ment (SAP) rules. The performance period is one year and the Government of this announcement. (1-342 SN278295)

described above. The U. S. Government is providing this information may solicit two additional option years.
as general information only. The U.S. Government will in no way be

http://www.is.fed.us/id_lolo USDA, Forest Service, Lolo National Forest, NEADQUARTERS IOC, ATTN AMSIO-ACI, BLDG 350 5TH FLOOR MIDDLE bound to this information and responses received it or when any solicitation Contracting BAY, ROCK ISLAND IL 61299-6000

is issued. NOTICE TO ALL CONTRACTORS: All contractors who provide USDA, Forest Service, Lolo National R-MARKET RESEARCH SOL AZ6SIA-D000-SSOI POC Contracting Officer goods/services to the Department of Defense (DOD) must be registered Forest. Contracting (W-34] SN277879) Richard D. Terhune (309) 782-8589 (Site Code DAAA09) INTERESTED in the Central Contractor's Register (CCR). You cannot be awarded PARTIES IAW with a Commercial Activities Proposed Action Summary a DOD contract for solicitations issued after 31 MAY 98 if you are (CPAS) announced to US Congress on 04 AUG 98; the US Army is not registered in the CCR. You may register via the Internel at http:/

Department of Army, New England District, Corps of Engineers, conducting a review IAW the Office of Management and Budget (OMB) Iccredi disa mil. Further information may be obtained through the Internet Circular No. A-76 entitled "Performance of Commercial Activities at: http://www.acq.osd.mil/ec/tags. If you do not have internet access

696 Virginia Road, Concord, Massachusetts 01742-2751

$GROUNDS MAINTENANCE SERVICES SOL DACW33-99-0-0026 DUE at the Sierra Army Depot, Herlong, CA. The Sierra Army Depot Industrial and want to register you may contact the CCR Registration Assistance Operations Command activities are comprised of 11 functions. The Center at 1-888-227-2423. If you have any further questions, please

020499 POC Julie Mackley (978) 318-8413 Furnish all labor, equipment specific functions under study are: Engineering Plans Service, Utilities, 3 call Dick Terhune. (309)782-8689. Any information to be provided should

and materials necessary to perform Grounds Maintenance Services, Equipment Management & Maintenance, Building & Grounds, Environ- be in written or Dubhshed form and submitted to: Commander. HQ.

Ball Mountain Lake, Jamaica, Vermont. Services shall be performed mental, Community Operations, Automation Support, Communications, US Army Industrial Operations Command, AIIN: AMSIO-ACI-A. Dick Ter

between April 1, 1999 and November 31, 1999, with options for two

additional recreation seasons. Solicitation requests may be faxed to Miscellaneous Administrative positions, Demit of Conventional Ammunition. hune, Rock Island, IL 61299-6000 within 15 days of the publication Approximately 202 positions are under review to include all functions of this announcement. (1-342 SN278297)

(978) 318-8207. No cost for plans and specifications which will be not currently performed by a private vendor source and not inherently

available on or about 5 January 1999. Range: $25,000.00-$100.000.00. governmental in nature. The purpose of this notice is to identity and,

100% Set-Aside for Small Businesses. The average annual receipts

Detense Finance and Accounting Service (ICO), Crystal Mall 3, establish initial interest and points of contact from the vendor community. Room 416, 1931 Jetterson Davis Hwy, Arlington, VA 22240-5291

of a concern and its affiliates for the preceding three fiscal years Information may be used to help formulate bidder's mailing lists, acquisi- R-CONSULTANT SERVICES INCLUSIVE OF A-76 COST COMPARISON

must not exceed $5,000,000.00.(W-342 SN278258) tion strategies, to include socioeconomic program support and to help STUDIES DUE 122998 POC Contract Specialist, Jacqueline 1 Burns, establish commercial practices available to the Government. Any responses 703-607-5725 or Contracting Officer, James T. Richards, 11., 203-607to this notice should include the following information: Company name, 5726 The Defense Finance and Accounting Service (DFAS) is seeking

OSAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, point of contact, address, telephone and fax numbers, e-mail address, resources to provide recurning consultant services. The anticipated life

KANSAS CITY MO 64106-2896 brief description of company and capabilities, experience areas, size, Cycle is five years, one (1) base year with four (4) one (1) year

S-VEGETATIVE MANAGEMENT SERVICES AT CLINTON LAKE NEAR history. CAGE code and/or Tax ID number, Ig. business or small business optional renewal periods. Contract award will be to multiple sources

LAWRENCE KANSAS. SOL DACW41-99-B-0002 DUE 122198 POC Contract category. Also include any suggestions on what your firm would consider inclusive of vendors with GSA Schedule Contracts. Services shall be

Specialist Valeta A Kurtze 816-983-3843 (Site Code DACW41) The work standard commercial practices il contracted to operate a similar type provided for DFAS Headquarters, DFAS Centers and Operating Locations.

to be performed consists of furnishing all labor, equipment and supplies facility on behalf of another party, i.e., length and number of contracts, This is a multiple award acquisition. The consultant services to be

necessary to provide total Vegetation Control, Lawn Maintenance and type of contracts, commercial terms, etc. or any other suggestions provided shall include: Economic and Cost Analysis Decision Support

Insecticide Application. BASIC CONTRACT (FY-99 Service Period 01 Febthe firm would like to offer. NOTE: No solicitation will be issued at Systems Competitive Sourcing and OMB Circular A-76 Cost Comparison

ruary 1999 through 30 September 2000); Renewal Options (FY-00, FYthis time. Participation in this effort is strictly voluntary with no cost Studies Life Cycle Management. Analysis and Documentation Manpower

01. FY-02 & FY-03 Service Period-01 October through 30 September). or obligation to be incurred by the U.S. Government. The U.S. Government and Organization Management Studies Productivity Tools and Analysis

Solicitations will be issued on or about 12/18/98. Requests for the will in no way be obligated to purchase all or any part of the services Issues Program Project Support LABOR CATEGORIES: Contract Project

solicitation may be faxed to 816-426-5169. Bids will be opened on described above. The U. S. Government is providing this information Manager Task Manager/Senior Cost Analyst Senior Financial Analyst

or about 01/19/99. SIC 0782. This solicitation is full and open competition. as general information only. The U.S. Government will in no way be Senior Systems Analyst Financial Analyst Systems Analyst Administrative

Questions of a technical nature may be addressed to John Summey bound to this information and responses received il or when any solicitation and Technical Support Additional requirements include but are not 785-843- 7665. Questions of an administrative nature may be addressed is issued. NOTICE TO ALL CONTRACTORS: All contractors who provide limited to: Deliverables must be compatible with the version of Microsoft

to Valeta Kurtze at 816/983-3843. THIS JOB INCLUDES THE AFFIRMATIVE goods/services to the Department of Defense (DOD) must be registered Office suite of products currently installed at DFAS HQ.. Place of Perform

ACTION PLAN FOR KANSAS CITY, MO & KS US DEPT OF COMMERCE in the Central Contractor's Register (CCR). You cannot be awarded ance shall be at the sites designated in the individual delivery orders.

ECONOMIC AREA (1-342 SN278286) a 000 contract for solicitations issued after 31 MAY 98 if you are Travel shall be required to accomplish program objectives. It will be not registered in the CCR. You may register via the Internet at http:/ conducted in accordance with the Federal Acquisition Regulations (FAR) cor.edi.disa.mil. Further information may be obtained through the Internet directives and the Joint Travel egulation (TR). The contractor is at: http://www.acq.osd.mil/ec/tags. If you do not have internet access required to maintain their primary service center within the Metropolitan Department of the Army, Baltimore District, Corps of Engineer, and want to register you may contact the CCR Registration Assistance Washington D.C. area, Personnel required to perform services shall 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715 Center at 1-888-227-2423. If you have any further questions, please be disbursed from this location Security-Security for written, oral $ANITORIAL SERVICES, RAYSTOWN LAKE PROJECT, RAYSTOWN, cail Dick Terhune, (309)782-8689. Any information to be provided should computer data, reports and communications generated information shall PA SOL DACW31-99-B-0007 DUE 011999 POC CNEAB-CT-C, Terri Dockery, be in written or published form and submitted to: Commander, HQ, be considered sensitive unclassified information and must be safeguarded (410)962-2708 This proposed procurement is Set Aside for Small Business, US Army Industrial Operations Command, ATTN: AMSIO-ACI-A. Dick Ter- and protected in accordance with all applicable Federal, Defense and SIC 7349. Total estimated amount is between $500,000.00 and hune, Rock Island, it 61299-6000 within 15 days of the publication DFAS/Agency regulations, rules, procedures and directives. (W-342 $1,000,000.00. Work consists of janitorial clean up services, for the of this announcement. (1-342 SN278296) SN278363)

period from Date of Award through 31 December 1999, and four option

years. All responsible sources may submit a bid, which shall be considered HEADQUARTERS IOC, ATTN AMSIO-ACI, BLOG 350 5TH FLOOR MIDDLE Contracts Group, Bldg 588. Mail Stop 32, Naval Air Warfare Center by the agency. In order to comply with the Debt Collection Improvement BAY, ROCK ISLAND IL 61299-6000

Aircraft Division, Paluxent River, MD 20670-5304

Act of 1996, all contractors must be registered in the Central Contractor R-MARKET RESEARCH SOL A76TEA-0000-SSOI POC Contract Special- R-ENGINEERING, TECHNICAL, ADMINISTRATIVE, OPERATIONAL, MAIN- Registration (CCR) to be considered for award of a federal contract. ist Richard D. Terhune (309) 782-8589 (Site Code DAAA09) INTERESTED ***TENANCE, REPAIR, AND CALIBRATION SUPPORT SERVICES SOL N00421- The initial registration date expired 31 May 1998. 'For information PARTIES IAW with a Commercial Activities Proposed Action Summary 98-R-1314 DUE 122498 POC Jeanette Moronta or Melissa Alton This regarding future registration, contact (1) CCR Web site at http:// (CPAS) announced to US Congress on 08 SEP 98. The US Army is is a SOURCES SOUGHT for engineering technical, administrative, oper. www.acq.osd. millec; (2) dial up modem at (614) 692-6788 (User ID: conducting a review IAW the Office of Management and Budget (OMB) ational, maintenance, repair, and calibration support services for the ccrpub: Password: pub2ccri); (3) through any DOD Certified Value Added Circular No. A-76 entitied "Performance of Commercial Activities Propulsion and Power Department (AIR 4.4). The department of the Network To review the database, the web site is: http:// at the Tooele Army. Depot Todele, UT. The Tooele Army Depot's base Naval Air Systems Command, is the lead activity for systems engineering www.fedecnavigator.disa.mil. Additionally a paper form for registration operations and ammunition demilitarization activities are comprised of and integration, engineering analysis and evaluation, test and evaluation may be obtained from the DOD Electronic Commerce information Center 90 functions. The specific functions under study are: Installation Services: and in-service engineering support of Naval air propulsion, and power at 1-800-334-3414. It is imperative that all small disadvantaged business Equipment Management, Small Army Repairman & Locksmith, Logistics systems, including: air breathing engines and manned and unmanned contact their cognizant Small Business Administration Office to obtain Management Specialist. General Supply Specialist, Maintenance Systems aircraft and missiles: electrical power generating, battery and power Small Disadvantaged Business Certification. Without SBA SDB certifiAnalyst, Inventory Management Specialist, Battery Repairer, Motor Vehicle conversion systems: electrical power distribution systems, electrical power cation, a prime contractor nor a federal agency, can receive SDB Operator, Material Handler and Forklift Operator, Maintenance Repair: quality, electrical starting and emergency electrical power systems: credit when utilizing non-certified SDB contractors/subcontractors. SoliciAlterations and Minor Construction of Real Property, Facilities Manage- auxiliary, secondary and emergency power systems: helicopter trans-** tation is available by request. Please send requests on company letterhead ment, Assistance, Crane Operators and Engineer Equipment Operator, missions and drive systems; aircraft and engine fuel systems, and to USAED, Baltimore, CENAB-CT-C, Atin: Terri Dockery, P.O. Box 1715. Electrician, Welder and Sheetmetal Mechanic, Maintenance Mechanic, ground refueling systems; turbine engine tuel; gearbox, propeller and Baltimore, MD 21203-1715. Questions can be directed by email to Engineer Equipment Operator, Electronics Mechanic, Air Conditioning transmission oils and greases and propulsion systems performance. i . Issuance o/a 18 December Mechanic, Boiler Plant Operator, Boiler Plant Operator & Pipe fitter, Services are estimated to be for one year with option provisions for 1998, bid opening date wa 19 January 1999. (W-342 SN278330)


Page 10

S Utilities and Housekeeping Services Potential Sources Sought

month of March, 1999. Request bid invitation by letter to the address above. (W-342 SN278264)

zero milestone, Washington, DC. Bidders outside area must furns documentation of their ability to meet schedule. Copy pickup in Rockville MD. NIH Telephone and Service Directory. Anticipate 2 to 3 orders per year for 16,000 to 21,000 copies of 500 to 600 pages per dides plus a separate cover sheet and backstrip. Trim size 216 x 279 m (8-1/2 x 11"), Backstrip-38 x 267 mm (1-1/2 = 10-1729. Printer single color of ink. Operations include film making, printing. binding packing, and distribution. Contractor furnish paper, Quality Attributes Level IH. Bid request on firm's letterhead. (W-342 SN278386)

U.S. Government Printing Office, Attn: Bid Section, Room B104,

Stop: PPSB, North Capitol & W Streets, NW, Washington, DC 20401 1-BOOKS SOL Program C735-S POC Marjorie Bell (202) 512-0310 Single award term contract for the period 05-01-99 to 04-30-2000. Monthly issues for approximately 12 orders per year and 600 to 800 copies 200 to 2,000 to pages. Perfect bound with wrap around cover. Trim 9-1/8 x 11-3/8", Printing text in black ink and the cover prints in two pantone colors. Copy pickup in Nashington, DC. Bidders outside the 250 mile radius of zero milestone, Washington, DC must furnish documentation of their ability to meet schedule. Quality level III. Operation include printing, binding, and bulk delivery. Bid opening anticipated during the month of March, 1999. Request bid invitation by letter to the address above. (W-342 SN278276)

12th Contracting Squadron/L6C, 395 B Street West, Randolph

AFB, TX 78150-4525 SANITORIAL SERVICES SOL F416919900041 DUE 010499 POC LI Deborah Potts at (210) 652-5169 or Ernesto Cruz at (210) 652-5047 1. Janitorial Services as follows: (Nonpersonal services)provide all labor, parts, tools, equipment, personnel and transportation required to provide janitorial services to the Randolph Air Force Base Enlisted and Officers' clubs. This requirement consists of one basic year from Ol February 1999 through 31 January 2000 and from 1 February 2000 through 21 January 2001. Required services will be in accordance with the statement of work (provided upon request). 2. This is a nonappropriated fund purchase and it does not obligate appropriated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of tees and charges for participation in military community programs. This purchase does not involve federal tax dollars.

or Lt Deborah Potts (W-341 SN277897)

U Education and Training Services

U.S. Government Printing Office, Attn: Bid Section, Room B104,

Slop: PPSB, North Capitol & H Streets, NW, Washington, DC 20401 I-ENVELOPES SOL Program C593-S POC Marjorie Bell (202) 5120310 Single award term contract for the period 05-01-99 to 04-302000. Approximately 140 orders per year and approximately 1,000 to 300,00 copies per order. Trim sizes 3-7/8 x 8-7/8", 4-1/8 x 9-11 2", 9-112 x 12, 9-1/2 x 12-1/2", 10 x 15" or 12/16". Printing one side only in black ink. Copy pickup in Washington, DC. Quality level IV. Operation include printing. binding, packing and distribution. Bid opening anticipated during the month of March, 1999. Request bid invitation by letter to the address above. (W-342 SN278301)

Burdick Job Corps Center, 1500 University Avenue West, Minot,

ND 58703 SAIR HANDLING/DUCTING SERVICES SOL 1-98/99 DUE 123198 POC Thomas E. Bowsher (701) 857-9600 The Burdick Job Corps. Center is soliciting proposals for ducting and air handling in a newly constructed welding shop. A scope of work is available upon request.

click here to contact the contracting officer via e-mail (W-342 SN278209)

U.S. Special Operations Command, Atto: AMSAM-AR-Z-A-K, Bldg

401, Loe Blvd., Fort Eustis, VA 23604-5577 U-MAINTENANCE AND TRANSMISSION TRAINING FOR NMAX - MELACOPTER SOL USZA95-99-R-0014 DUE 012399 POC David Garrer, 157. 878-5223, X-241 The U.S Army Special Operations Command intends to to issue a solicitation for a firm-fixed-price contract with Boeing to conduct airframe maintenance and transmission training for the We AH-6 aircraft. Required planned training is To Be Determined for Mainte m nance Courses with 8 students per session To Be Determined to #1 Transmission Courses with 5 students per session. Standard Industrial u Classification (SIC) Code applicable to this acquisition is 8221. The size standard is $5.0.The for Maintenance and Transmission Courses is commercial training. Commercial procedures are applicable at FN Parts 12 and 13.6. The RFP will be issued no later than 23 Dec 1998 with closing date 23 Jan 1998. The proposed contract cena is for supplies or services for which the Government intends to solct and negotiate with only one source under the authority of TAR 6.302 The intended source is Boeing, 5000 East McDowell Rd, Mesa, AZ 85215-9797. The Government does not have technical sources to teach Maintenance and transmission Courses for the MHAH-6 hexcopter Boeing owns all design rights and is the only known source. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source the the authority of FAR 6.302. A determinalion by the Government het to compete this proposed contract based upon responses to this match is solely within the discretion of the Government. Information recens! will normally be considered solely for the purpose of determining where to conduct a competitive procurement. Boeing possess engineering espera tise and technical data to covey classroom material in a timely manner. Interested persons may identify themselves to the contracto officer. This is not a request for competitive proposals. However, all proposals received within 15 days after date of publicalion of these synopsis will be considered by the Government. See note 22.

http://www.usa.gov/procurement/index.html) http://www.usa.gai procurement/index.html)

(W-342 SN278135)

Atlanta Regional Printing Procurement Office, U.S. Government
Printing Office, 1888 Emery St., 2 Park Place, Suite 110, Alanta,

GA 30318-2542 1-MISCELLANEOUS MUD PROPERTY MANAGEMENT INFORMATION SOL Program 2481-5 DUE 011299 POC Term Contract Section (404) 6059160 Single award term contract for the period of Date of Award through December 31. 1999 and three option years; for the Department of Housing and Urban Development. Approximately 75 orders per year, consisting of several items as follows: Item 1--2-6 pages, averaging 100 copies: Item 2-bid kits averaging 88 pages and 250 copies; Item 3-supplemental information of an average of 56 pages and 300 copies, and Item --print order will consist of distribution information for Item 2 and 3. Trim size of 8-1/2 x 11". Requires such operations as copying. binding, labeling, storage, and distribution. Copy pickup in Atlanta, GA Schedule is from 25 hours to seven workdays. Bid request may be faxed to (404) 605-9185/9186 and must be made on firm's letterhead.

http://www.gpo.gov/procurement/atlantarppo Government Printing Office/Term Contracts

Atlanta Regional Printing Procurement Office (W-342 SN278318)

Burdick Job Corps Center, 1500 University Avenue West, Minot,

ND 58703 $_ELECTRICAL SERVICES SOL 2-98/99 DUE 123198 POC Thomas E. Bowsher (701) 857-9600 The Burdick Job Corps Center is soliciting proposals to wire a newly constructed welding shop. A scope of work is available upon request.

click here to contact the contracting officer via e-mail (W-342 SN278210)

T Photographic, Mapping, Printing, and Publication Services

USDA-FSA-Aerial Photography Field Office, 2222 West 2300 South, Salt Lake City, Utah 84119-2020

- AERIAL PHOTOGRAPHY SOL (RFQ) USDA/FS 1-99 DUE 010699 POC W.Geoffrey Gabbott. Contracting Officer 801-975-3500 ext.207 Aerial Photography at 1:12,000 scale, 153mm camera lens focal length, 90x9" format color negative film. Total of 2,372 linear miles located in Ozark & St.Francis National Forests, Arkansas. Issue solicitation (RFQ) USDA FS 1-99 on or about Dec. 17, 1998, with offers due Jan 6, 1999 The proposed contract is 100% set-aside for small business concerns. All responsible sources may submit an offer which shall be considered.

Please provide your regular mailing address with request for solicitation. (W-341 SN277905)

Atlanta Regional Printing Procurement Office, U.S. Government
Printing Office, 1888 Emery St., 2 Park Place, Suite 110, Alanta,

GA 30318-2542 1-WES COVERS SOL Program 1430-S POC Term Contract Section (404) 605-9160 Single award term contract for the period of Date of Award through approximately January 31, 2000; for the Defense Automated Printing Service, Vicksburg, MS. Approximately 125 orders per year. Quantities range from 10 to 1.000 copies per order. Trim size is 11 x 18-1/4". Films will be furnished by the Government for printing in up to two colors on White and Colored cover stock. Pick up and deliver all furnished materials and copies 10 Vicksburg, MS. Schedule is from 5 to 10 workdays Requires such operations as platemaking, printing, packing, and delivery. Bid request may be faxed to (404) 605-9185/9186 and must be made on firm's letterhead,

http://www.gpo.gov/procurement/atlantarppo Government Printing Office/Term Contracts

Atlanta Regional Printing Procurement Office (W-342 SN278327)

National Library of Medicine, Office of Acquisitions Management,
Building 38A, Room BIN17, 8600 Rockville Pike, Bethesda, Maryland

20894 1-PROFESSIONAL AUDIO & VIDEO SERVICES SOL REQ NLM 99. 018 DUE 122498 POC Ramona T. Rivers, Purchasing Agent (301) 4966127 It is the intent of the National Library of Medicine (NLM) to procure Professional Audio and Video Services for NLM's Audiovisual Program Development Branch (APDB). Offerors are required to provide the representative services listed in at least one of the following six groups: (1) narration recording; music, music selection, music rights, transferring music, mixing audio-for-video, sound effects, layover/layback BetaSP, audio track editing, audio tape stock, as needed; (2) multiformat and inter-format videotape editing and duplication; film-to-video transfers (still and motion imagery), digital and other special effects and animation (3-0, etc.), video compression; (3) slide and filmstrip duplication; slide graphic services, computer graphics and imaging for video, electronic image capture and transfer; (4) paymaster services for video professionals and production technical personnel; equipment rental, set design and construction, make-up. costuming and props, field production crew, transcriptionists; (5) direction, program research. scriptwriting. talent; (6) D.R.A.W. or laser videodisc mastering, and CD-ROM and/or DVD mastering. With the exception of category Six (6) above, vendors are required to have their principle place of business located within a 20 mile driving radius of the NIH campus in Bethesda, Maryland. Multiple awards are anticipated. Firms interested in obtaining a copy of the Request for Quotations should send a written request to the individual listed above. The Request for Quotations will be released on or about January 1, 1998. Telephone requests will not be honored. ****

(W-342 SN278211)

Atlanta Regional Printing Procurement Office, U.S. Government
Printing Office, 1888 Emery St., 2 Park Place, Suite 110, Alanta,

GA 30318-2542 1-BOOKS AND PAMPHLETS SOL Program 3401-M POC Term Contract Section (404) 605-9160 Multiple award term contract for the period of April 1, 1999 through March 31, 2000: for the Department of the Treasury. Federal Law Enforcement Training Center. Quality Level I required. Requires such operations as printing. direci-image reproduce tion, binding, packing, and distribution. Approximately 300 orders per year. Quantities range from 20 to 3,000 copies; 16 to 2.500 pages per order. Trim size is 8-1/2 x 11" for text pages, divider pages and covers with Tab dividers at 9x ll" (includes 1/2" tab). Printing in a single ink color, usually black. Pick up and deliver all furnished materials and copies to Glynco, GA. Occasionally mail 1.0.b. contractor's city to one or more destinations. Schedule is from 5 to 20 workdays. Bid request may be faxed to (404) 605-9185/9186 and must be made on firm's letterhead.

http://www.gpo.gov/procurement/atlantarppo Government Printing Office Term Contracts

Atlanta Regional Printing Procurement Office (W-342 SN278339)

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall

AFB, FL 32403-5526 U-TRANING PROGRAM FOR ENERGY MANAGERS SOL F086379903250 * DUE 122398 POC TSgt Benson@ (850)283-8622 or DSN $23-82 * TSgt Hunter (850)283-8623 or DSN 523-8623 The 325th Contract Squadron at Tyndall AFB FL intends to award a purchase order pursusse to FAR 12.6 for the purchase of a live (5) day on site training programa for energy managers. This is a combined synopsis/solicitation for comme. cial services prepared in accordance with the format in Subpart 125. as supplemented with additional information included in this serie This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitant number is F08637-99-0X260 and is issued as a Request for Dentist on (RFQ). The solicitation document, incorporated provisions, and (363ES are those in effect through the Federal Acquisition Circular 97.9. Thus solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS W accordance with FAR Part 19. The contractor shall furnish ali labor tools, parts, equipment, materials, supplies, personnel, transportation : and other items necessary to provide one (1) comprehensive M ST 5 day training program for a maximum of 35 energy managers Home includes fundementals of energy management, cogeneration and * site generation, light efficiency, and indoor air quality and admins a four hour, certification exam (CEM). The contractor shall mail it** and approve applications from prospective attendees for the lake of the CEM exam. The contractor shall provide Two (2) fully Quattes instructors and appropriate program reference material. The same will be held at Dobbins ARB, GA on 22 Feb 1999. The government anticipates issuing a purchase order on a sole source basis with Al Energy Seminars and/or their authorized distributors. This nelet intent is not a request for competitive proposals. A determination by the not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. The requirement is for Tyndall AFB FL. Performance time is not to exceed 5 days, but the contractor may propose a shorter time. Hard Cope of the solicitation including the specification will NOT be provide The solicitation package including the Statement of Work (SOW) Car be obtained on HQ AETC Contracting Homepage at http://www.contract ing.aetc.al.mil . System format of the Sow is

Microsoft Word 60 95. Prospective offerors shall be responsible for checking the Homenape periodically for most current information pertaining to this solic 13'** Please acknowledge all requirements on quotations. Please acknowledge all requirements on quotations. Ollerors must provide brochures literatur of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror's understanding and compliance with the minimum requirements as set forth in the specifications of any alternative proposal submitted in response 10 this RFQ. Discussions may or may not be held with offeror's, thereto? each offeror's initial proposal should be complete and accurate Centrada shall employ best commercial practices in all services pertermediul

U.S. Government Printing Office, Attn: Bid Section, Room B104,

Stop: PPSB, North Capitol & H Streets, NW. Washington, DC 20401 1-BOOKS SOL Program C584-S POC Marjorie Bell (202) 512-0310 Single award term contract for the period 05-01-99 to 04-30-2000. Duplicating/Copying for approximately 10 to 20 orders per year and 5 to 500 copies for 40 to 1,800 pages. Gather text with or without separate cover. Copy pickup in Baltimore, MD. Quality level IV. Operation include making reproducibles (when necessary). duplicating. copying. binding, packing, and distribution. Bid opening anticipated during the

U.S. Government Printing Office, Attn: Bid Section, Room B104,

Stop: PPSB, North Capitol N Streets, NW. Washington, DC 20401 1-BOOKS SOL Program C278-S POC Shirley Woodrufl. (202) 5120310 Single award term contract for period 05-01-99 to 04-40-00 for HHSANIH. Production area, assumed 200-km (124-mile) radius of

and Atmospheric Administration, Northeast Fisheries Science Center, Woods Hole, MA has a requirement for a contractor to provide aircraft charter with two pilots for aerial surveys of marine mammals in the western North Atlantic. Aerial survey project will begin 2/99 and end on or about 7/99. NOAA/NEFSC anticipates chartering the aircraft for an estimated 126 hours of flight time to be arranged on 48 hours notice. Areas surveyed may include waters from south of Cape Cod (Narragansett Bay) northward to Canadian waters, and from the coast to as much as 150 nm offshore. The charter plane shall be a twinengine, high-winged aircraft (amphibious capability desired but not required) capable of carrying three passengers. The aircraft shall have at least two positions for passengers with unobscured window views on each side of the aircraft with at least one window on each side with a minimum 12* by 18" bubble window. A minimum of 6 hours flight range (without retueling) is required. The aircraft shall also have GPS navigation aids, VHF aircraft radios, intercom with headsets for all occupants of the aircraft, all-weather wing and propeller de. icing. At least one pilot shall have extensive documented flight experience (minimum 500 hours) in the Gulf of Maine and Cape Cod area. This is a simplified acquisition with an estimated value of less than $100,000. Al responses received from responsible sources will be considered by the agency. Telephone requests for the solicitation will not be accepted. Written or taxed requests only. Fax number (757) 441-3786. Anticipated issue date for the RFQ is 12/18/98 with a due date of 1/6/99. See note 26.

http://www.easc.noaa.gov EASC Lynne Phipps (W-341 SN277892)

US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEMNC-CJ

PN. MAACK, PO BOX 1600, HUNTSVILLE AL 35807-4301 U-DEVELOP AND/OR REVISE COURSE MATERIALS AND TEACH THE COURSES, CULTURAL RESOURCES: IDENTIFICATION, ANALYSIS AND EVAL UATION, AND ENVIRONMENTAL IMPACT ASSESSMENT OF PROJECTS. SOL DACW87-99-0-0027 DUE 011899 POC Contract Specialist Nadine Maack (256) 895-1129 U.S. Army Engineering and Support Center ATTN: CEHNCCT-P (Maack) 4820 University Square, Huntsville, Alabama 35816 (Site Code DACA87) Olferors interested in the following requirement should submit a written, facsimile request to tax number 256-895-1197, no later than Dec 22, 1998. Telephonic requests and late requests will not be honored. Solicitation will be issued on or about December 28, 1998. Quotes will be due not later than 2 D.m. CSI, Jan 18, 1999. Time constraints prevent any extension of times stated. There are two courses of instruction, as follows: 1. Cultural Resources: Identifica. tion, Analysis and Evaluation. This course provides students with a broad-based understanding of the character and quality of cultural resources as well as working knowledge of the identification and assessment procedures applied to those resources affected by a proposed undertaking. The course is designed for planners, environmental resources managers, study managers, project managers, and others who will participate in the assessment and management of cultural resources. Course examines attributes, quality, and values of cultural resources, using broad categories of prehistoric and historic remains. Scheduled dates: (Base Year) 1. May 17-21, 1999, 2. May 24-28, 1999, 3. June 7-11, 1999. All sessions are in Sante fe, Mexico. There are two option years. 2. Environmental Impact Assessment of Projects. This course provides students with a working knowledge of the environmental impact assessment process and the procedures to follow in preparing an environmental impact statement and other types of environmental impact assessment documents. This course will comprise thorough and consistent instruction for the U.S. Army Corps of Engineers environmental planners in water resources' studies. Schedule: April 5-9, 1999, Huntsville, Alabama. (Base Year). There are two option years. Contractor shall provide a team of instructors who are experienced in administering and teaching short courses of instruction related to the requirements of each respective Statement of Work. Two instructors shall be designated as an instructor team. The same instructor team or different teams may be used for both courses. Both instructors must be onsite during entire course of instruction. Each instructor shall have, as well as provide resume addressing the following: 1. Working experience-At least five years experience within 1991 to present working with the relevant subject matter area, either in research or professional work setting. Thirty weeks or 1,200 hours is considered the minimal qualification within an identified year to count as a year of experience. 2. EducationMinimum of Masters degree in a related discipline. Doctorate degree in related discipline is preferred. Copy of diploma or transcript must be provided. 3. Teaching Expertise Qualifications. Each instructor should have at least one course session per year for three of the past five years. 1994 to present, teaching or assisting in conducting courses or seminars in a related subject matter. Evaluation factors are: Past performance. Price, and the following Technical factors: Working experience, education, and teaching experience. Factors are of equal importance. All responsible sources may submit a proposal which will be considered by the Agency. The Standard Industrial Code applicable to this procurement is 8299. Olleror must furnish business size with request (.e. large business, small business). Copies of the solicitation may be obtained without cost. One set of course materials may be obtained from this office at a cost of $75.00 (non-refundable). Payment will be made by certified check, cashiers check, or money order, payable to U.S. Army Engineering and Support Center, Huntsville. (1-342 SN278288)

60 CONS/LGC, 350 Hangar Avenue, Travis AFB, CA 94535-2632 VINTRA-CITY AND INTRA-AREA MOYES SOL F04626-99-1-0001 POC Debbie Parker, 707-424-7750 The following solicitations are hereby cancelled in its entirety. F04626-99-R-0001 and F04626-99-8-0001. 504626-99-R-0001 was originally synopized on 16 Nov 98 and corrected three (3) limes, twice on 17 Nov 98 and once on Nov 98 changing the solicitation number to F04626-99-8-0001. (W-342 SN278205)

contractor shall comply with all base security regulations and policy. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://arsite. hill.af.mil. In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1. Instructions to Offerors, Commercial Items (AUG 1998); FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers:a combination of technical evaluation, past performance, and price will determine best value to the government. Technical compliance/acceptability and past performance are more important than price. Alternative proposals are encouraged. The minimum requirements as set forth in the Statement of Work (SOW) reflect the Government's desired features. However, alternative proposals demonstrating technically equivalent or technically superior performance characteristics than those outlined in the SOW will be considered. Offerors must provide along with their quote, information regarding past performance. Otterors must submit company names, addresses, telephone numbers, names, of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. This information must include at a minimum three contracts placed over the past three years. Past pertormance will be used to evaluate the contractor's ability to perform. The Government may conduct pre-award surveys to determine ofterors' technical and financial abilities to perform. Past performance information should be submitted by 22-Dec-98: OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS CAN 1997) AND OFARS 252.212-7000 OFFEROR REPRESENTA. TIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions Commercial Items. It is tailored as follows: subparagraph c is changed to read: "Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government." ; FAR 52.2125. Contract Terms and Conditions Required to implement Statutes or Executive Orders- Commercial Items (Jun 1998); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt I) (Oct 1995): FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity Van 1997), FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns (Jun 1997); FAR 52.21914. Limitations on Subcontracting (Dec 1996); FAR 52.222-26. Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1988): FAR 52.222-41, Service Contract Act of 1965, As Amended (May 1989). Wage Determination No. 942133. Revision, 13, dated 2-Sep-98 applies. Wage Determination may be accessed electronically at http://www.afmc.wpaft.al.mi Vorganizations/ HQ-AEMC/PWatcirolindex.htm. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. EMPLOYEE CLASS Instructor, MONETARY WAGESFRINGE BENEFITSGS-9; FAR 52.222-43. Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989); FAR 52.225-3. Buy American ActSupplies (Jan 1994); FAR 52.225-18, European Sanction for End Products Dan 1996); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Aug 1996) is required; FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.237-1, Site Visit (Apr 1984). FAR 52.237. 2. Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.247-34, F.0.8. Destination (Nov 1991). In accordance with OFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1. 888-227-2423 or via the Internet at http://ccredi.disa.mil. On-line reg. istration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225. 7001. Buy American Act and Balance of Payment Program (Mar 1998): DFARS 252.225-7007, Buy American Act---Trade Agreements-Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act--Balance of Payment Program (Mar 1998); DFARS 252.227-7015. Technical Data-Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic Fund Transfer (un 1998); DFARS 252.243-7002, Certification of Requests for Equitable Adjustment Jul 1997). The following AETC FAR Supplement clause applies: 5352.2379001 Performance Conference (Jul 93) Offerors/bidders are hereby advised that if they are awarded a contract as a result of this solicitation, they may be required to appear at the 325th Contracting Squadron, Building Number 641, .501 Illinois Avenue, Suite 5 Tyndall AFB, FL 32403-5526 to attend a preperformance conference prior to commencement of an work on the military installation, Quotes should reference REQ. No. F08637-99-0X260. Offers must be sent in writing/tax to the Purchasing Agent Tsgt Benson no later than 23-Dec-98 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: 1sgt Benson, 501 Illinois Ave., Suite 5. Tyndall AFB FL 32403-5526. For more information contact the administrator Isgt Benson at (850) 283-8622 or Isgt Hunter at (850) 2838623. You may also email .

http://www-contracting.aetc.af.mil AETC Contracting Home Page

Lawrence Lawrence Kokocha, Ll., USAF (W. 342 SN278243)

60 CONS/LGC, 350 Hangar Avenue, Travis AFB, CA 94535-2632 V-OFFICIAL AND LEISURE TRAVEL SERVICES SOL F04626-9900138 POC Ms Bobbie J. Holt, 707-424-7774. Contract Specialist: DeWayne Wilson. 707-424-7740, Contracting Officer Contractor to provide a full range of official and leisure travel services. Place of performance is Travis AFB, CA. This solicitation will be issued using the test procedures outlined in FAR Part 13.500 and will be awarded as a Small Purchase. Period of performance is from 01 Mar 99 through 30 Nov 99 with one (6) month option period. This acquisition is a 100% set-aside for Small Business. A written solicitation will be issued O/A 28 Dec 98. Closing date will be O/A 22 Jan 99. The Standard Industrial Classification Code (SIC Codelis 4724. Request for Quotes (RFQ) and resultant purchase order to provide interim travel services until establishment of the Defense Travel System (OTS). Two separate awards will be made; however, both may be awarded to a single offeror. All requests for copies of the solicitation must be in writing. Telephone request will not be honored. fax request may be submitted to (707) 4240288 Contractor must be registered in CCR to be eligible for award. Request should include complete company address and business size. (W-342 SN278232)

USOA Forest Service, Room 710 N, Procurement & Property, 1720

Peachtree Rd, NW, Atlanta GA 30367-9102 V-HELICOPTER SERVICES FOR CHATTAHOOCHEE N. F AND FLORIDA N.F.!! SOL R8-99-07!! POC KAY A. MATTHEWS-573-364.4621,EXT. 477(office) You may tax your request at'573-341-7475.!! FOREST SERVICE IS SOLICITING BIDS FOR HELICOPTER SERVICES ON THE CHATTAHOOCHEE AND FLORIDA NATIONAL FOREST. THIS IS AN EXCULSIVE USE,HOURLY CONTRACT FOR 12 MONTHS WITH A MINIMUM GUARANTEE OF 400 HOURS. HELICOPTER BASES ARE LOCATED AT GLASSY MOUNTAIN, GA NEAR CLAYTON, GA IN N.E. GA. AND TALLAHASSEE AIRPORT, TALLAHASSEE FL. See number note 26!! (W-342 SN278366)

AETC CONS/L6CU 2021 1st Steet West, Bldg 853, Randolph AFB,

TX 78150-4302 0-TYPE I TRAINING, E-3 RADAR SYSTEM, RSIP GROUND/AIRBORNE ORGINIZATIONAL MAINTENANCE COURSE SOL FA1689-98-R-0001 DUE 123198 POC Jerry Strubbe 1210) 652-2122 e-mail Proposed sole source acquisition for technical nonpersonal services for Type I training. Training includes an overview of the Radar System Improvement Program (RSIP), impact on the E-3 radar system, review of E-3 radar theory, RISP, hardware modifications, install procedures, system operations, built in test/sault isolation test (BIT/FIT) dala interpretation, line replacement unit (LRU). remove/replace, and beyond BIT/FIT trouble shooting techniques for selected personnel. Courses are to be conducted at the contractor's facilities. The estimated period of performance is "16 Mar through 24 Sep 98 for two classes with possible two (2) additional optional classes. Class size can vary from four (4) to eight (8) students. The duration of the class is 184 hours per class (23 academic days). It is the Government's intent to make award to Northrop Grumman Corporation. Baltimore, MD. Proprietary Rights to the system software and non-availability of the equipment is the justification for sole source. In addition the AETC Contracting Squadron is conducting market research to identify any qualified women-owned businesses, Section 8(a) businesses, small disadvantaged businesses, and HCBU/MI with experience and capability in providing alorementioned services. Responses must be received not later that 3:00 p.m. CSI, 31 Dec 98. No telephone inquiries

www-contracting.aetc.al.mil AETC Large Dollar Business Opportunities

Jerry Strubbe. PCO AETC CONS/LGCU (W-342 SN278418)

USDA Forest Service, Room 710 N, Procurement & Property, 1720

Peachtree Rd, 'NW, Atlanta GA 30367-9102 V-HELICOPTER SERVICES FOR CHATTANOOCHEE N. F AND FLORIDA N.F.!! SOL R8-99-07!! POC KAY A. MATTHEWS -573-364-4621,EXT. 477(office) You may lax your request at 573-341-7475.!! FOREST SERVICE IS SOLICITING BIDS FOR HELICOPTER SERVICES ON THE CHATTAHOOCHEE AND FLORIDA NATIONAL FOREST. THIS IS AN EXCULSIVE USE,HOURLY CONTRACT FOR 12 MONTHS WITH A MINIMUM GUARANTEE OF 400 HOURS. HELICOPTER BASES ARE LOCATED AT GLASSY MOUNTAIN,GA NEAR CLAYTON, GA IN N.E. GA. AND ILLAHASSEE AIRPORT, TALLAHASSEE FL. See number note 26!! (W-342 SN278367)

W Lease or Rental of Equipment

WR-ALC/PKOS, 215 Byron St, Robins Air Force Base, GA 31098

1611 WPLEASE OF PUSTIC MEDIA FOR THE REMOVAL OF ORGANIC COATINGS FROM AIRCRAFT AND COMPONENTS SOL F09650-99-R-1435 POC Cheryl } ficklin (912)926-9086 A draft Statement of Work for the Leasing of Plastic Media can be found at WR-ALC Contracting site at http://contracting.robins.af.mil/pho/pkobiz.ssi The estimated quantity for F-15 workload is 168,000 lbs per year. The estimated quantity for Tl workload is 36.000 lbs per year. The draft Statement of Work does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. All request for information should be directed to Cheryl J. Ficklin, 912-926-9086. Fax number 912-926-3590

http://contracting.robins.af.mil/pko/pkobiz.ssi F09650-99-R-1435 Lease of Plastic Media

cifickli@pk sobins.af.mil Contracting Officer's e-mail address (W-342 SN278278)

V Transportation, Travel, and Relocation Services

Department of Commerce, NOAA, 200 World Trade Center, Room

209, Nortolk, VA 23510-1524 V-AIRCRAFT CHARTER FOR MARINE MAMMAL SURVEYS SOL EASC 99-0038 POC Lynne Phipps, Contract Specialist (757) 441-6881, Melvyn DesJarlais. Contracting Officer (757) 441-6647 The National Oceanic

X Lease or Rental of Facilities

DLA Administrative Support Center (DASC), Office of Contracting (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir,

VA 22060-6220 X-DEFENSE LEADERSHIP AND MANAGEMENT PROGRAM FACILITY LEASING SOL SP4700-99-Q-0008 DUE 121198 POC Contract Specialist, Constance Fortune (703) 767-1173/ Contracting Officer, Carol Leon (703) 767-1167 The purpose of this modification is to correct the Due date for responses to this notice. The due date is changed from 12/11/ 99 to 12/11/98. All other terms and conditions stated in the original CBD notice remain the same.

constance__fortune Cha.dia.mil click here to email the contract specialist (W-342 SN278212)

ment constitutes the only solicitation. Proposals are being requested under Request for Quotes (RFQ) # 99HQQQ0058 posted on Electronic Commerce. Details may be viewed on the Department of Interiores Business Opportunities Web Page at http://ideasec.er.usgs.gov. The posted RFQ contains a description of the service, quantity, delivery, and applicable clauses. All vendors who can meet this requirement, and have a valid Dun & Bradstreet Number (DUNS), are invited to submit electronic quotes for this posted RFQ. A written solicitation for this requirement will not be issued. THIS ACQUISITION WILL BE MADE UNDER THE SIH. PLIFIED ACQUISITION THRESHOLD OF $100,000.00. SIC code løs this acquisition is 1542. Quotes are due at midnight on 16 Dec 98.

http://ideasec.er.usgs.gov Click here to view the U.S. Geological Surveys' Electronic Commerce website:

Click here to contact the Contracting Officer via e-mail: (W-342 SN278333)

Y Construction of Structures and facilities

National Park Service, Gulf Islands National Seashore, 1801 Gulf

Breeze Parkway, Gulf Breeze, FL 32561 Y-OVERLAY CAMPGROUND ROAD AND 14 RV PAD EXTENSION SOL 1443RQ532099004 DUE 01 1599 POC Mary Kidd. 850-934-2602 Contractor shall furnish all labor, equipment and material necessary to construct extensions to 14 existing RV pad and overlay existing roadway located at Campground Loop A, Ft. Pickens District. Gull Islands National Seashore, Pensacola Beach, FL. Request for Quotation, plan and specifications will be released 12/28/98. Estimated price range for this procurement is between $25,000 and $50,000. Fax request to 850-932-9654. "See Note(s)l" (W-342 SN278208)

Engineering Field Activity, NW, NAVFACENGCOM, 19917 7th Ave

NE, Poulsbo, WA 98370-7570 2-RECOAT EXPLOSIVE NANOLING WHARF (EHW) STRUCTURE AT THE NAVAL SUBMARINE BASE BANGOR, SILVERDALE, WA SOL N44255-98. R-9871 DUE 012999 POC Jackie Korthak, Contracting Officer, (360) 396-0234 PRE-SOLICITATION NOTICE. The work includes coating all existing painted and galvanized steel within the Explosive Handling Whart (EHW) building envelope including the building structure, bridge cranes, piping, conduits, control and power panels from wharf deck level upwards excluding metal siding, roofing the deluge sprinkler system, the interior office space, power booms, and miscellaneous pier appurtenances and incidental related work. The Standard Industrial Classification Code is 1721. The related small business size standard is $7 Million. The estimated cost of procurement will be between $1M and $5M. This project will be procured using Source Selection procedures; therefore, a technical, price and management proposal will be required. The technical evaluation factors are: Past Performance. Company Experience, Key Personnel and Experience in Environmental Plans. The management factor will be Subcontracting Experience, Achievements and Goals. The Government intends to issue this solicitation through the use of CD-ROM and the Internet. Plans and specifications will NOT be provided in a paper (hard copy) format. Plans and specifications will be on CD and available on or about 30 December 1998. There will be a NON-REFUNDABLE charge of $32.00 for each CD. CDs may be obtained by mailing a request, with payment, to: EFA NW. ATIN: Plan Issue, 19917- 7th Ave. NE, Poulsbo, WA 98370-7570, or FAX request with credit card number and expiration date to (360) 396-0998. Telephone requests will not be honored. All requests for plans and specifications MUST include: (1) Complete solicitation number and project title: (2) Name, Address and Phone number of company: (3) Number of CDs requested; (4) Payment: VISA, MasterCard, or Discover Card (include account and expiration date). or check of money order payable to the SUPERINTENDENT OF DOCUMENTS. Cash will not be accepted. CDs will not be issued until proper payment has been received. CDs will be issued via First Class Mail. NO PICKUPS are authorized. After the issue date, requests will be filled only on Friday of each week, Requests must be received by COB Tuesday of each week to meet the friday fill date. Notification of any changes to this solicitation (amendments) shall be made ONLY on the Internet. It is therefore the contractor's responsibility to check the listed Internet addresses daily for any posted changes to the solicitation http://scotty.elanw.naviac.navy.mil/ebs/default.htm. A copy of a Plan Holder's List may be obtained by written request or fax to (360) 396-1998. See the solicitation for proper address for delivery of proposals. For inquiries on this synopsis. contact Jackie Korchak, (360) 396-0234. Offerors, if a large Business, shall submit a subcontracting plan with their proposals. This solicitation will be open to all business concerns. (W. 341 SN277914)

Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,

SC 29419-9010 Y-C-17 SQUADRON OPERATIONS/AIRCRAFT MAINTENANCE UNIT NOS. 3 & 4, CHARLESTON AIR FORCE BASE, CHARLESTON, SC SOL N6246797-R-1091 DUE 021199 POC Contract Specialist: Deborah Taylor, Code 021201. Contracting Officer: W.J. Anonie, Code 0212. THIS PRE-SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED* BASIS INVITING FULL AND OPEN COMPETITION. The Base Bid includes demolition of existing facilities (Buildings 702, 706, and 710) and construction of two Squadron Operations/Aircraft Maintenance Unit Facilities, new roadway, and incidental related work. The Government will award a contract resulting from this solicitation to the responsible proposer whose proposal contorming to this solicitation will be the "BEST VALUE“ to the Government, price and technical factors considered. Proposers will be evaluated on: (1) Past Performance, (2) Technical Qualifications, (3) Management and Control and (4) Small Business Subcontracting Elfort. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms. Proposers should not assume that they will be contacted or afforded an opportunity to quality, discuss, or revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED. FOR SPECIFICATIONS: There is a $130.00. Non-Refundable Charge for each set of Specifications. To obtain Specifications you may CHARGE your request to a VISA, MASTER CARD, OR DISCOVER CREDIT CARD or make company check payable to "SUPERINTENDANT OF DOCUMENTS” and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM, SUITE "B", 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-1802. PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER, ETC. PLEASE INCLUDE: (1) A POINT OF CONTACT, (2) A TELEPHONE NUMBER, AND (3) A FAX NUMBER. Il problems arise concerning your request, call RONNIE MITCHUM at 843/743-4040. To obtain a plan holders list FAX your request to 8431743-3027. Plan Holders list will be mailed. We cannot fax plan holders list. For inquiries about Proposals Due or Number of Amendments issued, contact Susan Clark at 843/820-5775. Technical Inquiries must be submitted in writing 15 days before Proposals are Due to the address listed above, or faxed to 843/820-5853, Attn: Deborah Taylor, Code 021201. Estimated cost is between $10,000,000.00 and $15,000,000.00. Estimated duration of the contract is 555 days for completion. The Standard Industrial Classification Code for this solicitation is 1542: General ContractorsNonresidential Buildings, Other Than industrial Buildings & Warehouses. The size amount is $17,000,000.00. (W-342 SN278394)

US Army Engineer District, Honolulu, Building 230, Attn: CEPOD

CT, Fort Shatter, MI 96858-5440 7-REPAIR CONCRETE & ASPHALT PAVEMENT AT AIRFIELD APRON AND TAXIWAY, RENOVATE HANGER, AND ASSEMBLE PRE-ENGINEERED BUILDING AT WHEELER ARMY AIRFIELD, DAHU, MAWAII SOL'DACA8399-B-0001 DUE 012699 POC Technical: Ms Edwina Williams, (808) 438-7053; Contractual: Mr. Rich Phillips, (808) 438-8577 This modification to the original notice adds the location of the work. Wheeler Army Airlield, Oahu, Hawaii,

http://www.pod usace army.mil/ebs.html Honolulu Engineer District Contracting Home Page

rich.phillips@pohol usace.army mil click here to contact contract specialist via email (W-341 SN277915)

Waterman Steamship Corporation, 650 Poydras Strod, Suite 1000,

New Orleans, LA 70130 1-DRY-DOCK AND REPAIR TO VESSELS SOL RLB-99-01 POC Contact R.L. Beckemeyer, Dircetor of Procurement (504) 593-8328 Dry-docking of three Roll-On/Roll-Off type vessels: the SS Sgt. Matej Kocat, ss PFC Eugene A: Obregon and SS Maj Stephen W. Pless. Gross register tons 29,091; 821.04 Hidength overall: 105.5 It beam; maximum height 162 it: 10 in. The work to be performed is best classified under Standard Industrial Code 3731, Ship Repair (Including Overhauls and Conversions) Performed on Nonnuclear Propelled and Nonpropelled Ships. The magnitude of this requirement is anticipated io be approximately $10,000,000.00 for all three vessels and will be an unrestricted procu ment. The solicitation may result in up to three (3), contract awards. The individual dry-docks are anticipated to commence March, 1999 (Kocak), May, 1999 (Obregon), and July. 1999 (Pless). A solicitation is expected to be released late December, 1998. In order to receive a copy of the solicitation, each potential offerer must submit a written request to: LMS Shipmanagement, Inc., 650 Poydras Street, Suite 1700 P.O. Box 58409, New Orleans, LA 70153-8409. attention R.L. Bechemeje and each request must be accompanied with a company check, certified check or money order made payable to LMS Shipmanagement, loc in the amount of seventy-five U.S. dollars ($75.00). The fee is nonrelundable unless the solicitation is not issued. Richard L. Beckemeyer (W-342 SN278336)

EFA Chesapeake, Washington Navy Yard, Building 212, 901 M

Street, S.E., Washington, DC 20374-5018 2-RENOVATE ACADEMIC FACILITIES, MAHAN AND SAMPSON MALLS AT THE U.S. NAVAL ACADEMY, ANNAPOLIS, MD SOL N62477-97-R-0097 DUE 010799 POC Debra D. San Luis, al (202) 685-3154 This project is unrestricted. This project is for the repair and renovation of two buildings at the United States Naval Academy: Mahan Hall (Building 106), and Sampson Hair Building 107). These buildings form two-thirds to the original three building Academic Building Group constructed in 1907 and are listed on the National Register of Historic Places Mahan Hall, (Building 106) is the centerpiece of the group and contains an auditorium, grand stairs and lobbies, and the original library which now used for multipurpose uses and office use. The exterior of the structure as well as most of the public spaces on the Second and Third Floors ate historic in character. Preservation of these spaces is critical in the construction project. Special -spaces on the Ground Floor include an existing telephone facility which serves the entire Naval Academy and must remain in continuous unintereputed operation during the renovation. Additionally, the Electrical Engineering Laboratory is to remain operational during renovation until January 2000. Older specialties include trophy cases, wiht historic flags and banners, which are to be protected during renovation. Renovation includes complelt replacment of the mechanical, electrical, and fire protection systems, repair to the exterior terracotta, brick and granite, masonry, repars to the slate rool, and replacement of the EPDM rool with copper replacement of the existing windows with new aluminum replication system, and architectural repairs to the interior to comply with handi capped accessibility regulations. Total area of Mahan Hall is approximately 31.850 feet. Sampson Hall (Building 107), is a classroom and office building. The building exterior and the monumental stairways are historic in character. The remainder of the interior is in need of replacement The renovation will consist of complete replacement of the mechanical, electrical, and fire prolechon systems, reconstruction of the interior walls for classroom and office use, repair to exterior terracotta, brick and granite, repairs to slate and copper rool, and replacment of the existing windows with new aluminum replication system, Tolal area of Sampson Hall is approximately 72,000 square feet. Mahan Hall is the base bid for the construction project with the anticipated award date of 30 April 1999. Sampson Hall is designated as an option to be exercised no later than 1 November 1999. The intent of this project is to complete construction of the both the base bid and the option no later than 15 July 2000. Adherence to this schedule is a requirement. The estimated value of this procurement to include the option is greater than $10,000,000.00. This BEST VALUE SOURCE SELECTION WILL BE CONDUCTED IN TWO PHASES. Phase 1 will be evaluted based on the following criteria: RELEVANT EXPERIENCE. The purpose of this facts is to evaluate the offeror's relevant experience for this project. A technical evaluation of this factor will be performed to determine whether the offeror meets the mandatory experience criteria: For work in which you have been the prime construction contractor, provide a list of major past projects (a minimum of three within the past seven years). with adequate information for each, for evaluation of its relevance to the following criteria: 1. Renovation projects with similar site and scope (Minimum 100,00 GSF and $12 million) 2. Projects similar in nature which met or exceeded the performance requirements of the contstruction schedule. 3. Renovation of buildings on or eligible for the National Register of Historic Places. 4. Projects with complex relocation of telephone and data communications distribution systems, while main taining continual network operations. 5. Projects with extensive renovation

U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock 1

Tower Building, P.O. Box 2004, Rock Island, Blinois 61204-2004 2-LOWER GUIDEWALL KEVEL RAIL AND CHECKPOST INSTALLATION, PEORIA LOCK AND DAM, ILLINOIS WATERWAY, TAZEWELL COUNTY, ILLINOIS SOL DACW25-99- 0006 DUE 020499 POC Procurement Technician, Murilene Knight, 309-794-5613. or Contract Specialist, Thomas Bales, 309-794-5661 7-Removal and reinstallation of existing facilities: concrele removal; concrete anchors; structural concrete (including formwork and reinforcing steel): wall armor; fabrication and installation of checkposts: installation of Government furnished kevel rail and kevel; minor painting; and minor electrical work. The estimated magnitude of the proposed procurement is between $250,000 and $500.000, Plans and specifications will be provided on CD-ROM at no cost; paper copies will not be available from the Government. This procurement is 100 percent set-aside for small business. The SIC code iş 1629. (W-342 SN278213)

2 Maintenance, Repair or Alteration of Real Property

Department of Veterans Affairs Medical Center, 500 West Fort

St., Boise, ID 83702 L-AMBULATORY SURGERY IMPROVEMENTS SOL 531-12-99 DUE 020599 POC Carol Grant Barr, Contracting Officer (208) 422-1131 Furnish all labor, materials, tools and equipment required to I renovate portions of the third floors of Buildings 67 and 85. The existing ICU, Recovery, and Surgery Preparation areas will be remodeled. The existing Inpatient Pharmacy will be renovated to create a satellite pharmacy, waiting rooms, locker rooms, and offices. The existing surgery locker rooms and lounges will be renovated to create a single lounge, a bathroom, a reception area, and waiting space. Work will include demolition, new walls, finishes (walls, floors, and ceilings). HVAC, plumbing, medical gas, and electrical modifications. SIC #1542. The cost range is $500,000 to $1.000.000. Request Bid Documents in WRITING. Phone requests for bid documents will not be accepted. Issue on of about 1/6/99 with BOD on or about 2/5/99. Pre Bid to be announced in the bid documents. FAX I (208) 422-1139. (W-341 SN277903)

NASNGoddard Space Flight Center, Code 212, Greenbelt, MD 20771 1-MECHANICAL RESTORATION OF BUILDING 22, NASA'S GSFC SOL RFP5-50651-119 DUE 122398 POC Rex L Elliott, Contracting Officer, Phone (301)286-6204 Fax (301)286-0247. Email Rex. SECOND SITE VISIT AND PRE-PROPOSAL CONFERENCE: NASA's GSFC has scheduled a second site visit and pre-proposal conference for this procurement. It will be held at 9:00 a.m. on Tuesday, December 15th, meeting in room 365 of Building 22 at NASA's GSFC No advance registration is required.

http://nais.nasa.gov/EPS/GSFC/date.html#REP5-50651-119 Click here for the latest information about this notice

Rex. T. Elliott. Rex Elliott (0-342 SN278257),

U.S. Geological Survey, MS 204, 12201 Sunrise Valley Drive, Reston.

Va 20192 K-ROOM 18418 ALTERATIONS, USGS, RESTON, VA SOL 99H0000058 DUE 121698 POC Ms. Heather R. Williams, fax 703-648-7901 This is a combined synopsis/solicitation for commercial items. This announce

work in occupied academic facilties. 6. Government Projects. PAST PERFORMANCE. The Government will evaluate the quality of the offeror's past performance. The assessment of the offeror's past performance wil be highly influential in determining the relative merits of the capabilities of the offeror and other competitors for further evaluation. Provide adequate information for the projects submitted under "Relevant Experience“ to describe your performance on these projects. Provide points of contact (client or owner) and current telephone numbers for each project submitted. After evaluating all offers from Phase I, the Contracting Officer may determine that the number of proposals that might otherwise be included in the competitive range, exceeds the number by which an efficient competition can be conducted. Therefore, the Contracting Officer accordingly, may limit the number of proposals in the competitive range, to those that are most highly ranked, to Der mit efficient competition. All proposals are to be received no later than 2:00 p.m., 7 January 1999. Sa bound copies along with an electronic file compatible with Microsoft Word 97, are to be delivered to the Engineering Field Activity, Chesapeake, 901 M. Street, Bldg 212, 3rd Floo: Contracts Office, Washington Navy Yard, Washington, D.C. Phase II of the Source Selection Process will be conducted only with those offerors' remaining in the competitive range. Phase II evaluation criteria will include, but not be limited to: Project Management Team; Specialized Subcontractor Work; Construction Schedule/Contract Administration and Price. There will be no hard copies of Phase 1 issued. All prospective offerors should refer to this information for the preparation of their proposals. (W-342 SN278365)

Defense Construction Supply Center, Attn: DCSC-VIRO, P.O. Box 3990, Columbus, oh 43216-5000, by fax (614)692-2998 or call (614) 6922344. Requests should include the IFB/RFP/RFQ NUMBER, opening and closing date, NSN, YPC/ZPC OR NPC NUMBER; BUYER'S NAME AND YOUR COMPLETE NAME AND ADDRESS. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATONS CANNOT BE PROVIDED BY DCSC. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation of offers, the final contract award decision will be based upon a combination of price and past performance, as described in the solicitation. While price will be a significant factor in the evaluaion of offers, the final contract award price may be based upon a combination of price and delivery is described in this solicitation.

http://www.dscc.dia.mil/rta DSCC SOLICITATION ON THE WEB (W-342 SN 278305)

USCG, CEU Providence, 300 Metro Center Blvd, Warwick, RI 02886 GUINTEL REPAIR AND REPOINTING AT BLDG #14, U.S. COAST GUARD

ISC BOSTON, BOSTON, MA SOL DTCGG198Q3WK003 DUE 011199 POC 1 Frank Pfeiffer, Contracting Officer 401-736-1761 ISSUE DATE: 12/21/

98. Contractor shall provide all labor, materials, equipment, transportation, Supervision and disposal necessary to remove, reset, and reinstall seven pre-cast concrete lintels; remove approx. 275 1.1. of existing horizontal

sealant and backer rod on the top surface of all exposed pre-cast i concrete lintels; remove approx: 400 lt. of 3/8" mortar joint in brick

facade; resurface approx: 100 s.l. of Spalding concrete: waterproof approx: 600 s.l. of exposed surfaces of pre-cast concrete lintels; install tapered insulation (150 1.1.+/-), install 26 ga. Terne coated stainless steel flashing (140 1.8.) and incidental related work. Estimated cost

of this project is between $25,000 and $100.000. SIC code is 1741. 0 On-site construction work shall not start before 15 March 1999. Perform

ance period is 120 calendar days from issuance of the Notice to * Proceed and is subject to 75 days of on-site work. All submittals

must be approved by 01 February 1999. Solicitation packages to be it available on or about December 21, 1998, and may be obtained from:

Ri Blueprint, 335 Webster Avenue, Cranston, RI 02920: POC Peter

Morin or Diane Gibree at (401)942-3225, (800)734-3225 or fax (401)94616550. Contact RI Blueprint for cost. Visa, Mastercard & American 1 Express accepted. The due date for receipt of bids' 15 on or about

January 11, 1999. Bidders are required to verify the number of amendments prior to bid opening with the Contracting Officer. This project is issued pursuant to the Small Business Competitiveness Demonstration

Program, and is unrestricted. THE FOLLOWING NOTICE IS PROVIDED * AS INFORMATION FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED

BUSINESS ENTERPRISES: The Department of Transportation (001), Short

Term Lending Program (STLP) offers working capital financing in the El form of lines of credit to finance accounts receivable for transportation

related contractsMaximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osobuweb.dol.gov. For information concerning this acquisi. tion, contact the Contracting Official listed above. (W-342 SN278396)

with one receiving the award of the seed project. The Government considers the limiting of competition for task orders as consideration for the IDIQ contract. The fust 1DIQ construction contract will be awarded as a firm faed price, 100% design. The initial award will be based on technical factors including (1) Past Performance (2) Techoical Qualifications, and (3) Technical Approach It will also be based on pricing full plans and specifications for N62467-99-R-0862 CONSOLIDATED EQUIPMENT OPERATOR (EO) TRAINING FACILITY, NAVAL CONSTRUCTION BATTALION CENTER, GULFPORT, MS. The estimated construction cost for this seed project is between $500,000 and $1,000,000. Work includes the construction of single story reinforced masonry building on reintorced concrete slab; classrooms; instructor offices, administrative area; stall and student lounges; male and female heads; steel frame rooling system; steel personnel doors; aluminum framed windows; interior gyp board/metal stud trame walls; suspended ceilings: painted surfaces, vinyl tile; plumbing, central HVAC system, electrical service and distribution; fluorescent lighting, telephone and LAN lines; lire protection system; concrete equipment parking area, paved POV parking area and demolish buildings 217.371 and 157 after completion of new facility. The second contract N62467- 99-R-0863 and third contract N62467-99-R-0864 will be awarded at the same time and selection based on the same criteria as the first selection. All three contractors will competitively bid on subsequent task orders. These subsequent projects will be non-complex performance-oriented tasks requiring no professional design services. They will be scoped by the Government/Contractor team in order to develop a mutually agreed upon Statement of Work and may not have traditional plans and specifications but may include sketches, and requests for catalog cuts or other submittals. Award factors will vary depending on the unique requirements of each Task Order and will be a performance scoped, firm fixed price task with a specific completion date. All three Contractors will be required to participate in all SOC walkthroughs and submit proposals. Failure to participate responsibly in walkthroughs and submit proposals of Task Orders may result in the Government not exercising the option to extend the contract for the option years. Only the three selected Contractors will be permitted to propose on the Task Orders. Proposals from other contractors will not be accepted: A minimum of two proposals will satisfy the competitive requirements of SOC and preclude the necessity of soliciting for a replacement contractor it for any reason one of the contracts is terminated of one of the proposers is not able to participate in the process. There is a $30.00 Non-refundable Charge for each set of Plans and Specifications. To order Plans and Specifications you may CHARGE your request. VISA, MASTER CARD, OR DISCOVER CREDIT CARD or make company check payable to the "SUPERINTENDENT OF DOCUMENTS" and send to: THE DEFENSE AUTOMATED PRINTING SERVICE, ATIN: RONNIE MITCHUM, SUITE "B"; 2825 AVENUE "D" NORTH, CHARLESTON, SC 294081802. PLEASE INDICATED IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLIER. ETC. PLEASE INCLUDE (1)A Point of contact. (2)A Telephone Number, and (3)A Fax Number. If problems arise concerning your request, call RONNIE MITCHUM at 843/743-4040. To obtain a plan holders list FAX your request to 843/743-3027. Plan Holders List can be obtained from the Internet at http://www.chas.sebt.daps.mu. Plan Holders list will be mailed. We cannot far plan holders list. for inquiries about Proposals Due or Number of Amendments issued, contact Shirley Shumer at 843/820-5923. The Standard Industry Code (SIC) for this solicitation is 1542: General Contractors--Nonresidential Buildings. Other than Industrial Buildings & Warehouses. The Size Standard is $17,000,000.00.(W-342 SN278409)

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island , IL 61299-7630 10-POWER SUPPLY SOL DAAE20-99-1-0020 OUE 01 1899. POC Diane Wiener (309) 782-6675 DESC: Power Supply. NSN 6130-00-435-1116, Part Number 12934803. The item to procure QTY is 48 each, FOB Destination, with an 100% Option to procure and adore materity of 48, FOB Origin. for use on the M109 Paladin

issue date is 28 Dec 98. The TOP DRAWING is a Specification Control with Suggested Sources of Supply: EPSCO Inc, Itasca, IL and Hewlett Packard Co., Palo Alto, CA. This solicitation will be issued electronically in accordance with EAR 4.501, 5.102(a)(7) and 14.205-1(c) therefore hardcopies will not be provided, Vendors wishing an electronic copy may download it on or alter the issue date by accessing the following address via the internet: http://www-acala).ria.army. This solicitation incorporates a Technical Data Package (TDP) that cannot be provided via the internet. Vendors who need this TOP in order to prepare a bid or proporal are instructed to request same by submission of an email request to: , mil. Any said requests should contain the following information; CAGE Code (if available), Company Name, Point of Contact (optional), Street Address, City, State, Zip Code, Telephone Number. A JOP will be provided by normal mail atter the solicitation has been released to the internet. MiVACALAVAAIS/ AAIS. htm. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued, failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/ receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. Proposed contract is 100% Small Business set-aside. (W-342 SN278321)

Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P.O. Box 190010, North Charleston,

SC 29419-9010 H01Q (INDEFINITE DELIVERY INDEFINITE QUANTITY) CONSOLIDATED EQUIPMENT OPERATOR (EO) TRAINING FACILITY, NAVAL CONSTRUCTION BATTALION CENTER, GULFPORT, MS SOL N62467-99-R-0862 DUE 022599

POC Contract Specialist: Susie Code 0211SC. Contracting Officer: 1L R Fisk, Code 0211, THIS SOLICITATION IS BEING ADVERTISED AS

A SMALL BUSINESS SET-ASIDE INVITING FULL AND OPEN COMPETITION This procurement is for one solicitation resulting in the award of three Indefinite Delivery Indefinite Quantity (1010) Construction Contracts to the responsible proposers whose proposals, conforming to the RFP. are considered in the best interest of the Government using the best value continuum process in a negotiated acquisition. One of the contracts will be set aside for and competed amongst 8(a) contractors in the State of Mississippi and the other two will be set aside for Small Business. The work will primarily be new construction, roofing, de molition, routine renovation and repair of facilifies and infrastructure including: (1) aviation and aircraft facilities, (2) marine facilities, (3) barracks and personnel housing facilities, (4) administrative facilities, (5) warehouses and supply facilities, (6) medical and dental facilities; (7) abatement and handling of hazardous/regulated materials (including and not limited to asbestos, lead paint and PCBs): (8) civili sanitary, stormwater, mechanical and electrical systems throughout the Area of Responsibility (AOR) of NAVFACENGCOM SOUTHOIV Field Office. Gulfport, MS. Projects assigned to these (1010) contracts will use the Solution Order Concept (SOC) approach to scope & price the work. After award of the initial contract to the three contractors, they will compete for Task Orders based on either 'best value using a tradeoff process or low price technically acceptable to the government through Government Contractor Team Cooperative scoping of the work. Each contract will be for one base year with two option years. The total 3 year (Base Year & two option years) construction cost for all three IDIQ contracts is estimated at a maximum of $30,000,000. Construction schedules will be determined for each project at the issuance of each Task Order. The three Best Value contractors will be awarded a contract

USPFO for Colorado, 660 S. Aspen St., Stop 53, Buckley ANG

Base, Aurora, CO 80011-9511 2-ADD TO AND REPAIR SQUADRON OPERATIONS FACILITY SOL DAHA05-99-8-0001 DUE 022699 POC Kent Morgan (303) 677-9953 The solicitation to Add to and Repair Squadron Operations Facility, Building 700. Buckley Air National Guard Base, Aurora, Colorado has been delayed until the end of January 1999. The anticipated site visit will be the end February 1999 with an estimated bid opening date of mid March 1999. The estimated construction period is 270 calendar days. The construction cost is between $500,000.00 and $1,000,000.00. This project is listed under SIC 1542. It is anticipated that firm-loved price contract will be awarded as a result of this solicitation. The solicitation package will be issued on a first come first serve basis as the number of copies will be hmited. Copies of the solicitation will be distrabuted to various Plans Rooms throughout Colorado. Requests tor bid documents shall be in writing and accompanied by a nonretundable check for. $76.10.for a specification copy with full-size plans. Make check payable to the U.S. Department of Treasury. This solicitation is 100% sel-aside for SMALL BUSINESS. However, womanowned and Small Disadvantaged Business (SDBs) are encouraged to apply. NOTE: Buckley ANG Base. Aurora, CO Stop 53 has been changed to Stop 66. Also, include Bldg 1005, Room 250 as part of the Buckley ANG Base address

http://www.abc.gov MNIBLETI COBKE ANG AF MIL

MNIBLETT*COBKEANG AF MIL MNIBLEFT*COBKEANG. AF MIL (W-342 SN278426)

12 Fire Control Equipment-Potential Sources Sought

US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000 12—INERTIAL NAVIGATION SYSTEM (INS) SOL DAAE30-99-R-0203 DUE 010799. POC Patricia A. Regelski, Contracting Officer, 973-724-3832 The US Army TACOM-ARDEC intends to award sole source contract to Kearlott Guidance and Navigation Systems. Totowa, New Jersey for the purchase of two Inertial Navigation Systems (INS) for use with the 155mm Automated Howitzer (155AH). The INS shall be capable of interfacing with the 155AH without modification of the 155AH in any manner. The two units shall be direct replacements for the INS currently used in the 155AH Digital Fire Control System (DFCS). That is the two INS shall meet the same mechanical, electrical and communication interface requirements, as well as functional, operational, and performance requirements of the current 155AH INS. The INS shall consist of a vehicle Reference Unit, Vehicle Motion Sensor, and associated interconnect cable. Overall characteristics for the INS are: Position an

for missions Up to 24 hours long and distance traveled up to 100 Km at any latitude within the range of 840 N 10 800 S, unless specified otherwise. The INS shall make use of Global Positioning System (GPS) signals as an aid to improve the inertial accuracy. The INS shall interface with standard U.S. Army Precision Lightweight Global Positioning System Receiver (PLGR). 'It shall also utilize Vehicle Motion Sensor aiding to improve survey accuracy as well as when the vehicle is stopped. The ins Updates (ZUPTS)

accuracy requirements shall be met when GPS aiding is enabled and signals from four GPS satellites having characteristics suitable for obtaining GPS position solutions, at a rate of one per minute or higher, with accuracy of 10 meters CEP, horizontal, and 10 meters PE, vertical, or better, are incident at the GPS antenna. The position accuracy requirements specified herein apply at any time after position was initialized, INS completed alignment, and the weapon system has been stopped for 30 seconds or longer. The INS horizontal position error shall not exceed 10.0 meters CEP. No more than 1.0 percent of the radial errors may exceed 26 meters. The INS altitude error shall not exceed 10.0 meters PE. No more than 1.0 percent of the absolute values of altitude errors may exceed 39 meters. The INS shatt accept and indicate position in Universal Transverse Mercator (UTM) coordinates with a resolution of 1 meter in Easting, Northing, and Altitude, At any. latitude within the range of 650 S on 650 N. grid or geodetic azimuth error for the INS shall not exceed 1.0 mils RMS and no more than 1.0 percent of the absolute values of azimuth errors shah exceed 2.6 mils. The INS cannon Quadrant Elevation (QE or pitch) error shall not exceed 0.5 mil RMS, and no more than 1.0 percent of the absolute value of QE or pitch errors shall exceed 1.3 mils, The INS cannon cant (or roll) error shall not exceed 0.5 mil RMS and no more than 1.0 percent of the absolute value of cant or roll errors shall exceed 1.3 mits. The INS shall accept and indicate azimuth referenced to grid north with a resolution of 0.1 mil, and a QE and cant referenced

Supplies, Equipment, and Materials +10 Weapons

Detonse Supply Conter Columbus, PO Box 16595, OSCC-PBAB, H 15

Columbus, ON 43216-6595 10-WEAPONS SOL SP07609903325 DUE 012099 POC Point Of Contact--Barb Lowry. Phone (614) 692-3306, tax 692-3028 DESC-WEAPONS P/N 178005 / 806287 THRU 806298, NSN 1095-00-380-8786. Quantity of 28 each. All responsible sources may submit an otier/quote which shall be considered. see notes 9 and 26. Small Business size standard is 500 employees. Solicitation not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to

Silverton, South Africa. The L96 and 197 replace the standard UK Lil and L14 grenades, respectively. The L96 is filled with CS compound. The 197, a training version of the L96, uses a cinammic acid smoke fill to simulate CS.

(W342 SN278197)

to the local gravity vector, each with a resolution of 0.1 mil. The INS shall interface with the 155AH DFCS in accordance with EIA Standard RS-232. The DFCS shall be the bus master which initiated communication with the INS (slave). The INS shall not initiate a message without a request from the DFCS. The INS shall operate from a power source functioning at the worst case limits of MIL-STD-1277A, excepting initial engagement surges and cranking. The INS shall remain on when the steady power supply voltage is +16.5 to 32:0 Volts dc. INS power draw shall not exceed 48 Watts. The VRU shall be located on the Assistant Gunner side trunion of the 155AH in the position formally occupied by the M172 Telescope and Quadrant Mount. The VMS shall be located on the inside portion of the Assistant Gunner side road wheel assembly. See Numbered Notes 22 and 26.

http://procnet.pica.army.mil/cbd/SRCSgU120819980/120819980.htm US ARMY TACOM-ARDEC Procurement Network

Robert McMinn (D-342 SN278316)

Directorate of Contracting. 00-Alc 6050 Gum Land/Bldg 1215,

Hill Air Force Base, Ut 84056-5825 13-INITIATOR SOL F42630-98-R-2033 01 POC For copy. PKX-21 Pamala Chaffee/(FAX)801-777-7522, for additional information contact Arlene Sottosantiikm/18011777-5785 Amended, Decrease quantity to 876 each with delivery of 00 Jun 30, 28 each; 01 May 31, 30 each; 00 Dec 31 160 each; 01 Jun 30, 12 each: 99 Dec 31, 638 each.

http://contracting.hill.at.mil/html/3098r2033/com3098r2033.htm Click on above website to obtain copy of solicitation.

SOTTOSAA@HILLWPOS HILL.AF.MIL Click Here to E-mail Buyer ***** (1-342 SN 278351)

approved by the Government engineering activity having jurisdiction over the part in the intended application. This acquisition involves data that are subject to export control laws and regulations. Only contractors who are registered and certified with the Delense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 14 Washington Avenue N.Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. You must submit a copy of your approved DO Form 2345, Military Critical Technical Data Agreement, with you request for the solicitation

http://contracting.hill.af.mil/htm/3099920469/com3099420469.htm Click on above website to obtain copy of solicitation.)

MIL Click Here to E-mail Buyer ***** (1342 SN278356)

13 Ammunition and Explosives

US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000

13_BUNK. DEF. MUN. SHOULDER-LAUNCHED MULTILASS.WEAP-DISP. SOL DAAE 30-99-R-0401 DUE 012199 POC George M. Chavis, Contract Specialist, AMSTA-AR-PC-O, (973) 724-4496 The U.S. Army Tank-automotive and Armaments Command, Armament Research, Development and Engineering Center (TACOM-ARDEC), Picatinny Arsenal, NJ, requires the production of 1,219 Bunker Defeat Munitions, Shoulder-launched Multipurpose Assault Weapon_Disposable (BDM SMAW-D), 53 Field Handing Trainers, and 53 technical manuals. The period of performance will be approximately 12 months. A security clearance of CONFIDENTIAL is required. The government anticipates a sole-source award to Talley Defense Systems, Mesa, Arizona, as the only responsible source. Interested parties seeking information on this procurement should contact Mr. George M. Chavis, AMSTA-AR-PC-D, 1973) 724-4496 ' (e-mail: ). Responses to this notice may be submitted using electronic methods, such as e-mail. See Numbered Note 22.

http://procnet.pica.army.mil/cod/RFP/99R0401/99R0401.htm US ARMY TACOM-ARDEC Procurement Network

George M. Chavis (0-341 SN277916)

Directorate of Contracting. Oo-Alc 6050 Gum Lane/Bldg 1215,

Hill Air Force Base, UT 84056-5825 13_INITIATOR SOL F42630-99-Q-20391 OI POC For copy. PKX-21 Pamala Chaffee/(FAX)801-777-7522. For additional information contact Arlene Sottosanti/likm/18011777-5785 Amended, Decrease quantity to 88 each with a delivery of 31 Dec 1998.

http://contracting.hill.al.mil/html/3099920391/com3099920391.htm Click on above website to obtain copy of solicitation.

AF MIL Click Here to E-mail Buyer***** (1-342 SN278355)

Directorate of Contracting. Oo-Alc 6050 Gum Lane/Bldg 1215,

Mill Air Force Base, UT 84056-5825 13—CARTRIDGE IMP/BBU-3576 SOL F42630-98-R-66295 01 POC for copy, PKX-2/Pamala Challee (FAX)801-771-7522, For additional informalion contact Eileen Wahlstrom likm/[8011777-5786 Amended, Change solicitation number to F42630-99-R-20498. As a result of this action F42630-98-R-66295 is cancelled.

http://contracting.hill.at.mil/htm13099r20498/com3099120498.htm Click on above website to obtain copy of solicitation.

WAHLSTRECHILLWPOS.HILLAF.MIL Click Here to E-mail Buyer***** (1-342 SN277984)

Directorate of Contracting. Oo-AIC 6050 Gum Lane/Bldg 1215,

Hill Air Force Base, UT 84056-5825 13-MXU 650/B AIR FOIL GROUP SOL F42630-99-R-20501 DUE 012799 POC For copy. PKX-21Pamala Chaffee/(FAX)801-777-7522, for additona information contact Genee Ringel/Likm/18011775-2093 Item 0001 NSN 1325-00-427-9099 P/N: 837756-2, Metal lin used to help slabhat laser guided bomb. This item is a MXU650/MK82 paveway Il air to group used in conjunction with the CBU-12 bomb to help control and guide bomb to target. 20ea. Applicable to: Mxu-650. Desin: FMS Countries. Delivery:30 Nov 2000 20 ea The approximate issue/response date will be 28 DEC 1998. TO: Raytheon Il Systems Incorporated, Mchungen Tx 75070-0801. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsabile sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 V.S.C. 2304(C)(1), Justification: Supports (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and secvices for which the Government intends to solicit and negotiate with only one, or a limiled number of sources under the authority of FAR 6.302. Interested persons may identity their interest and capability to respond to the requirement or submit proposals This notice of intent is not a request for competitive proposals. Howto all proposals received within forty-live. days (thirty days if awards issued under an existing basic ordering agreement) after date of put ca tion of this synopsis will be considered by the Government. A Deler maralian by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Il suggested that small business firms or others interested in subcontracten opportunities in connection with the described procurement make conter with the firm(s) listed. Specifications, plans, ai drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government, Request for copies of sohcete must relerence the entire solicitation number, including perches office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not mere than 10. Don't request information on this requirement untd after the issue date. An Ombudsman has been appointed to hear concerns from olterors or potential offerors during the proposal develoomer phase of this acquisition. The purpose of the Ombudsman is not be diminish the authority of the program director or contracting office but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When it quested, the Ombudsman will maintain strict confidentiality as the source of the concern. The Ombudsman does not participate evaluation of proposals or in the source selection process. Interested parties are invited to call Brent W. Kendall if your concerns at si satisfied by the contracting officer (801)777-6991, ATTENTION Caritac*** must be registered with Central Contractor, Registration to be elig de for contact award or payment from any DOD activity. Information or registration and annual, confirmation requirements may be oblamed by calling 1-888-221-2423, or via the Internet at http://ccredi disad

http://contracting hill.al.mil/html/3099r20501/com3099r20501 NO Click on above website to obtain copy of solicitation

Click Here to E-mail Buyer ***** Il342 SN278357)

Directorate of Contracting. Oo-Alc 6050 Gum Lane/Bldg 1215,

Will Air Force Base, Ut 84056-5825 13—DET TRANS ASSY SOL F42630-99-Q-20469 DUE 011999 POC for copy, PKX-2/Pamala Chalfee/1FAX)801-777-7522, for additional intormation contact Kathy Goss/Likm/(801)775-2094 Item 0001 NSN 1377. 01-200-9013ES P/N: 51281-726, Acil ejection sys (life support) ballistic device. Predominant matl: steel braid over two layers of fluoroplastic covering reactive matl. Explosive charge .0009 lbs, length 6.68", diameter approx 3/8" and is ballistic initiated. Detonates other explosive component in F16 egress sys. 83ea. Applicable to: F16. Desin: FMS Countries. Delivery:29 Dec 2000 24 ea 31 Oct 2000 20 ea 30 Jun 2000 10 ea 31 Jan 2000 18 ea 31 May 2000 Il ea Ilem 0002 NSN 137701-200-9014ES Det Trans. Assy PIN: 51281-742, Actt ejection sys (lite support) ballistic device. Predominant mall: steel braid over (wo layers of fluoroplastic covering reactive matl. Explosive charge 0009 Ibs, length 31:00“, diameter approx 3/8" and is ballistic initiated. Detonates other explosive component in F16 egress sys. 16ea. Applicable to: F16. Destn: FMS Countries. Delivery:30 Sep 1999 4 ea 31 Mar 2000 10 ea 29 Oct 1999 2 ea Qualification requirements: Sources must be' qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all Item must meet all the requirements of drawing 16VK023, General Dynamics cage code 81755. The approximate issue/ response date will be 28 DEC 1998. The anticipated award date will be 19 Jan 1999. Written procedure will be used for this solicitation. To: Dea Aerospace Inc. Fairfield Ca 94533-0659. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the ofleror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional joformation can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until alter the issue date. An Ombudsman has been appointed to hear concerns from olterors or potential oflerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director of contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Brent W. Kendall if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://cci.edi.disa mil This part required engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain dala rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must quality in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be

Directorate of Contracting. Oo-Alc 6050 Gum Lane/Bldg 1215,

Hill Air Force Base, UT 84056-5825 13—CARTRIDGE IMP/BBU-35B SOL F42630-99-0-20498 01 POC for copy, PKX-2/Pamala Challet/(FAX)801-177-7522, for additional information contact Eileen Wahlstrom/Likav(8013777-5786 Amended, Change solicitation number to F42630-99-R-20498. As a result of this action solicitation F42630-99-0-20498 is cancelled.

http://contracting hill.af.mil/htm/3099r20498/com3099r20498.htm Click on above website to obtain copy of solicitation.

WAHLSTRECHILLWPOS.HILL.AF .MIŁ Click Here to E-mail Buyer***** (1-342 SN277985)

U.S. Army Industrial Operations Command, Attn: AMSIO-ACA-R,

Bldg, 350, 5th Floor, Rock Island, IL 61299-6000 13-FLARE KIT DISP SOL DAAA0999R0009 DUE 033099 POC Contract Specialist: Chris thompson (309) 782-4345, Contracting Officer: Richard Burns (309) 782-4597 NSN: 1370-00-492-6920. Quanitity: 22,149, Unit of Issue: EA, Part Number: 7027657-10, End Item: Flare Kit Disp. REMARKS: (1); 100% option, with and without first article, subject solicitation will be evaluated using Best Value. Past Performance and Price will be the two factors evaluated. Past Performance is more important than price.

http://www4.ioc.army.mil/scripts/padds_web/open4.asp click here to download a copy of the REP

click here to contact the contracting officer via e-mail (W-342 SN278127)

13. Ammunition and Explosives Potential Sources Sought

Cdr, AMC Acquisition Center, CBD COM Branch, Attn: STEAA-CD- C, 5183 Blackhawk Road, Aberdeen Proving Ground, MO 21010-

5423 13196 ANTI-RIOT GRENADE AND 197 PRACTICE ANTI-RIOT GRENADE DUE 021699 POC Henry St. Pierre, 410-436-5527, Fax 410-436-4780, Product Manager Smoke/Obscurants, APG, MD L96 Anti-Riot Grenade and L-97 Practice Anti-Riot Grenade. The United Kingdom Ministry of Delence issued an Invitation to lender (ITT) on 25 Nov 98 for the L96 & 197 Grenade production contract. The tender return dale is 16 Feb 99. The contract will be via full and open competition using a government provided technical data package. The contract is for 3,400 L96 grenades and 20,900 L97 grenades. There is also a contract option for the US Government to purchase 12,000 196 grenades and 12,000 L97 grenades. The ITT was sent to the following companies: Propellex, Edwardsville, IL, USA: Combined Systems, Plainview, NY, USA; Defense Technology Corp. Casper, WY, USA; MP Labs, Blairsville, PA, USA: Alloy Surlaces, Chester Township. PA, USA; Paines-Wessex, Salisbury. UK, Silberhutte Pyrotechnik, Silberhutte, Germany; Mechem Consultants,

US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000 13-BUNKER DEFEAT MUNITION, SHOULDER LAUNCHED MULTIPURPOSE ASSALUT WEAPON-DISPOSABLE SOL DAAE30-99-R-0401 W 122298 POC George M. Chavis. Contract Specialist, AMSIA-AR-PC-. (973) 724-4496 The U.S. Army Tank-automotive and Armaments Command Armament Research, Development and Engineering Center (TACOMARDEC), Picatinny Arsenal, NJ, seeks sources for a non-developmental single shot, disposable munition (handled as an item of ammunition capable of defeating earth and timber bunket fortifications. The music must be hand-held, stand-olf and capable of detealing bunkers in ali weather/visibility conditions, Interested sources should subor the quahlications, including a detailed description of the candidate munton to Mr. Dave Burkhardi. AMSTA-AR-CCH-C. (973) 724-3510 (2-034 dburkhar@pica. al my.mil). Written sesponses to this sources sough note may be submitted using electronic methods, such as e-mail Responses shall be submitted no later than futeen (15) calendar days from the date of this notice. See Numbered Note 22

http://procnel.pica.army.mil/cbd/SRCS&W/120719987/120719987 MM US ARMY JACOM-ARDEC Procurement Network

George M. Chavis (D-341 SN277912)


Page 11

(405)739-5411. Electronic address for solicitation: http://www.tinkercontracting.com/pkbizopS/LAD/LADC ADC.htm See Note (s) 1.9,23,26. (l 342 SN278031)

ľ Detonse General Supply Contar 8000 Jeff Davis Mwy Richmond,

VA 23297-5312? -15 EXHAUST ASSEMBLY SOL SPO460-99-0-2475 DUE 010799 POC Contact for 'copies of RFP/IFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, "attn: DSCRJJAB, Richmond, VA 23297-5312. 1804)279-3350. for copies of RFQ solicitations, cont act B. Walker/BE977/804-279-4003 Contracting officer o ale Cottrell/804-279-4914 PR-NO: NPG98317000343 NSN 1560-0113627865, exhaust Assembly

Sikorsky Acf CAGE 78286 PIN 7030823100-045 5 EA Del to New Cumberland PA 17070 Del 60 DARO intended source: Sikorsky Aircraft Corp. other than full and open and unrestricted. solicitation will be made in writing and drally. OPLFAR 52.209-1 OR 52.209-2-see NOTE 23. specifications, plans of drawings relating to the procurement described are not available and cannot be furnished by the Gov't. Alt responsible sources may submit offer which DGSC shall consider. (1-342 SN278104)

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 15-BLADE, CUTTER, CABLE SOL SPO460-99-0-2469 DUE 010299 POC Contact; for copies of RFPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid req uest hotline, attn: DSCRIJAB, Richmond, VA 23297-5312. (804)279-3350. tor copies of RFQ solicitations, contact B. Walker/BE977/804-279-4003 Contracting officer D ale Cottrell/804-279-4914 PR-NO: YPG98230000276 NSN 1560-01

, blade, Cutter, Bristol Aerospace LTD CAGE 35951 source: Bristol Aerospace. other than full and open and unrestricted. QPL - FAR 52.209-1 OR 52.209-2-see NOTE 23. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. (1-342 SN278164)

(s) 26. (1-342 SN277989_1_

tact Carl Atkison/ladab/[2057739-4490 Item 0001 ASN 1560-01-37114 Guided Missiles

2424TW PAN: DAA3139A065-087, 2A. Applicable to: 8-2 Aircrafti Desta:

Tinker Air Force Base Ok 13145-3020. Delivery:31 MAY 2000 2 ea WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA

Item 0002 NSN 1560-01-377-2425EW Panel Assembly P/N: DAA3139A06531098-1611 14 WING ASSY, GUIDED MISSILE ESOL F09603-99-Q-41608 DUE 012899

088/2EA Applicable to:) 8-2. Aircraft Desti: Tinker Air Force Base POC For copy, MAIL TO ABOVE ADDRESS include mig code. For additional

Ok. 73145-3020 Delivery:31. JUL 2000 2 ea Hem 0003 NSN 1560

01-371-2426FW Panel Assembly P/N: DAA3139A065-090, PAN information contact Dina Inhulsen/Lkkb/19121926-3153 Item 0001 NSN

DAA3139A065-088 3EA. Applicable to B-2 Aircraft. Desto: Tinker Ale 1420-01-396-0339WR P/N: G601897, Dim: 12.24" base x 5.257" h.

Force Base Ok 73145-3020. Delivery:30 MUN 200013 ea E-mail: i Func: Provides aerodynamic support for missile during flight. Matl; Titanium alloy, Tl-6AL-4V, composition A8-1, Condition Ä, MIL-T

FAX (405) 739-2817 The approximate issuel 9045._Simplified Acquisition Procedures (SAP) apply in accordance with

response date will be 21DEC 1998. To: Boeing Co, Seattle Wa 98124FAR part 13. 112ea. Opt Ol 100 ea Applicable to: Aim-120 Missile.

2499. No telephone requests. Only written or faxed requests received Desto: Robins Air Force Base Ga 31098-1611. Delivery:31 May 1999

directly from the requestor are acceptable. All responsible sources 112 ea Alternate delivery quantities: Alt A This solicitation can be

solicited may submit a bid, proposal, or quotation which shall be found at the following URL: http: pkec.robios.al, mil The approximate

considered. Authority: 10 U.S.C: 2304(CX1), Justification Supplies for issue/response date will be 29 DEC 1998. The anticipated award date

Services) required are available from only one for at limited number I will be 10 Feb 1999. Written procedure will be used for this solicitation.

of responsible source(s) and no other type of supplies or services No telephone requests. Only written or faxed requests received directly will satisfy

, agenciese ouer entschiebende

opleida from the requestor are acceptable. All responsible sources solicited

solicil and į may submit a bid, proposal, or quotation which shall be considered.

negotiate with only one, or a limited number of sources under the All potential offerors should contact the buyer/PCO identified above

authority of EAR 6.302. Interested persons may identify, their interest for additional information and/or to communicate concerns. if any.

and capability to respond to the requirement or submit proposals. | concerning this acquisition. If your concerns are not satified by the This notice of intent is not a request for competitive proposals

. However. contacting officer, an Ombudsman has been appointed to hear serious

all proposals received within forty live-days (thirty days il. award is concerns that are not resolved through established channels. The purpose

issued under an existing basic ordering agreement) aller date of publica. of the Ombudsman is not to diminish the authority of the the program

tion of this synopsis will be considered by the Government. A Determination director or contracting officer, but communicate serious contractor con- by the Government not to compete this proposed contract based upon cerns, issues, disagreements, and recommendations to the appropriate

responses to this notice is solely within the discretion of the Goveroment. government personnel. When requested, the Ombudsman wilt maintain Information received will normally be considered solely for the purpose strict confidentiality as to the source of the concern. The Ombudsman

of determining whether to conduct a competitive procurement. It is does not participate in the evaluation of proposals in the source selection suggested that small business firms or others interested in subcontracting process. When appropriate, potential offerors may contact Ombudsman opportunities in connection with the described procurement make contact James Grant, Chief, Contract Policy Division, at 912-926-2604. Please with the film(s). listed. Specifications, plans, or drawings relating to be prepared to identify previous contacts made by you in an attempt the procurement described are incomplete oc, not available and cannot to resolve your concern. This acquisition will be processed in accordance

be furnished by the Government. Electronic address for with AFMC FAR Sup 5352.217-9018 (Mission Essential Quantity): If http://www.linker-contracting.com/pkbicopsztad, dhe solicitation

WARNa proven source is not the low offeror, the basic quantity, may be ING: Offerors electing to respond electronically, via E-MaiVFAX should split into a First Article quantity, for award to the low unproven olleror,

be aware that these means of communication are unsecure. See Note and a Minimum Essential Quantity, for award to the proven source, with the balance of the requirement established as options in both contracts. Authority 10 U.S.C, 2304(c)(1), "Supplies for services) required

QC-Alc/Dir 01 Contracting/Aircrafi, 3001 Staff Dr Ste 23g87a, Tinker are available from only one or a limited number of responsible source(s) Air Force Base OK 73145-3020 and no other type of supplies or services will satisfy, agency requitements" 15–FAIRING SOL F34601-99-R-00720 DUE 012299 POC for copy. may apply. Numbered Note 22 applies only to the quantity identified

OC-ALCIPKXDA TINKER AFB OK 73145-3015. For additional information as the mission essential quantity in the solicitation. See Note (s) contact Carl Alkison/Ladab/|405)739-4490 Item 0001 NSN, 1560-0126. (1-342 SN278344)

444-0949EK PIN L2300394-003. Dim: "40" 18 100thk x 5" wd

Mat:st0170160032 : Xi sh 681 - Av cond a descpu 15 Aircraft and Airtrame Structural Components

as a Close out on panel 17EA. Applicable to: Aircraft. Destn:

Tinker Air Force Base Ok 73145-3020. Delivery:29. Jan 1999 17 ea Oc-Alc/dir Of Contracting/Aircraft, 3001 Staff Dr Ste Zag87a, Tinker The approximate issue/response date will be 23 DEC 1998. No telephone Air Force Base Ok 73145-3020

requests. Only written or faxed requests received directly from the 15-LEADING EDGE SEAL SOL F34601-99-0-48146 DVE 012099 POC requestor are acceptable. Au responsible sources solicited may submit For copy. Cynthia Cooper/Ladab/(4053739-2881, For additional intormation a bid, proposal, or quotation which shall be considered: Note: Faxed contact Cynthia Cooper/Ladab/(405)739-2881 Item 0001 NSN 1560-01- solicitation requests can be submitted to OC-ALC/PKXDA, Tinket AFB 434-76727W P/N: DAA3652A254-036, 2EA. Applicable to: B-2. Destn: OK 73145-3015, FAX NUMBER (405)739-5411. Electronic address for Tinker Air Force Base Ok 73145-3020, Delivery:30 Mar 2001 2 éa solicitation: http://www.linker-contracting.com/pkbizops/LADILADA/ The approximate issue/response date will be 21 DEC 1998. The anticipated "LAOA.Kem See Note ($) 1. 26. (1-342 SN278009) award date will be 03 feb 1999. Written procedure will be used for this solicitation. To: Northrop Grumman Corporation, Pico Rivera Ca Oc-Alc/Dir Of Contracting/Aircraft. 3001 Statt Dr Ste Zag87a, Tinker 90660 3783. No telephone requests, Only written or faxed requests <5** Air Force Base Ok 13145-3020. received directly from the requestor are acceptable, All responsible 15 FAIRING ASSY SOL F34601-99-47101 DUE 012299 POC For copy. sources solicited may submit a bid, proposal," or quotation which shall OC-ALCAPKXDA TINKER AFB OK 73145-3015, for additional information be considered. Authority: 10 U.S.C. 2304(C)(I), Justification: Supplies contact Cherish Driver/Ladcb/14051739-5453 Item 0001 NSN1560-00(or Services) required are available from only one or a limited number 897-6859FG P/N: 35-8232-502. Dim: 60 inches long. 369 inches high, of responsible source(s) and no other type of supplies of services 16 inches wide: Mati: titanium steel. 2EA. Applicable to: B52h. Desta: will satisfy agency requirements. The proposed contract action is for Tinker Air force Base Ok 73145-3020. Delivery:28 Feb 2000 2 ea Supplies and services for which the Government intends to solicit and Qualification requirements: Sources must be qualified prior to being negotiate with only one, or a limited number of sources under the considered for award. The 'solicitation will contain instructions for obtainauthority of FAR 6.302, Interested persons may identify their interest ing further information on this requirement. The qualification requirements and capability to respond to the requirement or submit proposals. for this item were established prior to 19 Oct 1984 and the requirements This notice of intent is not a request for competitive proposals. However, of FAR 9.202(A) do not apply. These qualification requirements apply all proposals received within forty five-days (thirty days if award is to line item(s) 0001 ALL SOURCES MUST BE ENGINEERING SOURCE issued under an existing basic ordering agreement) after date of publica- APPROVED AT TIME OF AWARD TO BE CONSIDE RED. The approximate tion of this synopsis will be considered by the Government. A Determination issue/response date will be 23 DEC 1998. The anticipated award date by the Government not to compete this proposed contract based upon will be 22 FEB 1999. Written procedure will be used for this solicitation. responses to this notice is solely within the discretion of the Government. To: Aero Space Composites, Stanton Ca 90680-0000. To: H A C Corp. Information received will normally be considered solely for the purpose Grand Prairie Ix 75053-1166. 10: Limco Manufacturing Corp. Tulsa of determining whether to conduct a competitive procurement. Award Ok 74107-9428. To: Nordam. TulsaOk 74101-3365. To: Honeycomb will be made only if the ofleror, the product/service, or the manufacturer Co Of America Inc, Sarasota F1 34243-39002 First article test required. meels qualification requirements at the time of award in accordance No telephone requests. Only written or taxed requests received directly with FAR clause 52.209-1. The solicitation identifies the office where from the requestor are acceptable. Alt responsible sources solicited additional information can be obtained concerning qualification require. * may submit a bid proposal, or quotation which shall be considered. ments as cited in each individual solicitation. It is suggested that * Award will be made only if the offeror, the product/service, or the small business firm's or others interested in subcontracting opportunities manufacturer meets qualification requirements at the time of award in connection with the described procurement make contact with the ria accordance with FAR clause 52.209-)The solicitation identifies firm(s) listed. Specifications, plans, or drawings relating to the procure- the office where additional information can be obtained concerning ment described are incomplete or not available and cannot be furnished qualitication requirements as cited in each individual solicitation. Note: by the Government. Caution: The drawings which will be furnished An Ombudsman has been appointed to hear concerns trom ofterors under this RFP and any resultant contract are proprietary to the Boeing; ; sor potential Offerors during the proposat development phase of this Company. Firms interested in proposing on

have on

acquisition. The purpose of the Ombudsman is not do diminish the file a current OC-SAF/66," "Rights Guard

signed by an authority of the program director or contracting officer, but to commuindividual authorized to bind your company, or the bid package will nicate contractor concerns, issues, disagreements, and secommendations not be furnished. This certificate may be obtained from OČALCAPKXDA, to the appropriate government personnel. When requested, the OmbudsTinker AFB OK 73145-5320. See Note (s) 22. (1-342 SN271988)

man will maintain strict confidentiality as to source of the concern.

The Ombudsman does not participate in the evaluation of proposals Oc-Alc/Dir Of Contracting Aircraft, 3001 Staff Dr Ste Zag87a, Tinker of in the source selection process. Interested parties are invited to Air Force Base Ok 73145-3020

call the Ombudsman at (405). 736-3273. DO NOT CALL THIS NUMBER 15 PANEL ASSEMBLY SOL F34601-99-R-0023 DUE 012099 POC For FOR SOLICITATION REQUESTS. Note: Faxed solicnation requests can copy. Cart Atkison/Ladab{4051739-4490, for additional information con- y be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER

Defense General Supply Center 8000 Jett Davis Hwy Richmond,

VA 23297-5312 15-ARMORED WING'ASSEMBLY SOL SPO460-99-0-2473 DUE 010799 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, attn: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350,- for copies of RFQ solicitations, contact B. Walker/8E977/804-279-4003 Contracting officer D ale Cottrell/804-279-4914 PR-NO: YPG98300000301 NSN 156001-123-2580. armored wing Assembly'tAW Sikorsky Aircraft CAGE 78286 Dwg 20500-01152 Rev v dated 9NOV94 & Atcom CAGE 81996 procurementpkg #70500-01152 Rev C dated 16AUG93 P/N 70500-01152093 1 1* -EA Del to New Cumberland PA 17070 Del 60 DARO unrestricted. solicitation will be made in writing and orally. first article test required. OPL HEAR 52.209-1 OR 52.209-2see NOTE 23. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may Submit offer which DGSC shall consider. (1-342 SN278166)

Defense General Supply Center 8000 Jett Davis Hwy Richmond,

VA 23297-5312 15-WINDOW PANEL, AIRCRAFT SOL SP0460-99-0-2474 DUE 010799 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement). write or phone: DSCR bid req uest hotline, atta: DSCR-JJAB. Richmond, VA 23297-5312. (804)279-3350. for copies of RFO solicitations, contact B. Walker/8E977/804-279-4003 Contracting officer. D ale Cottrell/804-279-4914 PR-NO: YPG98308000936 NSN 156001-384-5791, window panel, Aircraft Nordam transparencies of Texas Inc CAGE OXF59 P/N P70216:3 12–ŁA Del to Richmond VA 23297 Del 60 DARO 35 -EA Del to Barstow CA 92311 Del 60 DARO intended source: Nordam transparencies, other than full and open and unrestricted. solicitation will be made in writing and orally. QPL-FAR 52.209-1 OR 52.209-2---see NOTE 23. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. (1-342 SN278167)

Detense General Supply Center 8000 Jett Davis Mwy Richmond,

YA 23297:5312 15 HINGE HALF, SPECIAL SOL SP0460-99-Q-2476 DUE 010899 POC Contact:, for copies of REPAFB solicilations (available 15 days after announcement). write or phone: DSCR bid reg vest hotline, attn: DSCRJAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, contact B. Walker/BE977/804-279-4003 Contracting officer Dale CottrelV804-279-4914 PR-NO: YPG98321000198 NSN 1560-01264-3705, hinge half, special Sikorsky Aircraft Corp Corp CAGE 78286 P/N 70219-01008- 043 Rev E sources, Rotair Ind CAGE 54878 Aero Components Co CAGE 59213 W&G Machine Co Inc CAGE 33682 airborne Product Support CAGE 58730 465 EA Del to New Cumberland PA 17070 Del 60 DARO other than full and open and unrestricted. Solicitation will be made in writing and orally, OPLAR 52.209-1 OR 52.2092-see NOTE 23. Specifications, plans or drawings relating to the

procurement described are not available and cannot be furnished by the government. All responsible sources may submit ofter which DGSC shall consider, (1-342 SN278171)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000

15—SKIN, AIRCRAFT. NORTHROP GRUMMAN, CAGE 76623, P/N 14* 10381-4 REY B. SOL SP0475-99-Q-R257 DUE 010699 POC Jennifer Wrenn/BV413/804-279.5114/fax 804-279-6078/Contracting : Officer/


Page 12

Issue No. PSA-2239; Thursday, December 10, 1998

information contact Tim Hudson/Leka/[912]926-6488 Item 0001 NSN
4240-01-415-4241 P/N: 88115010-12, Desc: Large facepiece molded
of silicone rubber with optically clear urethane material. Includes head
harness for secure fit and drinking tube to mate with Ml canteen
cap. This is an incremental buy with a maximum quantity of 4760.
If the government is unable to buy the maximum quantity as part
of the basic award, the remaining quantity may be established as an option. Increment 1: 1-1587, Increment 2: 1588-3175, increment

3: 3176-4760. Option: 100%. 4760ea. Applicable to: Mcu-2 A/P Mask.


Desta: Robins Air Force Base Ga 31098-1611. Delivery:26 feb 1999
4760 ea Fax No: 912-926-7572 The approximate issue/response date
will be 22 DEC 1998. First article test required. No telephone requests.
Only written or faxed requests received directly from the requestor
are acceptable. All responsible sources solicited may submit a bid,
proposal, or quotation which shall be considered. All potential offerors
should contact the buyer/PCO identified above for additional information
and/or to communicate concerns, if any, concerning this acquisition
If your concerns are not satified by the contacting officer, an Ombudsman
has been appointed to hear serious concerns that are not resolved
through established channels. The purpose of the Ombudsman is not
to diminish the authority of the the program director or contracting
officer, but communicate serious contractor concerns, issues, disagree-
ments, and recommendations to the appropriate government personnel.
When requested, the Ombudsman will maintain strict confidentiality
as to the source of the concern. The Ombudsman does not participate
in the evaluation of proposals in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared

to identify previous contacts made by you in an attempt to resolve


your concern. This acquisition may/does involve technology that has
a military or space application. The only US contractors who may
participate are those that are certified and registered with DLSC (1-
800-352-3572) and have a legitimate business purpose. US contractors
must submit a copy of their current, approved DD Form 2345 with
their request for solicitation. To request this certification, write to
the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB.
Federal Center, Battle Creek MI 49017. 3084 and request a copy
of Department of Defense Form 2345 or call DLSC at the above number.
The solicitation/data package will be mailed to the data custodian
identified in block 3 of the DO Form 2345. The extent of foreign
participation has not yet been determined. MOU country sources must
contact the Contracting Officer within 15 calendar days of the date
of this synopsis notice to receive a copy of the solicitation at the
time it is initially issued. Issuance of the RFP will not be delayed
to review requests from MOU country sources received after 15 days
or from non-MOU country sources. Nothing in this notice contradicts
other restrictions, identified in the synopsis notice or solicitation, regarding
eligible sources (e.g., if this is a small-business set-aside, foreign
sources may not participate as potential prime contractors but could.
if otherwise eligible, participate as subcontractors). The Data Package
for this requirement is available on CD-ROM only. Aperture Cards are
not available for this procurement. The minimum set-up requirements
to view this data package are as follows: CAN ONLY BE VIEWED WITH AUTOCAD RELEASE 14. (1-342 SN278000)

participation has not yet been determined. MOU country sources must 4310-01-113-1885, Quantity of 22 each. All responsible sources ex
contact the Contracting Officer within 15 calendar days of the date submit an olter/quote which shall be considered. see notes and 2
of this synopsis notice to receive a copy of the solicitation at the Small Business size standard is 500 employees. Solicitation not avariate
time it is initially issued Issuance of the RFP will not be delayed until 15 days after published in the CBD. Specifications, plans v
to review requests from MOU country sources received after 15 days drawings are not available. This acquisition is for supplies for which
or from non-MOU country sources. Nothing in this notice contradicts the Goveroment does not possess complete, unrestrictive technical data
other restrictions, identified in the synopsis notice or solicitation, regarding ratheretore, the Government intends to solicit and contract with me
eligible sources (e.g., if this is a small business sel-aside, foreign approved sources under the authority of 10 U.S.C. 2304 (c) (I). Apron
sources may not participate as potential prime contractors but could, sources are: NASH ENGINEERING CO. Automated Best Value Model AB,
il otherwise eligible, participate as subcontractors). The Data Package applies. While price may be, a significant factor in the evaluate
for this requirement is available on CD-ROM only. Aperture Cards are of offers, the final contract award decision will be based upon i
not available for this procurement. The minimum set-up requirements combination of price and past, performance, as described in the solet i
to view this data package are as follows: CAN ONLY BE VIEWED WITH tion. While price will be a significant factor in the evaluason of offers
AUTOCAD RELEASE 14. (1-342 SN278001)

the final contract award price may be based upon a combinator

of price and delivery is described in this solicitation. USA MATERIAL COMMAND ACQUISITION CENTER, NATICK

http://www.dscc.dlamivela DSCC SOLICITATION ON THE WEB (W-342 CONTRACTING DIVISION, ATTN: STEAA-NC, NATICK MA 01760-5011

SN278309) 12_RECIRCULATION FILTER FOR THE AIR FORCES' CHEMICALLY HARDENED AIR TRANSPORTABLE HOSPITAL (CHATN) SOL DAAD 16-99-T-0023 Defense Supply Center Columbus, PO Box 16595, OSCC-PLAS, DUE 121898 POC Purchasing Agent TAMMY TAYLOR 508-233.4123 (Site Columbus, OH 43216-6595 1" sve Code DAAD16) The U.S. Army Soldier and Biological Chemical Command 43—YOKE, MYRAULIC MOTOR PUMP SOL SPO7609903304 DE (SBCCOM) has a requirement for fourteen (14) recirculation filters to 012099 POC POC Pont Of Contact--Barb Lowry. Phone (614) 692. be used with the CHATH (solicitation document has specific requirements). 3306. Tax X 692-3028 DESC-VOKE, HYDRAULIC MOTORPUMPFA The sia dard industrial code for this document is 3564 and the small 140B0010E110A," NSN 4320-01-108-0193, Quantity of 100 exch Al business size standard is 500. Note that this RFQ is currently being responsible sources may submit an offer/quote which shall be considered offered at full and open competition, however, if two or more quotes see notes and 26. Small Business size standard is 500 employees by are received from small business concerns than a small business set Solicitation not available until 15 days after published in the CEO aside will be in effect. This RFQ is currently available. For a copy. Specifications, plans or drawings are not available. This acouston a written request including requestor's address, and fax and phone is for supplies for which the Government does not possess compien numbers shall be submitted (via fax) to Ms. Tammy Taylor at 508- unrestrictive technical data; therefore, the Government intends to soluc? 233-5286. Telephone requests will not be accepted. Quoters who responded and contract with only approved sources under the authority of 10 ! DAAD16-99-1-0015 will be sent a copy of this RFQ RFQ DAAD 16- U.S.C. 2304 (c) (1). Approved sources are: WARREN PUMPS, INC. Automata 99-1-0015 was cancelled due to a need to synopsis this requirement. Best Value Model (ABVM) applies. While price may be a siper. (1-342 SN278281)

factor in the evaluation of offers, the final contract award decse

will be based upon a combination of price and past perterna 43 Pumps and Compressors

as described in the solicitation. While price will be a significant ****

in the evaluaion of offers. The final contract award price may * FISC Norfolk Acq Group, Hampton Roads Detachment. 1968 Gilbert

based upon a combination of price aod delivery is described St., Suite 600, Norfolk, VA 23511-3392

solicitation. 43— PORTABLE DIESEL DRIVEN PUMP SOL NO0189-99-R-0018 DUE

http://www.dscc.dla.millita DSCC SOLICITATION ON THE WEB (W-34? 012099 POC Sheryle Y McClain, Contract Specialist @.1757) 443

SN278312)
1379 CANCELLATION -- This is a cancellation of Submission #276741
of 3 December 1998 to the CBD. Requirement is a duplicate, inadvertntly

45 Plumbing, Heating and Sanitation Equipment submitted in error. (W-342 SN278130)

Federal Prison Camp, 1100 Ursuline Drive, P. O. Box 2197, Bryan.

Texas 77805-2191 Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

45—WALL MOUNTED SHOWER COLUMNS SOL RFQ 1235-0675 DE Columbus, OH 43216-6595

010899 PQC Sarah Gil or Darrell McKeel. Contracting Officers. 42 43-LINER SOL SPO7609903487 DUE 011499 POC For Information

823-1879. extensions 442 or 445 respectively. The Federal Prison Cari only, Point of Contact: Kathleen Koo. Phone: 614-692-7655, Fax: 614692-3028 YPC98254000504; NSN: 4310-01-06-2858: liner. Used on

at Bryan, Texas will issue Request for Quote (RFQ) 1235-06 75

108 each stainless steel wall mounted shower columns, Bradley 110 Ingersoll-Rand oil free compressor Model N2ONL-10HPAC, on Board Ship. Cage 0A162, part number H32545. Quantity: 15 ea, delivery to fleet

EF-60 modified to special dimensions (surface mounted), or other gut & Industrial Supply Center, Jacksonville, 32212-0097 Deliver by

shower column. The estimated magnitude of this requirement is betweet

$25.000 and $100.000. RFQ #235-0675 will be issued on Dec 130 days after date of award. All Responsible sources may submit an offer/quote which shall be considered. See Note(s) 26. This solicitation

December 9, 1998 with an anticipated deadline for receipt of our will be available on the Internet at http://www.dscc.dla.milita/. 15

on or about January 8, 1;00 p.m. (CST). This is a 100% days after this notice is published in the CBD. Requests for hard

Small Business Set Aside. Alouests for RFQ 1235-05 75 ra copies of this solicitation will not be accepted. Specifications, plans

be sent to the Contracting Officer(s) at, (409822-5°14. Copies of or drawings are not available. It is anticipated that award will be

RFQ #235-0675 will be issued on a first-come-first-served bass ..

342 SN278335)
made via a delivery order to an existing basic ordering agreement.
While price may be a significant factor in the evaluation of offers.

46 Water, Purification and Sewage Treatment Equipment
the final award decision will be based upon a combination of price,
delivery, past performance and other evaluation factors as described
in the solicitation

Delense Supply Center Columbus, PO Box 16595, OSCC-PEAB http://www.dscc.dla milli iq/DSCC Solicitations on the Web (W-342

Columbus, OH 43216-6595 SN278273)

46-CONDUCTIVITY ÇELL SOL Sp0760-99-1-6009 DUE 012693 PSC Point of contact-Phyllis Bell, Telephone Number-614-692-4199 All respot

sible sources may submit an offer/quote which shall be considered Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB.

See notes 9 and 26. Copies of this solicitation are available at the Columbus, OH 43216-6595

address above or by faxing 614-692-2262 This solicitation is 43-PUMPS & COMPRESSORS SOL SPO7609903323 DUE 012099 POC

available until 15 days after published in the CBD. Specificat os POC Pont Of Contact - Barb Lowry, Phone (614) 692-3306, fax 692

plans or drawings are not available. The proposed procurement Comt das 3028 DESC--- Guard, Valve Pump P/N CS 4320-SVC-0745, NSN 4320

an option to extend the contract period one or more times at the 01-056-9203. Quantity of 132 each. All responsible sources may submit discretion of the government. The total shall not exceed 5 years. The an oller/quote which shall be considered, see notes 9 and 26. Small

is an unrestricted acquistion with a 10% preference for SOB concerns Business size standard is 500 employees. Solicitation not available

While price may be a significant factor in the evaluation of them until 15 days after published in the CBD. Written requests for drawings

the final award decision will be based upon a combination of price are to be submitted to Defense Construction Supply Center, Attn: DCSC

delivery, past performance and other evaluation factors as deser bed VIRD, P.O. Box 3990, Columbus, Oh 43216-5000. by fax (614)692

in the solicitation, (W-342 SN278181)
2998 or call (614) 692-2344. Requests should include the 178/REPI
RFO NUMBER, opening and closing date, NSN, YPC/ZPC OR NPC NUMBER;

47 Pipe, Tubing, Hose and Fittings BUYER'S NAME AND YOUR COMPLETE NAME AND ADDRESS. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATONS CANNOT BE PROVIDED BY

DCSC Automated Best Value Model (ABVM) applies. While phice may


Defense Supply Center Columbus PO BX 16595, DSCC-PBAB

Columbus, OM 43216-6595 be a significant factor in the evaluation of offers, the final contract

41-HOSE ASSEMBLY, NONMETALLIC. (HOSE ASSY{NGINE FELI award decision will be based upon a combination of pnce and past

STA 563.89) SOL SP0740-99-R-3078 DUE 012799 POC Contact: names performance, as described in the solicitation. While price will be a

Schneider PHONE614-692-3483 FAX number-614-692-3574 PR-30 significant factor in the evaluaion of offers, the final contract award

YPC98230000380 NSN 4720-01-290-1986. CAGE 26512 Part price may be based upon a combination of price and delivery is described

1600950341-3 hose Assembly, nonmetallic 200 -EA Del to Pracy U in this solicitation,

95376 Del 230 days after date of award see NOTE 26 copies http://www.dscc.dla.milia DSCC SOLICITATION ON THE WEB (W-342 SN278302)

this solicitation are available at the office address above or by facing 614-692-2262 and will not be available unla 15 days after this not

is published in the CBD the small Business size standard is sa Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB. employees willen requests, for drawings are to be submitted to Deters Columbus, OH 43216-6595

Supply Center Center Columbus atto: dscevted PO Box 3990 Colur! 43-FLANGE MOUNTING W/O WASH ENGR CO. SOL SP07609903327 OH 43216-5000; by FAX(614)6922998 or call (614)692-2344 reges DUE 012099 POC POC Pont Of Contact -bard Lowry, Phone (614) 692- 1 s should be include the IF B/RFP/RIQ number opening/closing date AS 3306, fax 692-3028 DESC-FLANGE MOUNTING PIN 13-4847VT, NSN » purchase request number (E.G.YPC/ype)buyer's name and your coppelt

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA

31098-1611 42—MED FACEPIECE SOL F09603-99-R-71237 DUE 012199 POC For copy. MAIL TO ABOVE ADDRESS include mig code, for additional information contact Tim Hudson/leka (912)926-6488 Item 0001 NSN 424001-415-4240 P/N: 88115010-11, Desc: Med facepiece molded of silicone rubber with optically clear urethane material. Includes head harness for secure fit and drinking tube to mate with Ml canteen cap. This is an incremental buy with a maximum quantity of 5197. If the government is unable to buy the maximum quantity as part of the basic award. the remaining quantity may be established as an option. Increment: 1-1-1732 ea, increment 2:-1733-3465 ea, Increment 3: 3466-5197 ea. Option: 100%. 5197ea. Applicable to: Mcu-2 A/P Gas Mask. Destn; Robins Air Force Base Ga 31098-1611. Delivery:26 Feb 1999 5197 ea Fax No: 912-926-7572 The approximate issuelresponse date will be 22 DEC 1998. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid. proposal, or quotation which shall be considered. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satified by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the the program director or contracting officer, but communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chiet, Contract Policy Division, at 912-926-2604. Please be prepared to identity previous contacts made by you in an attempt to resolve your concern. This acquisition may/does involve technology that has a military or space application. he only US contractors who may participate are those that are certies and registered with DLSC 11800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. lo request this certification, write to the Commander. Defense Logistics Services Center, ATIN: OLSC-FEB, Federal Center, Battle Creek MI 49017. 3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number, The solicitation data package will be mailed to the data custodian identilied in block 3 of the DD form 2345. The extent of foreign


Page 13

General Services Administration, Federal Technology Service (FTS),
Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas

City, MO, 64131 70-6TSA-99-CSC-0037 SOL 6TSA-99-CSC-0037 DUE 121598 POC Sue Cumpton, Contracting Officer, Fax (816) 823-3322. Email xxxx The General Services Administration intends to issue a contract to Information Handling Services under the authority of FAR 6.302-1 through solicitation number 6TSA-99-CSC-0037. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 90-42. Only one responsible source and no other supplies on services will satisfy agency requirements. A justification for Other than Full and Open Competition is being prepared in support of this acquisition, This procurement is for a one year renewal of license for Haystack on-line and CD-ROM databases to be used by the Dept. of Navy at San Diego, CA: Haystack online for windows--11 passwords (without GSA, QPL and Dodiss Indexes), part # W057A, Qty. 11. CUN 2. Haystack III Complete basic CD-ROM windows network for 25 simultaneous users, part # HWN 16C, Qty. 25. CLIN 3. Haystack III APL CD-ROM windows network for 10 simultaneous users. part # HWAN2C, Qty. 15. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice is not a request for competitive proposals. All proposals received by 4:00p.m., CST, 12/15/98 will be considered by the government. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquiries will only be accepted by FAX at the number shown above.

http://eps.arnet.gov/cgi-bin/webObjects/EPS?ACode=P&Proj1D=61SA99-CSC-0037&LocID=211 Visit this URL for the latest information about this notice

XXXX Sue Cumpton (D-342 SN278175)

this proposed ellort on a full and open competitive basis, based upon after announcement), write or phone: DSCR bid reg west hotline, at responses to this notice is solely within the discretion of the Government. DSCR-JAB, Richmond, VA 23297-5312. (804)279-3350. for copies of Oral communications are not acceptable in response to this notice. * RFQ solicitations, contact the buyer. PR-NO: ARG98257054606 E All responsible sources may submit an offer which shall be considered 9150-00-402-2372, for use in compression ignition and spart igator by the agency. An Ombudsman has been appointed. See Internet Note Engines in ground Equipment at temperatures from 5 dep C to mine "B". Any referenced notes can be viewed at the following URL: http:/ 55 deg C. Tech data package availability: 1 -CN Del to (call Contracting genesis.gsfc.nasa.gov/nasanote.html

office) Del by 31 Dec 98. NOTE: closing date is changed from 01 http://nais.nasa.gov/EPS/KSC/dale.html#RFQ10-98-0013 Click here for 01/99 to January 21, 1999. (1-342 SN278161) the latest information about this notice David. David O. Reeves (D-342 SN278323)

Defense General Supply Center 8000 Jeff Davis Why Richmond,

VA 23297-5312 72 Household and Commercial Furnishing and Appliances

91-BRAKE FLUID, SILICONE. SOL SP0450-99-R-5027 DUE 01274

POC Contact: for copies of REPAFB solicitations (available 15 dos FISC Jacksonville Charleston Detachment. 2450 Red Bank Road,

after announcement), write or phone: DSCR bid req vest hotline, atte, Goose Creek, $C 29445-8605

DSCR-JJAB, Richmond, VA 23297-5312. (804279-3350. lor copies 12-HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES SOL N68836-99-Q-1076 DUE 010199 POC Point of Contacl---Contracting

RFQ solicitations, contact the buyer, Beverly burrows/AC520 8.

279-3713. KO Joan C. Morgan/804-279-3713. PR-NO: ARG9828705460 Officer. Lom A. Wilhite. 843/764-7180, fax 843/764-7844. All requests

NSN 9150-01-102-9455, Brake fluid, automotive. I gallon metal Care for quotes must be requested by fax. The Naval Weapons Station

VAN MIL-B-47176A DTD 29 Apr 86. Amend 3 DID 14 Sep 90. Estimated requires storage lockers made of 10 gauge wire mesh. Numbered Nole

annual demand--19.200 gallons. 0001-SBG-Tracy. 63-EST. O I applies, (AC1207011-01) (1-341 SN277881)

10.800 GLS 0002--SRG-Richmond, VA EST. Qty. 8.400 CLS We 83 Textiles, Leather, Furs, Apparel and Shoe Findings, Tents

0.0. qty-4.800 gallons. Max 0. 0. gly-9,600 gallons. 10C

options. For use in Brake hydraulic Systems of automobiles and trucks and Flags

Tech data package availability: 1 GL Del to (call Contracting effical

Del by 105 days FOB dest OR 90 days FOB origin. Duration of contract Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval

period-60 months see NOTE 9. See NOTE 23. Qualifying aim!! Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590

S. army Tank-Automotive and armaments command, attn. AMSTL.1R83—CLOTH, (KEVLAR) NATURAL YELLOW SOL 700102-99-Q-1130 DUE

R/210 (F&L Tech TM), Warren, MI 48397-5000. Option to ert a 012099 POC Kathleen M. Barry. 1207)438-3866 fax#207)438-1251 Item

of contract 48 months. Unrestricted. Automated Best Value Hotte 0001 cloth. (kevlar) natural yellow, tensile strength: wrap 900 lbs/

the final contract award decision may be based upon A combinatoa in, fill 930 lbs/in. Weave: plain. Weight: 6 to 8.3 oz/sq yd nominal.

of price, past performance and other evaluation factors as described Warp and fill count: 31 nom. Yarn denier: 1000 nom. Cloth to be

in the solicitation. More than one source. See NOTE 12. This materia dupont kevlar 29 or 129 fabric Rolls to contain a maximum of 200

is procured from A QPL and requires testing to determine water contri yards of cloth, width to be 36" minimum. Item 0002- Data Require

and preservative characteristics of the fluid. Product for use in the ments detrimental test reports and certificate of compliance. Deliveries

hydraulic Systems of automobiles and trucks. All responsible sets to Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590. Requests

may submit offer which DGSC shall consider: (1-342 SN 278162) for copies of solicitations must contain Company Name. Address, Phone number, fax number, Cage code, Duns Number, and Tax Identification Number. Please tax request for quote to the above point of contact.

Delense General Supply Center 8000 Jeff Davis Mwy Richmond, This acquisition is not reserved for small business. (W-342 SN278420)

VA 23297-5312

91-HYDRAULIC FLUID, FIRE RESISTANT SOL SP0450-99-R-5077 NI 84 Clothing, Individual Equipment and Insignia

011899 POC Contact for copies of RFQ solicitations, please remesi by FAX number 804-279-4370, for other information, pleas { cos** the

buyer. Fleet and Industrial Supply Center, Norfolk Washington Detachment

Norma

PRM

Halloway/AC525/804-279-3253 901 M.Street, S. E. Bldg. 200 4th Flr., Washington Navy Yard,

YPG98308001914 NSN 9150-01-113-2046, hydraulic fluid, fire resistant Washington, DC 203

first article testing. VA spec NR MIL spec MIL-H-194570(5) Semi 84-—-T-SHIRTS, CAPS, LANYARDS. WATER BOTTLES, PENS, PENCILS,

DID 89 Apr 13. Used on Aircraft elevators aboard Aircraft ***** COFFEE MUGS, LUGGAGE TAGS, MOUSE PADS, WARM UP-SUITS, MOCKS,

and in other applications. tertiary Butyl phenyl phosphoric acid est MEDICAL BRIEFCASE, ATHLETIC BAG, AND SHORTS. SOL N00600-99

base. Tech data package availability: 250 -CN Del to Richmond WA R-0681 DUE 012199 POC for a copy of the solicitation, Contact Customer

23297 Del by 150 days ARO, 250 -CN Del to Tracy CA 95375 W Service Center (202) 433-2951 or you may tax in your request (202)

by 150 days ARO. See NOIE 9. First article test required. Uaestrated 433-9569; for additional information contact Contract Specialists Diana

Automated Best Value Model: the final contract award deciso Brewer Code 02W2.18 al (202) 685-1866 or laura Hurd Code 02W21H

be based upon A combination of price, past performance and other at (202)433-2013 or Contracting Officer Debra Glass Code 02W2.1

evaluation factors as described in the solicitation. All responsible so at (202) 433-3500. The Fleet and Industrial Supply Center, Norfolk

may submit ofter which DGSC shall consider. (1-342 SN278168) Detachment - Washington D.C. has a requirement for recruitment supplies on behall of the Navy Recruiting Command, Arlington, VA. The Naval Defense Energy Support Center, 8725-John ). Kingman Rd. Sake Recruiting supplies include an estimated quantities per year for the 4950, Ft Belvoir, VA 22060-6222 following: (1) 122,00 T-shirts. (2) 122.000 Ball Caps, (3) 688,572 lanyards, 91-JET AI SOL SP0600-99-R-0038 DUE 121198 POC Par Ürf (4) 600,600 Water Bottles. (5) 500 executive medical, brelcase. (6) (703)767-9533; Ray Bone, (703)767-9536: 01 Mark Santoro 10.6. 3,499,932 Pens. (7) 5,599.730 Pencils, (8) 3,000 athletic bag. (9) 233,200 9558 DESCRIPTION: Jet A-1, JAL, NSN: 9130-60-753-5026 ASW: Collee Mugs, (10) 50.000 luggage tags. (11) 600,600 Mouse Pads, 1655 as modified by Clause C16.08-4. Requirement estimate $ 2007 (12) 22,500 Executive Pens. (13) 11,000 Warm Up- Suits, (14) 11,000 mately 90.000 usg (8,000 to 10.000 usg deliveries per week ** Mocks, and (15) 2.000 Shorts. All items will be FOB destination to mid-Dec 98 through 15 feb 99 to San Isidro, Nicaragua, wah Pest approximately 1,000 U.S. Navy Recruiting locations. Oflerors will be extensione period up to 6 months. Delivery will be FOB Des!^2 * required to provide pre-production sample of all items with price proposal. into two 10.000 USG collapsible fuel tanks. NOTE I: This is a combined The resulting contract will be form Fixed Price, Indefinite Delivery Require. synusis/solicitation for commercial items prepared in accordance ** ments type contract for the period of one base year and four one the format in Subpart 12.6, as supplemented with additional too mu' et year options, with the option to extend services for an additional included in this notice. This announcement constitutes the only seco* six months. The contract will be awarded to a single vendor for all proposals are being requested and a written solicitation mit ** items. The SIC is 3999. The contract will be awarded to a designated ! issued. DESC intends to evaluate offers and award a contract *** small business. SEE NOTE 1. A solicitation will be issued on or about? discussions with ofierors. Therefore, otterors initial offer should can December 22, 1998 with a closing date no earlier than January 21, their best terms from a prict and technical standpoint. Those 1999, however see the solicitation for the exact date. When the solicitation interested in submitting an offer on this synopsis/sohcitation can leguts is issued it will be available at http://www.nor lisc.navy.mil/contracts/ a packet which includes the full text of clauses incorporated by release? solicitations. (W-342 SN278383)

NOTE 2: The Government contemplates award of a Requirements that

Fixed Price with Economic Price Adjustment contract resolve 85 Toiletries

this solicitation Product will escalate i de-escalate cent for den

the change in the Nicaraguan market price. Offer prices shou: % General Services Administration, Federal Supply Service (FSS). based on the market price of $0.5210/usg in etteci on 06 De General Products Center (7FX), 819 Taylor Street, Room 6A24,

and include all applicable taxes, duties and/or lees. NOTE 3: Ofer" Fort Worth, TX, 76102

written proposals should be submitted in English, in US dolars ** 85-TOILETRIES SOL TEIP-97-HY-852ABI POC Trudy Greer. Contracing gallon and signed by an authorized company official. Proposa's! Officer, Phone 817-978-8655. Fax 817.978-4366. Email clearly identify the following elements: Dice, price structure, apo 172 The synopsis for Classification 85--Toiletries, posted taxes and respective amounts, and additional otseror terms and coro? 11/05/98, is hereby modified to change the solicitation No. from TFTP- Proposais must be received by PM, local Ft. Belvoit, VA, US 97-HY-852AB1 to 7FXP-13-98-8503-8. The solicitation will now be issued on 11 December 1998. Please submit your otter via lar. V on or about 12/11/98.

should be addressed to the BID CUSTODIAN 1 DESC-PCC / RM http://eps arnet gov/cgi-bin/webObjects/EPS?ACode=P&ProjlD=IITP- I FAX # (703) 767-8506. Please note the solicitation number secu 97-HY-852AB1&locID=3 Visit this URL for the latest information about 99-R-0038 on the fax NOTE 4: The following clause is hereby incorpo"? this notice

into this solicitation in full text. 11.20 CLAUSES INCORPORATED E Trudy Greer (D-342 SN278404)

REFERENCE (JUN 1998). This contract incorporates one or more 4.2

by relerence, with the same force and effect as if they were 91 Fuels, Lubricants, Oils, and Waxes

in full text Upon request, the Contracting Officer will make t*

full text available. Also, the full text of a clause may be acces! Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

electronically at these addresses: http://www.farsile mit al met me VA 23297-5312

www-tar npr.govi (FAR 52.252-2) Under the provisions of Clause 11 91-LUBRICATING OIL, ENGINE SOL SPO450-99-R-0194 DUE 010199 above. The following clauses are hereby incorporated into this sole 1 POC Contact: for copies of RFPAFB solicitations (available 15 days - by reference: I. FARADTAR CLAUSES: 4 03-) CONTRACT TERMS Alte

SA-ALC/Contracting Directorate/LCK Telephone: (210) 925-6837 Ext 2590; 485 Quentin Roosevelt Road Suite 12; Kelly AFB, TX 78241

6419 70-CD-ROM DISC MEDIA SOL F41608-99-0-0008 DUE 010899 POC The Point of contact is AMELIA E. MARTINEZ CD-ROM DISC MEDIA. No Logo (Bulk). Thermal print Surface, 24 minute, 650 MB Part #7 MIOG, MAKE: Mitsui Gold 19200 each CD-ROM DISC MEDIA, Ink Jet printable Surface on Spindle, 74 minute, 650 MB Part # J7PXOG, 500 each An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of an acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the SA-ALC Acquisition Ombudsman at AC 210-925-5133 or send E-Mail to:

http://www.kelly-alb.org/links/prochefo/solicitations/index.html Click Here To Go To The Solicitation Index

Send E-Mail to the POC (D-342 SN278198)

NASNJohn F. Kennedy Space Center, Procurement, Kennedy Space

Center, FL 32899 70-PERPETUAL LICENSE FOR VISIBROKER SOL RFQ10-98-0013 DUE 121098 POC David D. Reeves, Contracting Officer, Phone (407) 867. 3999, Fax (407) 867-1029. Email David NASA/ KSC plans to issue a Request for Quotation (RFQ) for a perpetual license for an unlimited number of CLCS developers at KSC to utilize Visibroker for C++ software. This procurement is being conducted under the Simplified Acquisition Procedures (GAP). NASA/KSC intends to purchase the items from loprose Corporation, 100 Enterprise Way. Scotts Valley, CA, 95006-3249, under the authority on in U.S.C. 2304 (c)(1). only one source. The Government intends to acquire a commercial item using FAR Part 12. Interested firms have until 12/10/98 to provide to the identified point of contact, their qualifications/capabilities. Such qualifications/capabilities will be used solely for the purpose of determin. ing whether or not to conduct this procurement on a competitive basis. Responses received after the above date or without the required information will be considered nonresponsive to the synopsis and will not be considered. A determination by the Government to not compete


Page 14

WR-ALC/PKXDA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611

CS/CLS JOINT STARS SOFTWARE CNT F09603-96-C-0074P00020 AMT $753,865 DTD 120398 TO Northrop Grumman Corp. Electronics & Systems Integration, 2000 Nasa Blvd West, Melbourne Fl 32904 2322 (1-342 SN278342)

V.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP. Room C817, Washington,

DC 20401 T-REPRODUCIBLE FEDERAL TAX FORMS FOR USE IN LIBRARIES, PUB. 1132 BINDER POC James E. Willard (202) 512-0307 CNT 447. 056 AMT $68,590,00 LINE n/a DID 120798 TO Optic Graphics, Inc. 101 Dover Road, Glen Burnie, MD 21060 (W-342 SN278196)

NASA/Goddard Space Flight Center, Wallops Flight Facility, Code

218, Wallops Island, VA 23337 I-REPAIR OF MAIN BASE STORM DRAINAGE SYSTENPHASE # POC Sandra Savage, Contract Specialist, Phone (757)824-2363, fa (757)824-1974, Email Pagliaro, Contracting Officer, Phone (757)824-1277, Fax (757)824-1974, Email CNT NAS5-99095 AMT $732395 LINE BASE BID PLUS ABI#1,ABI#2 ABI!3 DTD 120798 TO INSITUFORU EAST, INC. 3421 PENNSY DRIVE LANDOVER, MD 20785

https://nais msfc.nasa.gov/EPS/GSFC/award.html Goddard Space Flight Center Procurement Synopses of Contract Awards Page

Sandra Savage (D-342 SN278224

Directorate of Contracting/BId 1233, 00-Alc 6072 Fir Avenue, Hill

Air Force base, Ut 84056-5820 P-DESIGN STW FOR EEFCC F-16 CNT F42620-99-C-0018. F4262098-R-1028 AMT $1,375,477 DTD 120498 TO Raytheon Co/Oba Raytheon Systems Co. Se ors And Electronic Systems, 2000 E Imperial Hiwy, El Segundo Ca 90245-3507 (1-342 SN278064)

Hampton Regional Printing Procurement Office, U.S. Government
Printing Office, 11836 Canon Blvd. Suite 400. Newport News,

VA 23606 T-CARBON-LESS SETS POC Robert Blake. 757-873-2800 CNT 5365-

SAMT $34,344.60 DID 120898 TO Chesapeake Printing, 901 West

21st Street, Norfolk, VA 23517 (W-342 SN278203).

7th Contracting Squadron, 381 Third Street, Dyess. AFB, TI 1960).

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill

Air Force Base, Ut 84056-5825 R-SYSTEM ENGINEERING AND TECHNICAL SERVICE CNT F4263097-D-02850013 AMT $43,425 DID 112598 TO Sobran incorporated, Division 01 Sbi Environmental, 4401 Dayton Xenia Road, Dayton Oh 45432 1722 (1-342 SN278069)

Defense Supply Center Columbus PO BX 16595, OSCC-PBAS

Columbus, OH 43216-6595 10-BAIL ASSEMBLY SOL SPO760-98-X-1895 CNT SPO760-99-W ** AMI $97,170.00 LINE 0001 THROUGH 0003 DID 120798 10 Geet Mig Co 3249 Industrial Blvd P.O.Box 115 Bethel Park PA 15102.294 (1-342 SN277955)

12 Fire Control Equipment

GSA, FSS, Acquisition Division (10FTP-A-BI) 400 15th Street S.W.,

Room 1408, Auburn, WA 98001-6599 R-MANAGEMENT, ORGANIZATION AND BUSINESS IMPROVEMENT SERVICES (MOBIS) POC Yolanda Trevino (253) 931-7090 CNT GS-10F0014) AMT $500.000 DTD 121598 TO Aquidneck Management Associates, LID, 28Jacome Way, Newport, RI 02842 (W-342 SN278245)

General Services Administration Public Buildings Service (PBS). Upstate Property Management Center (2PMC-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton

Street, Syracuse, NY, 13261-7005
Z-V. S. MARSHAL'S SPACE ALTERATIONS (BUFFALO, NY) POC Denise Singletary. Contract Specialist, Phone (315) 448.0922. Fax (315) 448- 0929, Email denise sı - Mitchell Gasbarra. Contracling

Team Leader Phone (315) 448-0926. Fax (315) 448-0929. Email CNT


GSO2P98PWC0098A AMT $1308400 DID 120398 TO Concept Construction Corporation 2555 Transit Road Elma, NY 14059

http://eps arnet gov/cgi-bin WebObjects/ EPS?ACode=A&P10 ID=GS02P98PWC00984&locID=93 Visit this URL for the lalest information about this notice

denise si Denise Singletary (0-341 SN277887)

Directorate of Contracting/Bid 1233, 00-Alc 6072 Fir Avenue,

Air Force base, UI 84056-5820 12-COMBINER ASSY -1270991797577 CNT F42620-99-C-MA 542620-98-R-63985 AMT $200,346 DID 120498 TO Pilkington PE Glascoed Road, St Asaph Clwydd L117011, Wales United Kingdom is (1-342 SN278065)

Asc/Pkwr Area C Bldg 1 km 111, 1940 Allbrook Drive Ste 3,

Wright Patterson Alb Oh 45433-5309 RR-DIGITAL THREAT MODEL DEVELOPMENT AND MAINTENANCE CNT F33600-99-0-0025, 533600-97-R-0057 AMT $95,000,000 DID 112398 TO Mcdonnell Douglas Corp, Wholly-Owned Subsidiary Boeing Co. P O Box 516, Saint Louis Mo 63166-0516 (1-342 SN278359)

11 Ralph H. Johnson Dept. of Veterans Affairs Medical Center, 109 Bee Street, Charleston, SC 29401-5799

NEW MECHANICAL WORK FOR RENOVATE AMBULATORY SURGERY POC Elisa Lukasavage 843-571-5011 X7211 CNT V534C-396 AMT

Directorate of Contracting/Bid 1233, 00-A1c 6072 Fir Avenue, 18

Air Force base, UT 84056-5820 12—INTERM FREQ -1270012235840WF CNT F42620-99-0-0025 F42620-98-R-68225 AMT $440,700 DTD 120498 10 laternational fee, prises Inc. 108 Allen St. Talladega A1 35160-1399 (1-342 SNZ 22457,

S. Army Aviation and Missile Command, Acquisition Center, Bldg 488, Rodstone Arsenal, AL 35898-5280 VARIOUS POC Deborah H. Norman. Contract Specialist, AMSAM--AA, 256-842-7625, Gerald W. Hatley, Contracting Officer, AMSAMA. 256-876-3101 CNT DAAHO1-99-C-0002 AMT $104,705.013.00 12098 TO-Raytheon Company. 180 Hartwell Road, Bedford, MA

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA

31098-1611 15— HORIZONTAL STABILIZER APPL: BQM34A -1560013102035GY

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill Air Force Base, Ut 194056-5825 16-BRACE, CROSS TIE NLG OUTER CYLINDER - 1620013712204

Directorate of Contracting/Bldg 1215, 00-A1c/6050 Gum Lane, Hift"

Air Force Base, UT 84056-5825 16-TORQUE TUBE --1630001024365 CNT F09603-96-G-0009QP68 AMT $87,897 DID 111098 10 Aircraft Braking Systems Corp. 1204 Massillon Road, Akron Oh 44306-4186 (1-342 9N278060)

Dc-Alc/Dis 01 Contracting. 3001 Staff Dr Ste 12c76a, Tinus

Force Base Ok 73145-3015 28-STG 1 BLADE; PAN 1283M57P01; 1428 EA 7400171321 CNT F34601-97-G-00020263, FD2030-98-4-9487 AMT $349,714 HUE 113098 TO General Electric Supply Co. Support Services Opera 14000 Horizon Way, mt Laurel Ni 08054-0000 (1-342 SN278002)

Directorate Of Contracting/Bldg 1215, 00-A1c/6050 Gum Lane, Hill

Air Force Base, UT 84056-5825 16—PLATE, PRESSURE, DISC -1630010359042 CNT F09603-96-G. 00090P70 AMT $62,150 DTD 112098 10 Aircraft Braking Systems Corp. 1204 Massillon Road, Akron Oh 44306-4186 (1-342 SN2780617

Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 16-BUNGEE ASSY, INBD ELEVATOR OVERIDE SOL SP0470-98-X-R887 CNT N00383-96-G-006A-TY58 AMT $25,751.00 LINE 0001 DTD 120798

TO Lockheed Martin Aeroparts Inc Sub of Lockheed Corp 221 Industrial


Park Rd Johnstown PA 15904-1961 (1-342 SN278153)

ning Defense General Supply Center 8000 Jeff Davis Hwy Richmond,

VA 23297-5312 16-DISC(ASSEMBLY), FLEXIBLE DRIVESHAFT SOL SP0460-98-0-W829 CNT SP0460-99-M-3174 AMT $53.215.40 LINE 0001 THROUGH 0003 DTD 120798 TO Rexnord Corp Coupling Opn' 304 Main Ave P.O.Box 549 Warren PA 16365-2157 (I-342 SN278155)

Oc-Alc/Dis 01 Contracting. 3001 Staff Dr Ste Ing/6a, Tinkar

Force Base Ok 73145-3015 28-TURBINE ROTOR: P/N 6004799627; 4 EA -20400136437 CNT F346010020279. FD2030-98-5-2886 AMT $465,083 120198 TO

Co, Aircraft Engine Group, 1000 kr Ave, Lynn Ma 01910-0445 (1-342 SN278003)

Directorate of Contracting/Bldg 1215, 00-A1c76050 Gum Lane, Hill

Air Force Base, UT 84056-5825 16–PLUG, INSULATOR –1630014563048LE CNT F09603-96-60009QP74 AMT $84,120 DID 113098 TO Aircraft Braking Systems Corp. 1204 Massillon Road, Akron Oh 44306-4186 (1-342 SN278062)

Oc-Alc/Dir Of Contracting. 3001 Staff Dr Sto lag 762, Telur lige

Force Base Ok 73145-3015 28—10TH STAGE DISK; PIN 762410; 20 EN -284000285714 CNT F34601-99-C-0033, F34601-99-R-52807 AMT $247,800 DID 1772 10 United Technologies Corp: Pratt & Whitney, 400 Main 9 ser East Hartford CT 06118-1888 (1-342 SN278004)

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hillr?

Air Force Base, UT 84056-5825 16—WHEEL LANDING GEAR -1630008889612 CNT F09603-97-G. 00270P16 AMT $70.712 DID 120398 TO The BF Goodrich Co, Aircraft Wheel & Brake Operations, 101 Waco Street Po box 340, Troy Oh 45373-0340 (1-342 SN278063)

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill

Air Force Base, UT 84056-5825 16-BRAKE ASSY --1630012251877 CNT 542630-99-C-0021, 74263098-R-2044 AMI $538,900 DID 120798 TO Allied Signal Inc. Aircraft Landing Systems, 3520 Westmoor Street, South Bend in 46628-1373 (1-342 SN278352)

Oc-Alc/Dir of Contracting. 3001 Staff Dr Ste lag76a, Tales de

Force Base OK 73145-3015 28—SPARE PART; PIN 762378; 63 EN -284000116863280 * F34601-99-M-0076, F02030-99-5-2804 AMT $79,065 OTD 1987 Ambel Precision Mig Corp. Po Box 730, Bethel C 6580) 4 fur 342 SN278007)

* Directorate of Contracting/Bid 1233, 00-Alc 6072 Fir Avenue, Hill

Air Force base, UI 84056-5820 16-SELECTOR, TEMPERATURE -1660004338833WF CNT F4262099-M-0031, F02020-9920618 AMI $49.720 DID 120498 TO Edel Engineering, 909 East El Segundo Blvd. El Segundo Ca 90245 4110 (1-342 SN278068)

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill

Air Force Base, Ut 84056-5825 16-HEAT SHIELD, MLG WHEEL, APPLICABLE TO +1630012203847 CNT F42630-99-C-0037. F42630-98-R-2092 AMT $131,418 DTD 120798 TO Marc Avenue Corporation, 75 Marc Avenue, Cuyanoga Falls Oh 44223-2627 (-342 SN278353),

Oc-Alc/Dir 01 Contracting. 3001 Statt Dr Stelag/6a, Tinker bi

Force Base OK 73145-3015 28—SHROUD SEGMENT LPT; PAN 128ZM8660); 728400135841851FCNT F34601-99-C-0030, F34601-9-2-492 $305,760 DTD 120298 TO Metro Machine Works Inc, 11977 37 Rd, Romulus Mi 48174-2717 (1-342 SN278032)

Oc-Alc/Dir Of Contracting. 3001 Staff Dr Ste log/ba, Tisler Air

Force Base Ok 73145-3015 28-GUTTER, ASSEMBLY AUG MID/SPAD: PIN 1452M31602; 13 2840013713754PR CNT F34601-97-G-00020256, FD2030-99-4.965 $84,292 DID 120398 TO General Electric Co Aircraft Engine, Drop H319, One Neumann Way, Cincinnati Oh 45215-5301 Shop SN2780371

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill

Air Force Base, Ut 84056-5825 16-HEAT STACK BRAKE -1630012293641 CNT 542630-99-C-0022. 742630-98-R-2049 AMT $4,200,315 DID 120298 TO Allied Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend Jg A66281373 (1-342 SN278073)

CA Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill

Air Force Base, UT 84056-5825 16-HEAT STACK -1630011862469 CNT F42630-99-C-0023, F4263098-R-2051 AMI $3,312,505 DID 120298 TO Allie Signal Inc, Aircraft Landing Systems, 3520 Westmoor Street, South Bend in 46628-1373 (1-342 SN278074)

Supervisor of Shipbuilding C&R, USN, PO Box 215, Portsmouth,

VA, 23705-0215 19—USS GONZALEZ (DDG-66), SSP-094-99, TAV POC Phillip R. Fields, (757) 396-5041 ext 449 CNT 9043 AMT $44,927 LINE 0001, 0002, 0003 DTD 120898 10 Advex Corp.. 121 Floyd Thompson Dr., Hampton. Va, 23666 (W-342 SN278400)

Defense General Supply Center 8000 Jeff Davis Hory Richment

VA 23297-5317 28-HOUSING, FLYWHEEL 'SOL "SPO480-98-X-9510 CNT Soges M-8299 AMT $49.774.20 LINE 0001 DTD 120898 TO American 125 Baywood Ave P.O.Box 522378 Longwood FL 32750 (1-342 SA???

20 Ships and Marine Equipment

Directorate of Contracting/Bldg 1215, 00-AI/6050 Gum lane, Hill

Air Force Base, Ut 84056-5825 16-CYLINDER ASBLY --1620003109830 CNT 542630-99-C-0031, F42630-98-R-2040 AMT $607,444 DID 120398 10 BF Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland Oh. 44105-2054+ (1-342 SN278076)

Defense Supply Center Columbus.PO BX 16595, DSCC-PBAB **

Columbus, OH 43216-6595 20—FINGER CORNER SEGMENT SOL SP0760-98-0-1835 CNT SP076099-M-P194 AMT $79.499.00 LINE 0001 THROUGH 0002 DID-120798 TO SMR Technologies Inc Engineered Rubber Products Div 6835 Ridge RD P.O.Box 326 Sharon Center OH 44274-0326 (1-342 SN277947)

Defense General Supply Center 8000 Jett Davis Hory Michessed

VA 23297-5312 284LINER, TURBINE COMPONENT SOL SF0480-99-0-610 SPO480-99-M-8300 AMT $96,359.00 LINE 0001M THROUGH 03 OTO 120798 10 Electro-Methods Inc 330 Governors Howy South CT 06074-2422 (1-342 SN278146)

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill

Air Force Base, Ut 84056-5825 16-CYLINDER ASSEMBLY, MAIN -1620012363518 CNT F42630-99C-0032, F42630-98-R-2060 AMT $262,808 OTO 113098 TO B F Goodrich, Landing Gear Div, 8000 Marble Avenue, Cleveland On 44105-2054 (l342 SN278077)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 59_CIRCUIT CARD ASSEMBLY POC Demetrice S. Watson, Contract Specialist, AMSAM-AC-ML-AA, 256-876-3765, Patricia C. Orr, Contracting Officer, AMSAM-AC-ML-AA, 256-842-7558 CNT DAAHO 194 GS003/0662 AMT $139,020.00 DID 120198 TO Raytheon Company, 350 Lovell Street, Andover, MA 01810-4420 (W-342 SN278416).

Defense General Supply Center 8000 Jett Davis Hwy Richmond,

VA 23297-5312 61-GENERATOR, ALTERNATING CURRENT SOL SP0430-98-0-ORAL CNT SP0430-99-M-D364 AMT $93,643.00 LINE 0001 DTD 120898 TO Marathon Electric Mig Corp 100 E Randolph SI P.O.Box 8003 Wausau WI 644012568 (1-342 SN278160)

Directorate 01 Contracting/Bld 1233, 00-AIC 6072 Fir Avenue, Hill

Air Force base, UT 84056-5820 61-POWER SUPPLY 6130012728813WF CNT F42620-99. M-0032 AMT $37.955 DTD 120798 10 Allied Signal Inc, Military Cus Sup 1300 W Warner Rd, PO B 22200 M$ 1207-211, Tempe Az 85285 2200 il342 SN278347)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 59—CIRCUIT CARD ASSEMBLY POC Demetrice S. Watson, Contract Specialist, AMSAM-AC-ML-AA, 256-876-3765, Patricia C. Orr, Contracting Officer, AMSAM-AC-ML-AA, 256-842-7558 CNT DAAH01946S003/0661 AMT $73,015.00 DID 120198 TO Raytheon Company. 350 Lowell Street, Andover, MA 01810-4420 (W-342 SN278422)

NASMangley Research Center, Mail Stop 144, Industry Assistance

Office, Hampton, VA 23681-0001 20_SOFTWARE MAINTENANCE ON PROPRIETARY SOFTWARE POC R Page. Purchasing Agent Phone (757)-864-2405, fax (797) Sf48 Email --James W. Cresawn, Contracting : Phone (757)-864-2500. Fax

(757)

864-7898 CNT L-8784 AMT $32775 DID 120 AMTEC Engineering Inc., 3055 1121h Avenue NE Suite 100.3056 22 WA 98004-3633

https://nais mstc.nasa.gov/EPS/L'aRC/award.html Langley Research I Center Procurement Synopses of Contract Awards Page

E.C.PAGE @larc nasa.gov Belsy Page (0-342 SN278320)

73 Food Preparation and Serving Equipment

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 59-CIRCUIT CARD ASSEMBLY POC Glynis Thomison, Contract SpecialIST, AMSAM-AC-ML-AA, 256-876-5262, Mary S. Bailes, Contracting Officer, AMSAM-AC-ML-AA, 256-876-5244 CNT DAAHO1946S003/0658 AMT $127,616.00 DID. 120398 TO Raytheon Company. 350 Lowell Street, Andover, MA 01810-4420 (W-342 SN278428)

Oc-Alc/Dir 01 Contracting. 3001 Staff Dr Ste lag76a, Tinker Air

Force Base OK 73145-2015 62-INDICIA PANEL; P/N 2504-9622-0001; 13. EA - 6220998846454 CNT F34601-98-M-1180. FD2030-98-0-6220 AMT $28,483 DID 120298 TO Gec Avionics Ltd Airport Works, Maidstone Road, Rochester, Kent Mel 2xx UK 00000 0000 (1-342 SN278030)

General Producers doministration

, Federal Supply Service (FSS

61 Electrical Wire, and Power and Distribution Equipment

Services

(7FX), 819 Taylor Street, Room 6124, Fort Worth, TX, 76102 73-FOOD SERVICE EQUIPMENT POC JoAnn Stanley. Contracting Phone 1817) 978-2505. Fai (817) 978-8672 joann stanley@gsa gov-Donna Curphey, Contracting Officer, Phoes 978-8662, Fax (817) 978-8672. Email donna curphey@gsa gov CATS F0103J AMT $125000 LINE 302-59 DIO 121598 TO Eapie Martel Group, Inc. PO Box 681837 Houston, TX 77268

http://eps ar net.gov/cgi-bin/webObjects/EPS?ACode=ASPre;10=6*** F01031&LOCID= 3 Visit this URL for the latest information about it is notice joarnetan

sa pov JoAnn Stanley (D-347 SN278214)

Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill

Air Force Base, 0t 84056-5825 61-CABLE ASSY 6150012002143JB CNT F42630-99-M-0072 AMT $47,500 DID 112398 10 eú Signal Inc. Military Cus Sup 1300

Department of Veterans Affairs, National Acquisition Center, P.O.

Box 76, Bldg. 37, Hines, IL 60141-0076 65—1 F, M30QF-98, WHEELCHAIRS, MANUAL (INCLUDING SPORTS) POWERED AND STAND-UP, MOTORIZED THREE-WHEELED SCOOTERS AND ACCESSORY PRODUCTS POC Sharon Mosher. Contract Specialist (708) 786-5188 (TDD), Michael Hill, Contracting Officer (708) 786-5193 CNT


Page 15

Issue No. PSA-2239; Thursday, December 10, 1998

can increase sales with just the stroke of a keyboard, contact Janet Moseley at (215)-697-2716, FAX (215)-697-0485, or send email to: or visit our web site http:/www.disc.dla.mil/dilnet. (W-342 SN277973)

INDUSTRIAL SPARE PARTS-REQUEST FOR INFORMATION REQUEST FOR INFORMATION (RFI) SPO500-98-1-A002 This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI. The Defense Industrial Supply Center (DISC) seeks your expression of interest and any suggestions regarding DISC's desire to establish supply chain management support for spare parts and industrial hardware used in ground vehicle and aircraft repair at United States military sites in Europe, and possibly in southwestern Asia and northeastern Africa. This supply chain management initiative will encompass approximately 20,000 items of spare parts and industrial hardware for the maintenance, overhaul and repair of military and commercial ground vehicles and aircraft. DISC desires to capitalize on the total supply chain management and integrated logistics currently being demonstrated in private industry by forming a strategic alliance with one or more private sector partner(s) known as "Industrial Prime Vendors (IPVS)." Initially, DISC intends to establish IPV support for U.S. Military sites in Europe and possibly in southwestern Asia and northeastern Africa. Depending upon the nature of the responses to this RFI, the U. S. military sites may be divided into a number of independent "zones," or designated as a single zone for purposes of evaluation and award. Each contract entered into under this program will include surge and wartime readiness sustainment requirements. The types of items within the scope of the IPV program will include those items associated with the maintenance, overhaul and repair of military and commercial ground vehicles and aircraft, including, but not limited to, items currently cataloged under the following Federal Stock Classes: (FSC) 1015, 1280, 1377, 1560, 1620, 1630, 1650, 1660, 1670, 1680,1730. 2640, 2835, 2840, 2915, 3020, 3040, 3110, 3120, 3130, 4010, 4020, 4030, 4130, 4140, 4240, 4320, 4330, 4540, 4710. 4720, 4730, 4810. 4820, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330, 5335, 5340, 5344, 5350, 5355, 5360, 5365, 5640, 5905, 5906, 5910. 5920, 5925, 5930, 5935, 5940, 5945, 5950, 5961, 5970, 5975, 5980, 5985, 5990, 5995, 5999, 6110, 6140, 6145, 6150, 6210. 6220, 6230, 6240, 6250. 6260, 6310, 6620, 6625, 6685, 6810, 6830, 6850. 6930, 7240, 7340. 7350, 7510, 7530, 7920. 8030, 8140. 8305, 9160. 9330, 9390. 9505. 9510, 9515, 9525, 9530. 9535, 9540, 9905, 1005, 1010, 1240, 1290, 2090, 2510, 2520, 2530, 2540, 2590, 2610, 2805, 2815, 2910, 2920, 2930, 2940, 2990, 3010, 3030, 3820, 3830, 3940, 4210, 4310, 4910. 4930, 5331, 5339, 5345, 5364, 5971, 6105, 6115, 6130, 6135, 6160, 6350, 6365, 6510, 6515, 6530, 6545, 6635, 6640, 6645, 6680, 6695, 7690, 9340, 9520. Page 2 of 3 The type of contract contemplated for the IPV program is a firm, fixed price, or fixed price with economic price adjustment, indefinite quantity contract with a base period and one or more one-year option periods. Current IPV contracts in the United States have a two-year base period with three (3) one-year options. Suggestions for other long-term arrangements will be considered. We anticipate the use of Electronic Commerce. Any response to this RFI should include comments regarding the use of information systems to provide for asset visibility, order and receipt transmission, and reports. Methodologies that warrant consideration include, but are not limited to, supply replenishment as determined by the IPV, and/or supply replenishment under a requisition/delivery order system. Some of DISC's integrator/supply support expectations under the Contract(s) will be as follows: (a) If a determination made to award a contract under which the Contractor will be responsible for determination of stock levels and actual supply replenishment, the Contractor will be required to maintain the stock levels. (b) Il a determination is made to award a contract under which requisitions and delivery orders are involved, the Contractor will be required to deliver directly to the end user at the U.S. Military site. (c) The Contractor's performance will be expected to evolve to a 100 percent fill-rale by the end of the first year of the base period of the Contract. A 100 percent fill-rate in the supply replenishment methodology means that the bin, box, shell, or other container of the parts will have the part available when the mechanic goes to the container with a requirement. In the case of a contract with requisition/delivery order methodology, the 100 percent fill rate means that all orders are delivered to the usell consignee destination on time. In either instance, appropriate adjustments would apply if excusable delay exists. Incentive provisions will be considered. (d) The Contractor will deliver products which will contorm to the requirements of cited specifications, drawings, standards, quality assurance provisions, approved part numbers, as described in the order, and will comply with any Department of Defense (DoD) Authorization Act or Appropriation Act restrictions, when applicable, as set forth in Part 225 of the Defense Federal Acquisition Regulation Supplement (DFARS 225). The successful Contractor may own and manage its own international distribution network based in Europe or elsewhere that is capable of supporting the requirements of the U.S. military bases in Europe, southwestern Asia and northeastern Africa. Page 3 of 3 Alternatively, the successful Contractor may partner with European or other international warehouse and distribution companies to provide such support. Alternate methodologies may be considered. DISC invites your written comments, suggestions and ideas regarding this IPV initiative. Please include your comments regarding the feasibility and cost effectiveness of this IPV initiative, and provide a summary of your experience in similar undertakings. We desire to formulate a RFP using Best Value Source Selection evaluation criteria. In such instance, DISC will select one or more Contractors based on an integrated assessment of technical and price proposals. Greater weight will be accorded technical proposals. Accordingly, the proposed evaluation will consist of a Technical Proposal Phase followed by a Price Proposal Phase. Price Proposais will be requested from only those who have chiedere alle Technical

Proposals. Technical Proposals will be required to demonstrate a complete call the federal Business Council at 800-878-2940 x208 or respond
understanding of the requirements set forth in the RFP, as well as by email with company information to .
provide a detailed plan for executing the elements of the Technical http://www.fbcinc.com Click here to download our national schedule
Proposal. Responses to this RFL that indicate that the information of information technology events
therein is proprietary of represents confidential business information Click here to email our sales department (W-
will be received and held in confidence for U.S. Government use only. 342 SN278179)
However, DISC's intent is to develop an RFP from the aggregate of
the information provided from industry as a whole. Please provide
responses by close of business November 13, 1998 to the following

NAVAL UNDERSEA WARFARE CENTER INFORMATION TECHNOLOGY EIN address: Defense Industrial Supply Center AIIN: Victoria Ryan (DISC

There will be a one day information technology exposition held m APG) 700 Robbins Avenue Philadelphia, PA 19111 All responses must

Tuesday, January 26, 1999 at The Naval Undersea Warfare Center reference RFL no. SPO500-98-1-A002. Points of Contact (POCs) for this

in Newport, Rhode Island. Requested technologies include: Engineering, RFI are as follows: Victoria Ryan, Contracting Officer: E-Mail: HYPERLINK

Project Mangement, Program and Financial Management, Transdor mailto: , Telephone: (215) 697-5952; Karyn Reade. Cylinders. Internet Service Providers, Cable Assembly, Board Computers Customer Liaison Specialist: E-Mail: HYPERLINK-mailto:

with Ethernet Support and Piggyback DRAM Memory, Field Support for . Telephone: (215) 697-2087; Steven Wentz, Customer

Services, Simulation/Stimulation Engineering Services, Interpreting Sert Liaison Specialist: E-Mail: HYPERLINK-mailto: . Tele

ices to Translate Spoken Words to Sign. Instruments and Laborator N phone: (215) 697-0677. (W-342 SN278109)

Equipment, and much more! For more information on exhibiting, please

call the federal Business Council at 800-878-2940 1208 or respond INDUSTRIAL SPARE PARTS-REQUEST FOR INFORMATION REQUEST FOR

by email with company information to angelaOfbcdb.com. INFORMATION (RFI) SPO500-98-1-A002, Amendment 0001 1. Request

http://www.fbcinc.com Click here to download our national schedule

of information technology events
for Information (RFI) SPO500-98-1-A002 is hereby amended as follows:
a. Page 3, the date for receipt of responses is extended from November

Click here to email our sales department (W.

342 SN278188)
13, 1998, to December 11, 1998. 2. All other terms and conditions remain unchanged. (W-342 SN278111)

DRAFT BASIC AGREEMENT FOR RETAIL ELECTRICITY The Delese
DEPARTMENT OF COMMERCE INFORMATION TECHNOLOGY EXPOSITION Energy Support Center (DESC) is seeking to enter into Basic Agreements 7
There will be a one day intomation Technology exposition held on (see Federal Acquisition Regulation (FAR) Fart 16.702) with potentiale
January 19, 1999. at the Department of Commerce in Washington DC. suppliers of retail electricity, ancillary services, and incidental Series Requested technologies include: UNIX, Nelworking. Voice Recognition,

for delivery within all ten North American Electric Reliability Coach Internet, Laptops. Workstations, CD-ROM, Scanners, Printers, LAN/WAN, (NERC) regions located within the continental United States. In vier Presentation Systems, Case Tools. Peripherals, Multi-Media. Video Tele- of the changing regulatory environment, the execution of Basic Agreements conferencing, Email, Desktops, Graphics, Laser/Digital Printers, File Serv- affords DESC the best opportunity to meet tuture installation electron ers, and Hardware/Software. For more information on exhibiting, please requirements, il requested to do so, through award of definitive contracts call the Federal Business Council at 800-878-2940 x208 or respond using existing Basic Agreements. A Basic Agreement affords both by email with company information to .

Government and potential suppliers an opportunity to reduce transaction http://www.fbcinc.com Click here to download our national schedule

costs. DESC will, within three weeks, post a dratt Basic Agreement of information technology events

for industry comment on its website (http://www.desc.diamibean't Click here to email our sales department (W

electric/) and will be holding an industry forum on January 25, 1995 342 SN278126)

to obtain comments and suggestions from those who are interested

in entering into Basic Agreements with DESC. The meeting w* HANSCOM AFB TECHNOLOGY DEMONSTRATION There will be a one

held at the Crystal City Hyatt Regency Hotel located in Arlagtat, day information technology exposition held on Wednesday, February

VA in conjunction with the DESC Worldwide Energy Conference (set 10. 1999 at Hanscom Air Force Base in Hanscom, Massachusettes.

http://www.desc.dla.mil/main/wwec/wwec.htm). Questions concerning it Requested technologies include: Virtual Data Center Services, Computing

draft Basic Agreement or the January 25th Industry forum say and Communications Recovery Services, Air Traffic Management Services.

addressed to Mr. Jacob R. Moser, Contracting Officer, at (703) 16. Information Management and Technology Services, Radar Technology.

8566 (email at ) or Bruce Blank. Contracting Ottor,

(703) 767-8534 (e-mail at mil). Secure Communcations, Software Applications, Engineering and Scientific Services. Personal Computers. Meteorological Observation Systems,

http://www.desc.dla.mil/main/a/electric/ Copy of Draft Basic Ruggedized Equipment and Security Services, and much more! for more

Agreements will appear on this website. information on exhibiting. please call the Federal Business Council

jmoser desc.dla.mil for more information, e-mail Jacob R. Moser at 800-878-2940 x208 or respond by email with company information

Contracting Officer (W-342 SN278237)
to .
http://www.fbcinc.com Click here to download our national schedule

6-SYSTEMS ENGINEERING, INTEGRATION, AND MANAGEMENT SUR of information technology events

PORT SERVICES NASA/GSFC plans to extend contract NAS5-32590 entrada Click here to email our sales department (W

"Systems Engineering. Integration, and Management Support Services 342 SN278133)

(SEIMSS)" with McDonnell Douglas/Boeing on a sole-source basis. The

extension will be for a six-month basic period with sà, cete-cah VOLPE CENTER INFORMATION TECHNOLOGY DEMONSTRATION There options. The contract currently extends through January 9, 1999. The will be a one day information technology exposition held on January follow-on contract is expected to be in place in July 1999. This extessen 27. 1999 at The John A. Volpe National Transporations Systems Center will provide continued performance during the interim period until the in Cambridge, Massachusettes Requested technologies include new competitive procurement is awarded. McDonnell Douglas Sent Workstations, Year 2000, Mobile Computing, Laser & Color Printers, is uniquely qualified to perform this requirement, due to its content File Servers. Database Management, LAN/WAN, Mass Storage Devices, involvement in critical flight programs such as IDRS, GOES ESSP. Faxboards, Scanning Technologies, Document Management Systems, Static EOS-AM, EOS-PM, OLS. and HST. McDonnell Douglas/Boeing has the Analysis, Project Management. Modeling and Simulation, Optical Disk expertise and knowledge necessary to continue the testing and device Storage, and Engineering Products and Services for more information ment of these complex systems to meet critical schedules to fight on exhibiting, please call the Federal Business Council at 800-878- projects during this interim period. The statutory authority for the 2940 208 or respond by email with company information to Than Full and Open Competition is 10 U.S.C. 23041c)(I). Only One .

Responsible Source. Any other firm desiring consideration mest *** http://www.fbcinc.com Click here to download our national schedule identity its capability or submit a proposal within fifteen (15) de of information technology events

of publication of this synopsis, to the Goddard Space Flight Certy Click here to email our sales department (W

office and individuals listed. See Numbered Notes 22 and 26. de 342 SN278176)

relerenced numbered notes can be viewed at the following URL HTS

/genesis.gsfc.nasa.gov/nnotes.htm. An Ombudsman has been appe NASA HEADQUARTERS INFORMATION TECHNOLOGY EXPO There will

see Internet Note "B". be a one day information technology exposition held on January 12,

http://nais.nasa.gov/EPS/GSFC/date.html#NA$5-32590 Click here har inte 1999 at NASA Headquarters in Washington DC. All technologies are

latest information about this notice appropriate with an emphasis on CD-ROM, Data Security. Presentation

Kellie I Murray (D-342 SK270253] Graphics, Notebooks, Multi-Media, Telecommunications, Database Man. 94. agement. Imaging. Networking. PC Upgrades, Hardware/Software, and

ŚP FEDERAL ACQUISITION JUMPSTATION A DOORWAY TO FEDERAL Advanced Office Automation. For more information on exhibiting, please PROCUREMENTS ON THE INTERNET The Federal Acquisition Jumpsze call the Federal Business Council at 800-878-2940 1208 or respond

a site on the Internet provides over 100 hoflinks to federal contract by email with company information to .

activities and other sources of federal procurement information therto http://www.ibcinc.com Click here to download our national schedule

the United States. In light of the numerous Internet sites se**** of information technology events

procurement data and the expected growth in the number of participating Click here to email our sales department (W342 SN278178)

agencies, NASA in cooperation with the Office of Federal Procure! Policy and the Federal Aviation Administration, established the late 18

jumpstation as a doorway for the business community to quickly loca NATICK SOLDIER SYSTEMS COMMAND INFORMATION TECHNOLOGY all sources of federal procurement information. New links tout en EXPO There will be a one day information technology exposition held added as additional federal procurement sites appear on the lates on January 25, 1999 at NATICK Soldier Systems Command in Nafick, The jumpstation is a World Wide Website, which can be accessed use Massachusettes. All technologies apply with an emphasis on: CAD. an internet browser. The Uniform Resource Locator (URL), or "liste Engineering Products, Simulation Products, Modeling and Analysis, Hard- address" is "http://nais.nasa.gov/tedproc/home.html" (do not include ** ware/Software Design. Internet Products. Printers, Plotters, Development quotation marks). For more information contact Rick Gloves (256-54 Tools, Engineering Services, Artificial Intelligente, integration and Multi- 0288.

FICK.gioveromsfc.nasa.gov). Michael Lalla (985-574-5162


Page 16

Issue No. PSA-2240; Friday, December 11, 1998

due by 16:00 hours, 30 April 1999. Approximately $15,000,000 of explor- one new Resistor Array Projector Package in support of the Kinetic- donors by blood-borne viruses, most notably human immunodeficiency atory development (6.2) funds are anticipated to be available over Kill-Vehicle Hardware-in-the-Loop Simulator (KHILS) programs. The con- virus (HIV) and hepatitis C virus (HCV). The major objectives of this a three year period beginning May. 1999 to conduct these research tractor will be tasked with the following: (1) The resistor array integrated program are: 1) to refine for use in clinical laboratories, one or more and development efforts. Awards may be in the form of contracts, circuits and Kyocera chip carriers for one cryogenic and three room nucleic-acid based techniques that will be feasible for the direct detection grants, cooperative agreements, or other transactions as appropriate." temperature projection packages shall be replaced (2) The cooling of blood-borne viruses in doners of organs for transplantation der The maximum length of an award will be 3 years. This BAA announcement blocks for two of the room temperature packages, flat window models. the antibody-negative window period between infectivity and detection does not preclude an offeror from submitting a full technical and shall also be modified or replaced to accommodate the Multispectral to the shortest possible time and when possible, obviate le red cost proposal or white paper alter published due dates. White papers Scene Projector (MSSP) style window and paddleboards (3) One copy for indirect antibody tests; and 2) lo file for investigationala de received after the published due dates may not be considered for of the cryogenic projection package shall be fabricated and assembled exemption (IND) with the Food and Dreg Administration (FA), and funding under the Fiscal Year 1999 program, but may be considered complete with cooling block, VCR terminated vacuum lipe, VCR terminated submit and obtain approval for product license applications Pud for funding in FYOO or FY01. Submittals in response to this BAA water lines, Kyocera chip carrer, paddleboards, window, and resistor Presently available

information indicates that the first detectable evidence received after 31 December 2000 will not be considered. The Government array. (4) The contractor shall leak che operability. The Government

and evaluate all projection for

infection with HIV is a burst of viral RNA in circulating plasma reserves the right to select for award all, some, or none of the submissions. packages, four upgraded and one new,

about 7-10 days after the infecting episode: Hence, the spicdation White papers should include the following items: 1.(A) Cover page. will accept the packages based on it's evaluation of dead rows, dead calls for a test to detect this bual RNA. Unless the test proposed clearly labeled "WHITE PAPER”, including BAA title and date, title. columns. "on" pixels, and array uniformity, The Government shall provide is 100% specific for the virus target an offeror must propose an administrative and technical points of contact along with telephone the contractor with the following equipment and components: one KP101 approach to a confirmatory test Present information also indicates and fax numbers, 2.(8) White papers are to be limited to seven pages. cryogenic scene projection package. one slanted window Wideband Infrared that there is a prolonged period of HCV viremia before clinical disease 3.(C) White papers shall consist of three primary sections: Technical. Scene Projector (WISP) projector package, two flat window WISP projection (including laboratory tests, such as ALT) and HCV antibodies terito Managerial, and Cost: 4.(D) The Technical section shall consist of packages, five Kyocera chip carriers, three ZnSE IR windows, five WISP The availability of an assay to detect HCV RNA could reduce transplanclear descriptions of the systems/technologies being proposed, objectives resistor array integrated circuits, and five paddleboard sets. Routine tation transmission of that virus by reducing the infectious, test-negative of the proposed effort, technical issues to be resolved to accomplish questions concerning this acquisition should be directed to the following (antibody) window by several weeks. Accordingly, a companion lest objectives, approach to resolving these issues, assessment of advance individuals: Direct technical information inquiries to Bob Stockbridge. multiplexed with one for HIV RNA, must also be developed and brzeght and advantage over current technological capability with successful AFRL/MNGG. Eglin AFB, FL 32542-6810. via e-mail: to clinical availability. As with the HIV RNA assay system, an offer effort, and specific prior experience of offeror in the technology areas via phone: (850) 882-4446 ext. 2260. For contractual inquiries, contact must also propose an approach to a confirmatory test for HCV. Further being proposed. The Management portion shall include key personnel, Capt Todd Joyner, Contracts Manager. AFRL/MNK, 101 W. Eglin Blvd, more, the offerors must provide suitable evidence that patent issues experience, facilities, and a plan of action with milestones. The Cost Ste 337. ERI AFB, FL 32542-6810. via e-mail: joyner@eglın.af.mil surrounding RNA testing for HCV have been acceptably addressed and section shall include a one page cost breakdown of the effort being via phone: 1850) 882-4294, ext. 3408 or Lorna Tedder, Contracting resolved. The most promising technologies appear to be nucleic acid proposed. One page curriculum vitae for the Principal Technical Investiga- Officer, AFRU/MNK, Eglin AFB, FL 32542-6810, via e-mail: amplification systems such as polymerase chain reaction, ligase chan tor, Project Manager, and other key personnel should be submitted. , mil, via phone: (850) 882-4294 ext. 3399. Please note reaction, nucleic acid-based sequence amplification, strand displacement The vitae will not count toward the seven page limit. To be considered that e-mail correspondence is prelerred in order to allord Government amplification, branched DNA, and transcription-mediated amplification for, FY99 funding, eight copies of the white papers are due at the representatives the opportunity to thoroughly research questions. Re- Innovative adaptations of these gene amplification and detection methods submittal address listed below by 1 March 1999. Format for full proposals spondents should provide evidence of qualification in accordance with are expected to lead to efficient and reliable assays suitable for foolwill be posted at http://www.onr.navy.mil/sci_tech/ocean/baa. White pa. · Numbered Note 25. It is imperative that all respondents recognize proof performance at odd hours, one by one, by less practiced staf pers and full proposals will be evaluated using the following criteria that this synopsis is published for information and planning purposes The major focus is on HIV-1, although a test to detect HCV is as which are listed in descending order of importance: (1) overall scientific, only. It does not constitute an IFB or RFP, and in no way binds an important requirement. Multiplexing the detection of HIV-1 and HOY technical, and socioeconomic merit; (2) technical/scientific innovation the Government. Alter qualification statements have been screened, in the same reaction is desirable. The preclinical phase for refinement and risk to develop affordable successful solutions for future naval a solicitation may be issued to those prospective sources, which in of an organ donor assay shall be completed within 12 months from capabilities to organic mine countermeasures; (3) potential to enhance the sole judgment of the purchasing activity have the potential to contract award. All clinical studies conducted at approved clinical tral organic mine countermeasures capabilities through the application of successfully fulfill the requirements of the planned contract. An Ombuds- sites must be completed and the results submitted to the Center advanced technologies; (4) potential for transition to fleet capability: man has been established for this acquisition. The only purpose of for Biologies Evaluation and Research (CBER) within a period of 20 (5) the offer's capabilities, past performance and related experience, the Ombudsman is to receive and communicate serious concerns from months from receipt of the investigational new drug (IND). An additional facilities, techniques or unique combinations thereof that are integral potential offerors when an offeror prefers not to use established channels 4 months will allow for review of data by CBER officials and ultimately, factors for achieving the proposed objectives: (6) the qualifications, to communicate concerns during the proposal development phase of licensure of the procedure. It is anticipated that one (1) award capabilities and experience of the proposed Principle Technical Investiga- - this acquisition. All potential offerors should contact established channels be made from this solicitation and that the award will be made tor, Project Manager, and other key personnel critical in achieving to voice concerns before contacting the Ombudsman. When requested, or about September 30, 1999. A cost-sharing, cost reimbursement comple the proposed objectives: (7) budgetary cost and availability of funds: the Ombudsman will maintain strict confidentiality as to the source tion contract with a term of three (3) years is anticipated. This 6 Offerors must state in their white paper and full proposals that it of the concern The Ombudsman does not participate in the evaluation not a Request for Proposals (RFP). RFP No. NHLBI-HB-99-10 wl be is submitted in response to this BAA. Eight hard copies of each white of proposals or in the selection decision. The Ombudsman should only released on or about December 28, 1998 on the NHLBI web page paper 'must be provided. White papers and full proposal submissions be contacted with issues or problems that have been previously brought : at http://www.nhlbi.nih.gov/nhlbi/rafs/ifas.htm#rip. There are no paper will protected from unauthorized disclosure in accordance with FAR to the allention of the contracting officer and could not be satisfactorily copies. Interested organizations should review and download the stream 15.413, applicable law, and DoD/DON regulations. This BAA provides resolved at that level. Potential offerors are may contact AAC Eglin's lined RFP designated as RFP No. NHLBI-HB-99-10 which will apped no tunding for white paper or subsequent proposal development purposes. Ombudsman, Licol Gary L. Libell, AFRL/MNK, 101 West Eglin Blvd., under the list of RFPs for the National Heart, Lung, and Blood Institute All white papers will be acknowledged. White papers will not be returned Suite 337. Eglin AFB, FL 32542-6810 at (850) 882-2872 ext 3420 Further instructions and forms for proposal submission are located after evaluation. This CBD notice itselt constitutes the BAA as con- with serious concerns only,

at the menu selection entitled “Streamlined RFP References which emplated by FAR 6.102(d)(2). Unless otherwise stated herein, neither

Contract Manager (W-343 SN278626)

is located at the web page for the NIH Request for Proposals Directory. additional written information is available, nor will a formal RFP ON

http://www4.od.nih.gov/ocm/contracts/rtp/mainpage.htm. other solicitation regarding this announcement be issued! Requests

http://www.nhlbi.nih.gov/nhlbi/iats/rtas.htm#rip Click here to download or the same will be disregarded. For awards made as contracts,

a copy of the RFP. valuation of the socioeconomic merits will include the extent of commil

Click here to contact the Contracting Officer via nent in providing meaninglul subcontracting opportunities for small

E-mail. (W-343 SN278728) usiness, small disadvantaged businesses, woman-owned small business oncerns, and historically black colleges and universities and minonity U.S. Nuclear Regulatory Commission, Division of Contracts, Attn: istitutions. Ultimately, contract proposals which are selected for award Linda Wise MS-1-712, Washington, DC 20555

hat exceed $500,000 submitted by all but small businesses, will require A-SCALED INTEGRAL TEST FACILITY SOL RS-RES-99-040 DUE 122398


Small, Small Disadvantaged and Women-Owned Small Business Sub- POC Contact: Amy Siller, Contract Specialist 301/415/6747 The NRC B Special Studies and Analyses-Not R&D
ontracting Plan in accordance with FAR 52.219-9. The Standard Industrial intends to negotiate a sole source contract with the Oregon State
lassification code is 8731 with the small business standard of 500

University (OSU) using the existing Advanced Plant Experiment (APEX) mployees. No portion of this BAA has been set aside for HBCU and test facility to perform approximately 5 tests the first year and 19

NASA/Goddard Space Flight Center, NASA Headquarters Acquisition participants, though their participation is encouraged. White papers tests throughout the 4 option years to obtain data on phenomena

Branch, Code 210.1, Greenbelt, MD 20771 nd Proposals should be submitted by the due dates cited in the and systems interaction in an experimental system representative of B_EXTENSION OF NASA CONTRACT NASW-4861 FOR SAFETY, BELLA to: Office of Naval Research, Organic Mine Countermeasures BAA, pressurized water reactors. The principal objective is to provide qualified ABILITY, MAINTAINABILITY AND QUALITY ASSURANCE SUPPORT DUE VR Code 32. BCT-1, "Room 407, 800 N. Quincy Street, Arlinglon. data on the behavior of reactor systems suitable for assessment of

122398 POC Wilma S. Mooney, Contracting Officer, Phone (301) 266 22217. Use Kim Coleman, at (703)696-5122 for express mail purposes thermal hydraulic systems codes to replace obsolete or missing SEMISCALE 0792, Fax (301) 286-0356. Email NASA ILY. Questions regarding business and legal matters relating to this and LOFT data in the NRC data bank. This contract will provide the HQ plans to issue a one-month extension, with two 1-month options. A should be directed to: Office of Naval Research. Attention Brian unique services of an experienced organization to conduct a testing on a sole source basis to Traçor Systems and Technologies, loc. The ance (Code 252), Room 720, Ballston Towers One, 800 N. Quincy program developed and controlled by NRC. Using the OSU facility provides procurement will extend the period of performance under contrac! NSNArlington, VA 22217-5660. (703) 696-2596. Information regarding the benefit of an already designed and built facility that the Federal

4861 for up to an additional three months beyond 2/10/99, the current ihnical matters is available on the World Wide Web http:// government owns. Also. OSU will provide close coupling of data generation end date of the contract, at no increase to the total contract value ww.cor.navy.mil/sci_tech/ocean/baa. The due date for submissions and analysis in addition to providing test procedures, data reports, This extension is required for continued Safety, Reliability. Maintainabáty 30 April 1999 and facility and data acquisition system maintenance. The period of

and Quality Assurance Support (SRM&QAS) for the Office of Salety here (W-343 SN278581)

performance is for one year, with four one-year options. Standard and Mission Assurance (OSMA) during the first element launches of Industrial Classification code 8999 applies. This is a notice of intent the International Space Station and the associated Extra Vehicula to contract only. A solicitation document does not exist. Telephonic Activities (EVAS). Support may be required in the following areas: Safety responses and responses providing insufficient information for evaluation and mishap related support: process verifications and independent assesswill not be considered. See Note 22.1*** (W-343 SN278712)

ments: systems safety and risk management: nuclear safety, reliability and maintainability: operational salety; and quality assurance. Requue.

ments may include: (a) Investigations, reporting, and analysis of incidents Munitions Contracting Division (AFRUMNK), Building 13, 101 West

and accidents, and resolution of all investigation-related recommend Eglin Boulevard, Suite 337, Eglin AFB, FL 32542-6810

tions: (b) performance of special "immediate attention independent -KHILS IR PROJECTOR UPGRADES SOL MNK 99-006 POC Contract

SRM&QA assessments for complex technical and engineering projects lager, Capt Todd Joyner (850) 882-4294, ext. 3408 A request for

(such as the Space Shuttle, the International Space Station, reusade Josal for a sole source procurement, via the authonty granted by

National Institutes of Health, National Heart, Lung, and Blood

launch vehicles, aircralt, payloads, spacecraft, and ground based sys. 6:302-1, is planned to be provided to Honeywell Technology Center

Institute, Contracts Operations Branch. 6701 Rockledge Drive, Room

tems); and (c) risk safety, risk management, and independent assess an expected proposal receipt date of '27 Jan 99 as described

6100, MSC 7902, Bethesda, MD 20892

ments. In addition, NASA Headquarters facility safety engineering, fre Numbered Note 22. A Sources Sought synopsis pertaining to this A- REFINEMENT OF NEW ASSAYS FOR DIRECT DETECTION OF VIRAL protection engineering, emergency preparedness, and salety and health it was electronically published on 16 Nov 98. Honeywell Technology NUCLEIC ACIDS IN DONATED ORGANS SOL NHLBI-HB-99-10 POC Lynda inspections and analyses for the facility located at 300 E Streel. er is the only known qualified source to perform this effort the A. Bindseil, Contracting Officer, (301) 435-0355 The Division of Blood SW. Washington, DC. This extension will allow NASA the minun Force Research Laboratory Munitions Directorate (AFRL/MN) e cuires Diseases and Resources (OBOR) has a requirement for a Contractor amount of time necessary to properly evaluate the competitive puithase of four Résistor Array Projector Package u

to retine nucleic acid hicori assays to identify injection ni nroani......


Page 17

Issue No. PSA-2240; Friday, December 11, 1999

U.S. Government Printing Office, Attn: Bid Section, Room B104, 26. March 1-5, 8, 10, 12, 15, 17, 19, 22, 29-31, April 1-46 1 Photographic, Mapping, Printing, and Publication Services Stop: PPSB, North Capitol & Streets, NW, Washington, DC 20401 21, 23, 26, 28, 29, May 3, 5, 7, 10-14, 17, 19, 21, 21-26. home

1- PAMPHLETS SOL Program 8715-S POC linda Giacomo (202) 512- 2. 21, 23, 25, 28. 30: (2) Archives If, National Archives & 2044 Single award lerm contract for period 05-01-99 10 04-30-00.

Park, 8601 Adelphi Road, College Park, MD 20740-6001. There i U.S. Government Printing Office, Attn: Bid Section, Room B104, Sell-covered pamphlets, 8-1/2 x 11", printing in black ink plus one

't be at least one room available each week. For scheduling purposes Stop: PPSB, North Capitol & N Streets, NW, Washington, DC 20401 additional color, and saddle-stitched. Anticipating monthly orders, for

there will be no rooms available for the following dates. Jason 11 1-WHITEPRINT NEGATIVES SOL C872-S POC James Grayson, (202) 5,000 to 10,000 copies of 8 to 16 pages per order. Operations include

February 2. March 17 and 18, April 13, 14, 15 and 16: the 512-0310 Single award, term contract for the period 05-01-99 to 04- electronic prepress, priating, binding, packing. mailing and distribution.

Washington National Records Center, 4205 Suitland Road, Sultad de 30-00. Whiteprint and related items. Approx. 100 orders per year. Copy pickup in Washington, DC. Quality Level II. Bid opening anticipated

20746-8001 (Located in the Suitland Federal Complex in Suidland, Approx. I to 100 copies per order. Operations includes preparation during the month of March 1999. Request bid invitation by letter

There will be at least one room available each week. For schedule and processing electrostatic prints, source document duplication, ammonia to the address above. (W-343 SN278716,

purposes there will be no rooms available for the following dari process prints, packing, and distribution. Copy pickup in Greenbelt.

February 4 and 5, April 13, June 3. INSTRUCTORS: The Contrato MD. Bid opening anticipated during the month of April 1999. Request

agrees to use only those instructors whose resumes were subindo bid invitation by letter to the address above. (W-343 SN278570)

with the Contractor's quote and approved by the Government

. The Contiactor agrees that no substitution of instructor personnel al be made without prior approval of the Contracting Officer and/or Comic

ing Officer's Representative (COR). If an instructor, for whatever them, U.S. Government Printing Office, Attn: Bid Section, Room B104, becomes unavailable, the Contracter shall promptly notify the Contracting

Stop: PPSB, North Capitol & N Streets, NW, Washington, DC 20401 Officer and/or COR, propose a substitute instructor, provide a detail

1- PAMPHLETS SOL Program C-488-S POC Betty Shanks (202) 512- explanation of the circumstances necessitating the proposed abortion U.S. Government Printing Office, Altn: Bid Section, Room B104, 0310 Single award term contract Tor the period 05-01-99 through

and submit a complete resume for the proposed substitute instructe Stop: PPSB, North Capitol & N Streets, NW, Washington, DC 20401

04-30-00. Production area assumed 200-km (124-mile) tadius of zero All proposed instructor substitute's shall have qualifications that 82 1-FORMS SOL C676-S POC James Grayson, (202) 512-0310 Single 1 documentatin of their ability to meet schedule. Copy pickup in Washington, j" milestone. Washington, DC, Bidders outside area must furnish

equal to or higher than the qualifications of the person being terteced

If the Contracting Officer and COR determines that the substant award. term contract for the period. 05-01-99 to 04-30-00. Single

DC. Misscellaneous Publications. Anticipate 4 10 20 orders per month instructor is not suitable, the Government reserves the right to read leaf forms. Trim sizes: 191 x 216 mm (7-1/2 x 8-1/2"). Approx. 2

for 100 to 150,000 copies of 2 to 600 pages. Two formats: A the proposed instructor. The Government reserves the right to us to 10 orders per year. Approx. 300 to 32,000 copies per order. Operations up to 152 x 241 mm 16 x 9-1/2"); B-any trim size over 152 x

another source for any classes that a substitute instructor cannot includes film making, printing, embossing, binding, and distribution.

241 mm up to and including 216 x 356 mm (8-1/2 x 14“. Prints be mutually agreed upon by the Government and the Contractor COURSE Copy pickup in Washington, DC. Quality level ill. Bid opening anticipated

in up to three colors of ink. Operations include paste on fold, stitch, SYLLABUS: The Contractor shall follow the proposed course syila during the month of April 1999. Request bid invitation by letter to Deitect dind, perforate tab seal, film making, printing in up to three

approved by the Government. Any deviations from the original Government the address above. (W-343 SN278573)

colors, binding packing. and distribution, Contractor furnish paper. approved course syllabus shall be transmitted to the COR ter acerca Quality attributes level III. Bid opening anticipated during the month

not later than 5 work days prior to the class start date. TRAQ of March 1999. Request bid invitation by letter to the address above.

and (W-343 SN278720)

Conflict Management classes conducted at any of the NARA locations are considered to be included in the firm fixed price quote per dass . No additional travel, meal, or incidental costs are authorized. CONTRACTORE

FURNISHED PROPERTY: The Contractor shall furnish all traming ta Los Angeles Regional Printing Procurement Office, U.S. Government

materials, overhead slides, handouts, lecture materials, etc. Additional Printing Office, 12501 East Imperial Highway, Suite 110, Norwalk, U Education and Training Services

if the Contractor intends on using a computerized PowerPoint presentation CA 90650-3136

they shall provide any necessary software, disks, and lap top copper 1-SHORT-RUN, FAST SCHEDULE, DUPLICATING/COPYING SOL Program

necessary to support the PowerPoint presentation. GOVERNMENT A

National Archives and Records Administration, Acquisitions Services 1913-S DUE 122998 POC Point of Contact-Diane Abeyta, Printing Special

NISHED PROPERTY: The Government will provide a room for the tranet et

Division (NAA), 8601 Adelphi Road, Room 3360, College Park, ist, 562-863-1708. Contracting Officer Donald Ferguson, 562-863-1708.

at each of the Government specified training sites. Additional

MD 20140-6001 Single award term contract for period January 1, 1999 through Decemebr

Bu specifically identified and requested in the Contractor's quote, the common

U-CONFLICT MANAGEMENT TRAINING CLASSES SOL NH-99-0152 DUE 31, 1999 for various Governmental Agencies. Production area assumed

ment will provide an overhead projector, audio sound equipment, and 121898 POC Rhonda Propst 301-713-6755 x 266 or lisa Poe 301to be within the Los Angeles, CA commercial zone. Short-Run, fast

or PowerPoint presentation projection capability (Contractor shal watch 213-6755 x 231 The National Archives and Records Administration schedule, duplicating/copying, approximately 18-20 orders per month,

lap top computer, software, etc). Any additional needed equipment is issuing a combined synopsis/solicitation for commercial services prewith approximately 3 orders per year requiring color copying, one to

(including audio visual) or software compatibility requirements stall 6,000 copies per order, one to 800 pages per order, 8-1/2 x 11".

pared in accordance with the format in Subpart 12.6, as supplemenled be identified in the offeror's quote. Additionally, the Contractor stal

with additional information included in this notice. This announcement Operations include copying, binding packing, labeling and marking,

provide any special room arrangement (i.e., seating, tables, ec) and distribution. One to ten workday production schedule. Product Quality

constitutes the only solicitation: quotes are hereby requested and a the COR not less than 5 workdays prior to the class start ball

written solicitation will not be issued. The solicitation is issued as Level IV attributes. Requirements for bidding are available via email

The Contractor is placed on notice that they shall have made or mail on your firms letterhead.

a Request for Quotations (RFQ) Number NH-99-0152, which incorporates at the training site backup overhead slides in the event of compatible 1

provisions and clauses in effect through Federal Acquisition Circular problems or the Power Point Presentation capability is unavailable par http://www.access.gpo.gov/procurement los angeles/synopsis.shimi 97-09, October 30, 1998 This procurement is in accordance with Federal MENT: The Contractor shall accept the Government purchase card U United States Government Printing Office, Los Angeles Regional Printing Acquisition Regulation (FAR) and is set-aside for Small Business under ,' be capable of receiving payment by electronic funds transter En Procurement Office

the Standard Industrial Classification Code (SIC) 8299. with a small No contract payments will be made by check, Payment at the afteras United States Government Printing Office, business size standard of $5 Million annually. DESCRIPTION OF SERVICES quoted price will be made at the conclusion of each successivo Los Angeles Regional Printing Procurement Office (W-343 SN278616) TO BE ACQUIRED: CONFLICT MANAGEMENT TRAINING CLASSES IN ACCORD- conducted training class using the Government purchase card is in

ANCE WITH THE BELOW STATEMENT OF WORK (SOW). This requirement Contractor does not accept the Government purchase card paymer is for Conflict Management Training Classes for a maximum of 40 the Contractor must submit an invoice for payment. The invece one day sessions with between 20 to 25 persons per class between be paid by electronic funds transfer (EFT). APPLICABLE PROVISIONS January 4. 1999 and June 30. 1999. Provide price for the following FAR 52.212-1. Instructions to Olterors-Commercial Items; FAR 5272 Line Item: 0001. Conflict Management Training Class one day in length 3. Olleror Representations and Certifications Commercial Items (Otterpy

for 20-25 persons, Quantity. 40, Unit Issue- Each, Amount $ .. Total shall include a completed copy. Copies are available upon reses U.S. Government Printing Office, Attn: Bid Section, Room 8104, $, . . The Covernment will adjust offers proposed on a per student from Rhonda Propst or Lisa Poe at the below phone number !!

Stop: PPSB, North Capitol & M Streets, NW, Washington, DC 20401 price to the maximum number of students per class as identified 52.212-4. Contract Terms and Conditions Commercial Items & 1-ENVELOPES SOL C339-S POC Stuart Friedman (202) 512-0310

in the below SOW. STATEMENT OF WORK: Introduction: The National 52.212-5, Contract Terms and Conditions Required to implement Site Single award term contract for the period 05-01-99 to 04-30-00. White

Archives and Records Administration (NARA) has an immediate need and Executive Orders-Commercial Items; FAR 52.222-26, Equal Oppo House envelopes, sizes 108 x 171 mm (4.1/4 x 6-3/4"), 105 X 241

to acquire Conflict Management Training services for approximately, tunily, FAR 52.222-35, Attirmalive Action for Special Disabled and Vedan mm (4-1/8 x 9-1/2") with and without window, printing one ink color,

800 personnel. The training shall be conducted at NARA locations Era Veterans, FAR 52.222-36. Affirmative Action for Handicapped Hackers Anticipating 510 8 orders for approximately 5,000 to 500.000 envelopes

(specified below) in Washington DC. College Park MD, and Suitland and FAR 52.222-37, Employment Reports on Special Disabled Veterans per order. Operations include film making, printing, packing labeling,

MD. SCOPE: The Contractor shall: A) Provide up to a maximum of and Veterans of the Vietnam Era; FAR 52.232-33, Mandatory Intermater and delivery. Copy pick up Washington, DC. Quality level III. Bid opening

40 separate one day Conflict Management interactive training classes for Electronic Funds Transfer Payment. In accordance with the anticipated during the month of March, 1999. Request bid invitation

(the Government makes no guarantee that all 40 classes will be ordered) this requirement is a SMALL BUSINESS SET-ASIDE. NO ORAL QUO" by letter to the above address. (W-343 SN278618)

at the locations specified herein between January 4. 1999 and June will be honored. The Government reserves the following rights ? 30, 1999 B) The number of participants per class will average between change scheduled date(s) of class(es) at no change in price per ca 20 10 25. The Contractor shall plan on Training and have on hand (ii) to use another source for any classes that have to be reschede sufficient training malenials for 25 participants per class. C) Provide ibe Contractor and the Government cannot mutually agree on? participants with skills necessary to: (1) Recognize conflict issues that new class date. 6.) to make multiple awards (award orders to 13 impact personnel performance: (11) Confront conflicts and problems in than one contractor); and (iv) to purchase training services for less a non-hostile manner; and (ul) Manage and resolve conflict effectively. than 40 training classes. Olferors shall include in its Quolation :

D) Ensure class participants learn how to: (i) Control their own anxiety, a minimum, the following: 1) Course syllabus, teaching methodowy U.S. Government Printing Office, Attn: Bid Section, Room B104,

lear, and anger; (ii) Actively listen to individuals and groups: (im) to be used and list of class handout material to be provided 10 Stop: PPSB, North Capitol & N Strets, NW, Washington, DC 20401

Identity and analyze conflicts and/or problems; (iv) Open discussions each participant; 2) Proposed course schedule for 40 separate pe - PAMPHLETS SOL Program C598-S POC Dorothy Williams. (202) and promote positive dialog; (v) Verbalize conflicts and problems; (vi) day classes between January 04, 1999 and June 30, 1999 with las!.* 512-0310 Single award term contract for period beginning 050199 Evaluate the causes of the conflict or problem; and (vii) Facilitate identified: 3) List of any Government equipment, equipment compat dalt'! and ending 043000 for Social Security Administration. Production area, and/or negotiate effective change to resolve the conflict and/or problem. requirements, and/or any special room arrangement (l.e. seating, tables assumed 100 km (62 mile) radius of zero milestone, Baltimore, MD. SCHEDULE: Classes shall be scheduled to start no earlier than 8:45 etc.) required to support the training classes: 4) Resumes of identiel Bidders outside area must furnish documentation of their ability to AM and end no later than 4:00 PM. The Contractor may schedule Instructors to include at least their experience, expertise, education meel schedule. Saddle-stitched pamphlets with self cover, 216 x 279 up to six classes per week for all three locations provided that not background and any unique skills or qualifications: 5) List of at leasi mm (8 * 11"), printing in two ink colors. Anticipating 6 to 8 orders more than two classes per week are scheduled at any single location. three past instructional efforts conducted within the last year in for approximately 64,000 to 72,000 copies of 28 to 60 pages per for planning purposes the estimated number of individuals requiring are technically similar to include at least the following: (a) Per! order. Operations include electronic prepress, film making printing. training are 196 at Archive's 1. 489 at Archives II, and 115 at the or Contract Name: (b) Name and address of contracting activity, to dinding, packing, and distribution. Copy pickup in Baltimore, MD. Deliver Suilland Records Center. Room availability (subject to change) at each Procuring Contracting Ollicer's Name and telephone number. (d) Cost: ! 1.0.b. destination/ship or mail to.b. contractor's city. Quality Level III. site for January to June is as follows: (1) Archives I.National Archives Number: (e) Type of Contract; (1) Period of performance and la Bret Bid opening anticipated during the month of March, 1999 Contractor and Records Administration, 700 Pennsylvania Avenue, NW, Washington, description of scope of work under contract; and 6) AB eredeti furnish paper. Request bid invitation by letter to the address above. DC 20408 For schedu'ing purposes, rooms are currently availabe for taken to the RFO requirements and include rational for men in (W-343 SN278630)

the following dates hervary 1-21. February 8-10 12 15:13


Page 18

This solicitation will be issued on CD, it will be the contracteis responsible ity to have the necessary copies reproduced. All interested parties should submit the following information (either in writing or by a ceremony (817) 782-5371))in order to obtain a copy of the solicitation Company stah Name, company address, phone number, FAX number, and point contact. (W-343 SN 278682)

award of the Phase MI project. The total project work consists of construction of ten—wo bedroom units (5 duplex buildings), twentysix--three bedroom units (13 duplex buildings), fourteen four bedroom units (7 duplex buildings), and four our bedroom handicapped units (2 duplex buildings). The Phase IV project, as part of the basic option, will also include the demolition of three duplex buildings (6 units), three-four plex buildings (12 units), and three-seven plex buildings (21 units). Demolition also includes removal of sidewalks and paved parking areas around the units. Also included in the demolition of these units is: removal of landscaping next to the buildings, abandonment of all underground utilities serving the units, and removal of the electrical overhead service from the units back to nearest service pole. Performance period for Phase IV is projected to be 365 calendar days. Phase

project magnitude is more than $10,000,000.00. The solicitation will be issued on or about 08 January 1999. Proposal closing date will be on or about 08 February 1999. This solicitation will be issued unrestricted. Interested offerors are asked to submit their company name, address, phone number, fax number, and whether they are a small, large, women-owned or disadvantaged business. You may fax your request to 813-828-3667. NO TELEPHONE REQUESTS WILL BE ACCEPTED. (W-343 SN278538)

to the USAKA/KMR facilities. Additionally, the Government believes that USAKA/KMR can acquire and ship to the power plant site domestically manufactured and produced replacement parts for the named construction materials more quickly than it can acquire and ship non-domestically manufactured and produced replacement parts. Therefore, the Government believes that use of the named domestic construction materials will insure a continuing supply of replacement parts that can be brought to the power plant site in the shortest reasonable time.

www.pod.usace.army.millebs.html Honolulu Engineer District Contracting Home Page

click here to contact the contract specialist via e-mail (W-343 SN278652)

USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180

3435 Y-LEASE OF ONE CUTTERHEAD, HYDRAULIC, PIPELINE DREDGE FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG DISTRICT AND ADJACENT DISTRICTS SOL DACW38-99-8-0015 DUE 020499 POC Contract Specialist, Alice W. Scott, 601/631-7906 Submission Notice No. 275915, dated December 1, 1998--14:01 is hereby postponed. A new issue and did opening date will be established at a later date, should this procurement be re-advertised.

http://www.muk.usace.army.mil/contract Vicksburg Consolidated Contracting Office Home Page

Alice W. Scott (W-343 SN278539)

Michigan Department of Environmental Quanity, Environmental

Response Division, 300 S. Washington, Lansing, Michigan 48913 Y CONSTRUCTION OF STRUCTURES AND FACILITIES SOL 761 1 99039 AGY DUE 011399 POC Cyrell Baldwin (517) 373-0552 Michigan DEQ. Environmental This project is a lederally funded environmental remediation to be performed at the Wash King Superfund site in the state of Michigan. There will be a mandatory walk-through inspection on December 21, 1998 at 1:00 PM local time at the Pleasant Plains Township Hall, 8th Street East of Michigan Ave, Baldwin, MI. All bidders must be certified by the Michigan Department of Civil Rights for compliance with State of Michigan Equal Employment Opportunity requirements prior to submission of bids. A copy of the bidder's valid certificate of compliance or awardability shall be submitted with the proposal. Documents may be obtained from Baib Doughty, MDEQJERD/CPU; Knapps Centre. 300 S. Washington, Lansing, MI 48913, Phone (517) 335-6919

baldwinc@state. mius Click here to contact the contracting official by e-mail. (W-343 SN278663)

Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,

SC 29419-9010 Y-6-17 SQUADRON OPERATIONS/AIRCRAFT MAINTENANCE ENIT NA 3 & 4, CHARLESTON AIR FORCE BASE, CHARLESTON, SC SOL N6246?. '14 97-R-1091 DUE 021199 POC Contract Specialist: Deborah Taylor, 021201. Contracting Officer: W ) Anonie. Code 0212. THIS SOUCITATOK SP IS HEREBY BEING ISSUED ON AN "UNRESTRICTED" BASIS MIN FULL AND OPEN COMPETITION. The Base Bid includes demolition of 2014 existing facilities (Buildings 702, 706, and 710) and coastrata two Squadron Operations/Aircraft Maintenance Unit Facilities, sen met way, and incidental related work. The Government will award a cratxe resulting from this solicitation to the responsible proposer whose pramus conforming to this solicitation will be the "BEST VALUE" to the Goverment price and technical factors considered. Proposers will be relean ! TO on: (1) Past Performance, (2) Technical Qualifications, (3) Management and Control and (4) Small Business Subcontracting Elfort. The divertirent reserves the right to reject any or all proposals at any time po KSES to award: to negotiate with any or all proposers, 10 award the corda to other than the proposer submitting the lowest total price, in man to award to the proposer submitting the proposal determined *** Government to be the most advantageous to the Government PROPOSZOS 270 ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proces als should be submitted initially on the most FAVORABLE terms. Pic21225; should not assume that they will be contacted or allorded an oppcter to qualify, discuss, or revise their proposals. FIRMS SUBMITTING TO. NICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED FOR SPEC FICATIONS: There is a $130.00 Non-Refundable Charge of Specifications. To obtain Specifications you may CHARGE your request to a VISA, MASTER CARD, OR DISCOVER CREDIT CARD or mate compat check payable to "SUPERINTENDANT OF DOCUMENTSʻ and send the THE DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCH, SUITE “B”, 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-IS PLEASE INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTACİL. SUPPLIER, ETC. PLEASE INCLUDE: (1) A POINT OF CONTACT, 2A TELEPHONE NUMBER AND (3) A FAX NUMBER. If problems arise concert your request, call RONNIE MITCHUM at 8437743-4040. To oblan! plan holders list FAX your request to 843743-3027. Plan Holders is will be mailed. We cannot tax plan holders fist. For inquiries Proposals Due or Number of Amendments issued, contact Sesa crni at 843/820-5775. Technical Inquiries must be submitted in orto 15 days before Proposals are Due to the address listed above. U taxed to 843/820-5853. Attn: Deborah Taylor, Code 021201. Estimatet cost is between $10,000,000.00 and $15,000,000.00. Estimated dura 100 mg of the contract is 555 days for completion. The Standard Industra Classification Code for this solicitation is 1542: General Contratti Nonresidential Buildings. Other Than Industrial Buildings & Waren Berg The size amount is $17,000,000.00. (W-343 SN278694)

U.S. Postal Sorvice, Kansas City Facilities Service Office, 6800

W. 64th St., Suite 100, Overland Park, KS 66202-4179 Y-NEW CONSTRUCTION LEASED AT FAIRMONT MN SOL 19304599-A-0118 DUE 020299 POC Ruthann Coburn 913/831-1855 Ext 469 for leasing questions; John Luttig 913/831-1855 Ext 427 for technical questions; Martin Thompson 651/224-4831 for design questions. US Postal Service is soliciting for proposals to construct and lease back a 7,372 sf net interior building on a 75,210 st controlled site in Fairmont, Minnesota. DAVIS BACON WAGE RATES WILL APPLY. Alter December 17, 1998, plans and specifications may be obtained for a NON-refundable fee from "Jorji" at Kelly Blueprint 8877 W 75th St, Overland Park, KS 66204-2275, telephone 913/341-2333. Contact Kelly Blueprint in writing for lists of planholders or by faxing your request to them at 913/341-7143. NO TELEPHONE REQUESTS WILL BE ACCEPTED. DO NOT CONTACT THE POSTAL SERVICE FOR PLANS AND SPECIFICATIONS OR PLANHOLDER LISTS. (W-343 SN278590)

USDA, Natural Resources Conservation Service, Formerly USDA, Soil Conservation Service, 75 High Street, Room 301, Morgantown,

WY 26505 Y-LITTLE WHITESTICK CHANNEL MODIFICATION, RALEIGH COUNTY, WEST VIRGINIA SOL NRCS-1-WV-99 DUE 021099 POC William Doerr or Beth Bishop (304)291-4486 Invitation for Bids will be available December 30, 1998. Requests for packages should be mailed to USOA, Natural Resources Conservation Service, AITN BETH BISHOP, 75 High Street, Room 301, Morgantown, WV 26505 or per fax no. (304)2914628 The work consists of: Construction of approximately .8 miles of channel work on Little Whitestick Channel. The work involves channel work, relocation of sewer lines and resurfacing of roads. Estimated price range is between $5,000,000 and $10,000,000. Estimated quantities of work are: CHANNEL: Clearing & Grubbing, 1LS; Miscellaneous Structural Removal, I LS: Temporary Seed. 192 LB. Straw Mulch, 15 IN; Silt Fence, 500 LF; Surveys, I LS: Mobilization, I LS: Excavalion, 69,000 CY; Earthfill, 19.130 CY; Cast in place concrete, 410 CY: Steel Reinforcement, 60.000 LB: Loose Rock Riprap. 4,600 CY; Grouted Rock Riprap. 3,300 CY: Contractor inspection. I LS: Precast Reinforced Concrete Box. 1.930 LF: SEWER RELOCATION: Special Full Material 30 CY: Gravity Sewer Pipe. 4.600 LF; Manholes & covers, 39 EA: Connections, 24 EA; Aerial Stream Crossing. 70 LF; Replace Existing Service Connections, 15 EA; Access Bridge, I LS; ROADWAY: Aggregate Base Course. 487 CY; Bituminous Material. 1.188 GA Guardrail. 300 LF; Combination Concrete Curb & Gutier, 150 LF; Temporary Structures for maintaining traffic, I ts; Trallic Control Devices, 14.375 UN: Flagger, 600 HRS; Temporary concrete Barriers, 200 lf: Electric Arrow. 180 DA; Warning Lights. 2.750 DA: Small Field Ollice and Storage Building. I 1S; Hot Mix Asphalt, 640 IN, Performance time is 650 calendar days. A prebid conference is scheduled for January 13, 1999, at 10:00 am Plan to meet at the City of Beckley Municipal Building. 409 South Kanawha. Beckley. WV. The conference will be conducted by Don Dodd, Contracting Officer's Technical Representative. (304)255-9225. There will be NO other scheduled pre-bid conterence. All responsible sources may submit a bid, proposal. or quotation which will be considered by the agency (W-343 SN278681)

US Army Engineer District, Honolulu, Building 230. Aun: CEPOD

CT, Fort Shatter, MI 96858-5440 Y-POWER PLANT, ROI-NAMUR ISLAND AND LIGHTING UPGRADE, KWAJALEIN ISLAND SOL DACA83-98-R-0045 DUE 01 1999 POC Jody Muraoka, Contract Specialist, (808) 438-8575 Correction: This action originally publicized in the CBD dated October 1, 1998, and amended on November 3. 1998, 'is subject to the Trade Agreements Act. The Government proposes to exempt from the application of the Trade Agreements Act to this acquisition the following construction materials: Engines and Controls, Generators, Governors, Switchgear and Controls (including SKV Circuit Breakers), Voltage Regulators, Frequency Controls. Protective Relays, Data Logging Equipment, Power Transformers (PTs), Programmable Logic Controls (PLCs), High Voltage Cables, Radiators, Air Compressors and Overhead Cranes. The Government proposes to restrict acquisition of the named construction materials to those manufactured or produced * in the United States, due to the Government's need for technical support

and service on extremely short notice in the event that any of the construction materials need technical support or service by manufacturer personnel alter installation. Once completed, the Roi-Namur power plant will be required to operate continuously, without interruption; and will power important and sensitive equipment that must be operational at all times. In the event that technical support and on-site technical service will be required from the original manufacturer or manufacturers of the construction materials, the Government may need to invite manufac. turer technical personnel to rapidly travel to USAKA/KMR to work with on-site technical personnel. Access to USAKA/KMR is often highly restricted due to security reasons and it has been the Government's experience that non-United States nationals have experienced delays in getting clearance to travel and work at USAKA/KMR. The Government believes that such delays may increase the risk that technical support

of, or repairs to, the power rant would be delayed, thereby increasing • the risk that the pow" w! fail to provide continuous power

92d Contracting Squadron W.110 Ent St. (Suite 200), Fairchild

AFB, WA 99011-9403 Y-REPAIR RUNWAY OVERRUNS AT FAIRCHILO AFB, WASHINGTON SOL F4561399R0004 DUE 021699 POC Contracting Officer. Es tar? Hicks (509) 247-4867: Purchasing agent, SSg! Nancy Chroniste! (503 247-4869 THIS SOLICITATION WILL BE ISSUED USING 100% ELECTRONIC PROCEDURES. NO PAPER COPIES WILL BE PROVIDED. The work in but is not limited to, repair runway overruns at Fairchild AFB, Wastegia Provide displace thresholds at each end of the runway. Remove stare and reinstall the existing anfield lighting to prevent damage due paving activities. Remove and replace the 2* Class A asphalt 28 @ 150' X 300') at each end adjacent to the touchdown slabs. As is to include repair and re-compaction of the existing base COLT* Remove and patch (with top course aggregate) approximately SY of gouged areas in the double surface treated areas. Overlay the entire surface treated areas at both ends (2 ends @ 850 X 300 with a single bituminous surface treatment. Repaint the chevron man ne? on the overrun area at each end and all other work spected the statement of work and drawings. This work will require coord***** with the contractor of an ongoing contract in the area, which requires thresholds to be displaced. Coordination is to ensure the thresholds are displaced at the same time to ensure displacement only acting once. This acquisition will use Best Value, Past Performance procesu ?3. The magnitude of this project is estimated to be between $100.000 CC and $250,000.00. Performance period for this project is 135 cute days. This time period is further broken out into three separate phases The first phase is 45 calendar days for submittals, the second and three phases is 45 calendar days each to occupy the work sitt und to physically accomplish the work on each end of the numaty Notice to proceed will be issued for all three phases. This located in a restricted of controlled area. This project is 100% *** stricted. The SIC Code for this acquisition is 1611. The dusress 97%

Operational Contracting, 1710 Burke Ave, Suite 100, NAS IRB,

Ft. Worth, TX 76127-6200 Y-CONSTRUCT NEW FAMILY READINESS CENTER SOL FA667599BA001 DUE 021999 POC Robert Waters or Carolyn Blake (817) 782-7832 Project DDPM 97-0017 construct a New Family Readiness Center Bldg 1767.Work includes but not limited to construction of a new 4000 s.l. building to include foundation, walls, rool, fixtures, HVAC, curbs. and electrical systems with related work Work is to be performed at The 301st Fighter Wing. NAS Fort Worth IRB. Texas 76127 The appropriate SIC code for this size standard is 1542 The Magnitude of this project is between $250,000 and $500.000. The type of contract awarded from this solicitation will be a firm Fixed Price". funds for this project are reserved and being held at HQ AFRC The Government reserves the right to cancel this solicitation either before or after bid opening, with no obligalion to the ofteror or the Government

standard is $17 million. Any responsible source may submit à proposal. th The solicitation will be available through the 92 Contracting Squadron We web-page at the following address www.fairchild at miligcons/ bere busopp.htm. However, unless otherwise notified, proposers will be required In to submit their proposals via paper copy. The solicitation will be available

on the Fairchild AFB Home page on or about 15 January 1999. Point of contact for this project is SSgt Nancy Chronister. She may be reached via e-mail at . mil. (W-343 SN278700)

tanks and 6 sewage litt stations, (5 with emergency generators). PROCEDURES: This request to interested parties is for gathering information and is a required component and systematic process to evaluate the mterested parties under the Air Force's utilities privatization program. In order to minimize costs both to potentially interested parties and the government, this notice is being issued to determine the interest and feasibility of proceeding with a formal request for proposals. Should insufficient credible interest be identified for a privatization action, # 45 highly likely that no formal solicitation will be issued SHOULD INTEREST BE DETERMINED SUFFICIENT, A FORMAL REQUEST FOR PROPOSALS MAY BE FORTHCOMING Small Business interests shall note the FAR Part 19 Standard Industrial Codes (SIC) and Sire Standards for the utility systems identified in this announcement Some, all, or any combination of the following may apply. SIC/SS: 4911/4Million (M) Mega. watt hours, 4922/$5M, 4923/$5M, 4924/500, 4925/$5M, 4931/$5M, 4932/ $5M, 4939/$5M 4941/$5M 4952/$5M, 4953/56M. 4959/$5M, 4961/ $9M, 4971/$SM. REQUESTED RESPONSE: Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length). The statement should include as a minimum the following criteria (14 capability and experience in ownership. operation, maintenance and construction of similar potable water and wastewater utility systems: 12) financial capacity to purchase, expand and operale the utility systems; (3) statement detailing the understanding of the obligation to serve in regards to continuous utility service: (4) statement detailing the legal right to serve own, operate and maintain utility systems within territorial laws and an understanding of any applicable federal, territorial and local utility laws, regulations or tranchise require. ments affecting utihties in the territory, and capability of complying with such requirements; (5) statement detailing the understanding of ? federal, territorial and local environmental laws and regulations and familiarity and experience with environmental compliance procedures and regulations for the Temtory of Guam and the U.S. Environmental Protection Agency. Elaborate proposals or pricing information is neither required nor desired Under no circumstances will cost data for the existing systems be provided. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. If a sile visit and the provision of addilional data are later determined necessary, notifica'tion will be provided by way of an amendment to this announcement. # should be noted that the RFIS for dillerent utility systems may be issued in the same time frame. A separate response to each RFI is required. The point of contact is Ms.' Norma Reyes, 1671)366-2921.

norma.reyes@guam, andersen, al mil martin.delaney@guam ander sen al mil 36th Contracting Squadron (D-342 SN278461)

92d Contracting Squadron W. 110 Ent St. (Suite 200), Fairchild

AFB, WA 99011-9403 Y-REPAIR RUNWAY KEEL AT FAIRCHILD AFB, WASHINGTON SOL

54561399R0005 DUE 021699 POC Contracting Officer: Barbara Hicks 0 (509) 247-4867; Purchasing Agent. SSgt Nancy Chronister (509) 247. @4869 THIS SOLICITATION WILL BE ISSUED USING 100% ELECTRONIC

PROCEDURES. NO PAPER COPIES WILL BE PROVIDED. The work includes

but is not limited to, repair runway keel at Fairchild AFB, Washington, pe Repair approximately 5.975 linear teet of silicone joint sealant. Repair for approximately 2,187 linear feet of cracks in airteld rigid pavement.

Repair approximately 375 square feet of minor, spalis in rigid airfield pavements with concrete patches. Repair approximately 165 square feet of minor spalls in rigid airfield pavements with silicone joint sealant and all other work as identified in the statement of work and drawings. This acquisition will use Best Value, Past Performance procedures. The magnitude of this project is estimaled to be between $100,000.00 and $250,000.00. Performance period for this project is 95 calendar days. This time period is further broken out into two separate phases. The first phase is 45 calendar days for submittals; the second phase is 50 calendar days for the contractor to complete the physical portion of the work. A Notice to proceed will be issued for both phases. This work is located in a restricted or controlled area. This project is 100% unrestricted. The SIC Code for this acquisition is 1611. The business size standard is $17 million. Any responsible source may submit a proposal. The solicitation will be available through the 92 Contracting Squadron web-page at the following address www.fairchild.at milligcons/busopp.htm. However, unless otherwise notified, proposers will be required to submit their proposals via paper copy. The solicitation will be available on the fairchild AFB Home page on or about 15 January 1999. Point of contact for this project Is SSgt Nancy Chronister. She may be reached via e-mail at . (W-343 SN 278705)

General Services Administration, Public Buildings Service (PBS), Upstate Property Management Conter (2PMC-U), James M. Hanley Foderal Building & Courthouse, Room 1350, 100 South Clinton

Street, Syracuse, NY, 13261-7005 I-SPACE ALTERATIONS, V.S. COURTHOUSE, BUFFALO, NY SOL CSO2P99PWC0153 DUE 01 1499 POC Denise Singletary, Contract Specialist, Phone (315) 448-0922. far (315) 448-0929, Email denise si-Mitchell Gasbarra, Contracting Team Leader, Phone (315) 448-0926, Fax (315) 448-0929, Email Previous synopsis for IFB GSO2P99PWC0153 for the U. S. Marshal's Space Alteration project at the Michael J.Dillon Federal Courthouse in Buffalo, New York is hereby amended as follows: Solicitation issuance date estimated for release on Tues, December 15, 1998, with the bid opening date tentatively scheduled for 1:30 p.m. local time on Thurs, January 14, 1999, at James M. Hanley Federal Building, Room 1475, 100 S. Clinton Street, Syracuse, NY. These dates represent a postponement of approximately one

http://eps. arnet.gov/cgi-bin/WebObjects/ EPS?ACode=P&ProjID=GSO2P99PWC0153&LocID=93 Visit this URL for the latest information about this notice

denise. si Denise Singletary (D-342 SN278447)

36th Contracting Squadron, Unit 14040, APO AP 96543-4040** 12 Y-CONSTRUCTION OF STRUCTURES AND FACILITIES SOL NA DUE 122998 POC Point of Contact - Norma B. Reyes, Contracting Officer. 671-366-2921, Martin F. Delaney, Contracting Officer, 671-366-3687 The Air Force seeks to identity responsible potential sources and obtain information in regards to privatization of utility systems in accordance with 10 USC 2688, Utility Systems: Conveyance Authority. The Commander of Andersen AFB is seeking interest and information specifically for the potential privatization of the potable water and wastewater utility systems at Andersen AFB. Guam. OBJECTIVE Should privatization result, the ownership of Andersen AFB's potable water and wastewater utility systems, operation and maintenance and obligalion to continue to provide utility service for an indefinite and ongoing period will transfer to a utility service provider. All responsibility for maintaining rehable utility service, including such items as environmental compliance, maintenance costs, major system renovations, construction, equipment, manpower and overhead costs will become the utility service provider's responsibility. It is intended that the privatization will ultimately reduce the Air Force's life-cycle costs for operating and maintaining the pot able water and wastewater utility systems and services. SYSTEM DESCRIPTIONS: The following is provided only to give an approximation of the see, scope and general description of the potable water and wastewater utility systems at Andersen AFB. Any numbers may be used for estimating purposes only. Andersen AFB's Main Base and Northwest Airfield properties cover an area roughly 8 miles wide and 2-4 miles long (24.5 square miles). Andersen AFB also includes two non-contiguous properties; the Harmon Annexes, which cover 2.8 square miles, are located along the west side of the Island about 4 miles south of Northwest Airfield: and the Marianas Bonins Annex, which includes Andersen South housing area and covers 3.8 square miles, is located about 4 miles south of the Main Base. The potable water and wastewater utility systems at Andersen AFB are currently owned, operated and maintained by the Air Force, military and civilian personnel. Andersen AFB produces its tolal potable water requirements and conveys the wastewater collected on Base to the Guam Waterworks Authority for treatment and disposal. Andersen AFB's potable water utility system includes the following: 9 ground water wells, chlorination and fluoridation equipment, 1 M20 stripper, 4 ground level storage tanks, 2 booster pump stations, approximately 481,000 finear feet of piping, ranging in size from less than 2-inches to 30-inches in diameter, 353 building services, 48 air relief atves, 717 main valves, f1 post indicator valves, 439 fire hydrants and 13 meters. Andersen's wastewater utility system includes the followng: 8 industrial grease traps, 12 oil water separators, approximately 280,000 tinear feet of piping, ranging in size from less than 4-inches 9 20-inches in diameter, 534 service laterals, 573 manholes, 10 septic

Bureau of Reclamation: Contracts Group. 1150 N. Curtis Road, 2*** Suite 100. Boise, Idaho 83706-1234 % 7-REPLACEMENT OF FOUR 8-INCH FILLING VALVES IN TIETON-OAM PENSTOCK GATE CHAMBER SOL 99-50-10-00030 POC Joe Prair: Contract Specialist at (208) 378-5139 The Bureau of Reclamation's Yakima Project has a requirement to install four Government-furnished 8-inch stainless steel valves, install tour Government-furnished 90-degree elbows and, furnish and install the associated insulating gaskets and dielectric kits at our Treton Dam location in Washington State Tieton Dam 15 located approximately 50 miles west of Yakima WA on U.S. Highway 12. Access to the work- site will be maintained by the Government as the area receives heavy snowlalls during winter months. The ambient temperature in the gate chamber where the work will occur is a constant 50 degrees F. The work area is located approximately 400 feet into the penstock tunnel in a very contined space. Due to the dam's design and our current reservoir operation constraints, the filling valves must be replaced while still under pressure. There is no method bi shutting off the flows to the valves for the repair work. These Filling valves are used to Will the larger penstock with lake waler prior to opening the main gates to the penstock. At full lake head, the pressure in hilling valves can reach 88 psi, however during lale February when the work is projected to take place, the pressure may be less than 88 pst as the reservoir level is lower at that time of year. Freezing of cryogenic-type procedures will not be an allowed method of bulkheading the pipes for the valve replacements. Only Mechanical methods will be considered. This is a technically-challenging. extremely risky requirement and Reclamation will require the services of a highly-knowledgeable contractor who has extensive experience in replacing valves in similar high-risk situations---confined work spaces, valves under pressure, etc. An RFO will be issued in late December or early January as a CD-ROM with paper copies of drawings representing the existing installation. The RFQ CD will also include digital photos of the work şile which will show the existing valves and the very limited amount of work space available for this requirement. It's anticipated that some concrete cutting and removal may be required to gain 'sufficient access to the valves and pipes for the replacement work. The valves will be required to be replaced one at a time for safety reasons. The RFQ will request that interested offerors submit written technical proposals detailing the olteror's proposed methods and equipment: references to contact for verification of experience with this type of requirement: proposed safety plan and procedures; tand, a proposed emergency plan/method to follow should the Contractor

lose control of the water How during the work Offers will be evaluated on the quality of their proposed work plan, the amount of successful past performance of similar work. The qualifications and experience of their proposed personnel, the quality of their proposed safely procedures, and price. Estim sled range: $25.000 to $100,000. All responsible sources may subiini ein wier, 'which we will consider. The CD will

Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240

East 9th St., Room 2179, Cleveland, OH 44199-2050 4-STABILIZE HARBOR BEACH LIGHTHOUSE FOUNDATION AT PORT HURON, MICHIGAN. SOL DICG83-99-8-3WF108 POC Audrey L. Overholt, Telephone (216) 902-6217. Provide all labor, materials, equipment, supervision and transportation required to stabilize Harbor Beach Lighthouse foundation, USCGC Bramble, Port Huron, Michigan. Work includes installation of sheet piling and placement of stone till and concrete around the foundation crib. Masonry repairs shall be included. Unit Work Items are: Brick Replacement and Stone Fill replacement. The period of perform. ance is 180 days after Notice to Proceed. Estimated range is $250,000.00 to $500,000.00. The SIC Code for this procurement is 1629. Size standard is $17,0 million. TELEPHONE REQUESTS ARE NOT ACCEPTED. There is a $30.00 charge for the plans and specifications. Make check payable , to the U.S. Coast Guard. Cashiers checks, money orders and company checks will be accepted. No personal checks will be accepted. Only written requests received along with the deposit will be accepted. The bid opening date has not been established. Please do not call to inquire when the bid opening date will be as your telephone call will not be returned. If you pay for the plans and specifications you will receive a copy of the solicitation package when it is available. This office has established a Procurement Information Line that provides information regarding projects currently on the street and open for bidding. The telephone number is (216) 902-6222 and a description of the project, solicitation number. location of the project, contract specialist and bid opening date will be provided.' If the solicitation that you are interested in is not included on the Procurement Information Line, that means that it is still not available. THIS IS AN UNRESTRICTED ACQUISITION BEING SOUCITED AND AWARDED UNDER THE SMALL BUSINESS COMPETITIVENESS DEMONSTRATION PROGRAM. ATTENTION: Minor

ity, Women-Owned and Disadvantaged Business Enterprises (DBE's)! 9 The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bond-1 ing Assistance Program (BAP) olters bid, performance and payment : bonds on contracts up to $1,000,000. DOI's Short-Term Lending Program (SILP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http:// osobuweb,dot.gov. (W-343 SN278545)

90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB,

WY 82005 I-ALERT IMAGE RENOVATIONS TO MISSILE ALERT FACILITIES (MAF) SOL F48608-98-R0024 POC Contact Capt Bailey, 307-773-6950. Contract Administrator The following item is changed: The solicitation date is to be on or about January 1, 1998 with an opening date approximately 30 caledar days after RFP issuance. Specific dates will be identified on the solicitation package. This solicitation and any amendments will be available only on the Internet. There will be no other pre-announcement of when the solicitation will be available on the Internet. It is the prospective party's responsibility to fod/ccess the solicitation and potential amendments. The internet trees for this solicitation is:

Issue No. PSA-2240; Friday, December 11, 1998

http://www.warren.af.mil/90sw/901g/cons.html. Once on the Contracting Home Page select Business Opportunities. (W-342 SN278450)

Contractor shall provide specific tons of cooling by required data else liquidated damages to be assessed. SIC Code 1711 applies. The cost range is estimated at $500.000.00-$1,000,000.00. Completion time is 120 days after Notice to Proceed. This solicitation is sued pursuant to the Small Business Competitiveness Demonstration Propan Bid documents will be available O/A 12/16/98. Bid opening date A 1/28/99. A non-refundable tee of $25.00 is required for each w package set requested. Only the following will be accepted: CERTINED CHECK, MONEY ORDER, OF CASHIER'S CHECK made payable to VA MEDICAL CENTER and LISTING THE SOLICITATION NUMBER. Checks shall be sent directly to CHIEF, A&MMS (90C), RLR VA MEDICAL CENTER, 140) Y 10TH ST. INDIANAPOLIS, IN 46202. Award is subject to available of funds. All responsible sources may submit a bid which shall considered by this agency. (W-343 SN278670)

C1(10) F110, OIC of Nadlac Contracts, Naval Wpns Sta Earle,

Bldg C-9, 201 Hury 34 South, Colts Neck, NJ 07722-5025 1-REPLACING WINDOWS AT BUILDING C-15 SOL N39849-99-M-0602 DUE 011299 POC Brian New (732) 866-2482 The Contractor shall provide all labor, materials, equipment and supervision necessary to replace windows on the west side of Building C-15. (9 units) The Contracator shall remove exisitng wood windows. Install anodized aluminum frames with mullions, projected sash and screens. Glazing shall be thermal insulated low E tempered safety glass. Windows frames shall have a clear anodized finish. The windows shall-match exactly the existing windows and be equal to or better than Rebco Series 2500 aluminum windows. Price range for this contract is between $25,000.00 to $100.000.00. The SIC code for this procurement 1541. The size standard is 17.0 million. This procurement is 100% SetAside for Emerging Small Business. All prespective contractors who wish to quote on this job must be registered in the Contractor Central Registration (CCR), lack of registration in the CCR database will make an offeror ineligible for award. Interest companies shall express as soon as possible. A limited number of specifications shall be made available on a first come sirst serve basis. RFQ's will be issued on Dec. 30, 1998. Performance period is for 60 Days after the date of receipt of a Notice of Award". NO COLLECT CALLS WILL BE ACCEPTED. Written requests only. FAX'd requests will be honored. FAX No. (732) 866-2482

http://www.usa.gov/procurement/index.html http://www.usal gov/ procurement index.html

(W-343 SN278546)

OUT THE NATIONAL CAPITAL REGION SOL GSI1P99MQD0013 DUE 020899 POC Delores Peterson/Patricia Taylor, 202-708-7431/202-708-7413 Multiple Award IDIO 8(A) Term Construction Contract with Limited Design Capabilities within All Locations throughout The National Capital Region published in the Commerce Business Daily on Monday, December 1, 1998 is hereby amended to read as follow: Request for Proposals Notice for Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract for Construction in the National Capital Region (NCR). Washington, DC Metropolitan Area. GSTIP99MQD0013. Issue Request for Technical Proposals (Phase 1): 01/07/99, Receive Technical Proposals: 02/08/99. Estimated Cost Range: $2,000.00-$6.000.000.00 per task order. Guaranteed Minimum: $100,000. Anticipated Maximum: $6.000.000.00. Time for Completion: 365 calendar days after award. Typical task order could contain some or all of the following: Modifications to architectural components including but not limited to: ceilings, walls. floors (including access floor systems), rooling systems, millwork, and wall coverings. Work also includes modifications and replacement of mechanical systems to include, but not be limited to: air handling units, environmental services, chillers, boilers, duct work systems and accessories, piping systems including pumps. HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. Work also includes electrical systems to include but not be limited to lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement. PCB removal and/or elevator work. The Government will award up to five (5) Indefinite Delivery Indefinite Quantity contracts under this solicitation. Each award will be for one year. There will also be four additional one-year options. The award of a firm-lixed price task order will result from Phase H of this solicitation. It is anticipated that future projects will be awarded on a task order basis to the one contractor (of the five awardees) who offers the lowest lump sum price. This is a competitive 8(A) negotiated acquisition. Proposals will be evaluated using a Two-Phase process. Phase I will be technical evaluation; Phase It will be for pricing. The Government intends to use the greatest value concept“ in making selections. The greatest value concept is a method of evaluating price and other related factors specilied in the solicitation, with the goal being to select the proposal that offers the greatest value to the Government in terms of performance and other factors. Phasel, Request for Technical Proposal (RFTP). contains Construction Contract Clauses. Labor Standards. Solicitation Provisions, Proposal Submittal Requirements and Evaluation Factors. This RFTP will be issued on of about 01/07/99. All requests for the RFTP must be in writing. Proposals shall be received in this office on or about 02/08/99. Specific date and time shall be specified in the RFTP. Only one proposal may be submitted by each ofleror. Offerors should submit proposals that are acceptable without additional explanation of information, as the Government may make a final determine regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may proceed to Phase II without discussion. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected to participate in Phase I and may discuss proposals with the offerors. The Government will evaluate, Phase 1 submissions to establish those within a "competitive range“. Only those firms within the competitive range will be invited by the Government to provide Phase II submissions, consisting of pricing (a lump sum price) and any special requirements defined in the specifications. Two factors will be considered: a technical evaluation factors and price. The elements that make up the technical evaluation factor, in order of importance, are (I) Experience and Past Performance of firm. (2) Qualifications and Key Personnel, and (3) Management and Technical Approach. The price factor is not as important as the technical evaluation factor. As proposals become more equal in technical merits, price becomes more important. Phase II. Specifications (Bidding Documents) will be available from the General Services Adminis. tration at no cost. Technical questions should be directed to the Contracting Officer, Michael J. Vrobel, al (202) 708-7853, extension 412. The proposed procurement listed herein is set aside for small business. The requirement is being solicited through other than full and open competition. Only certified. 8(A) firms serviced by the United States Small Business Administration, Washington District Office. SIC Code 1542 will be eligible to submit a response. Responses should be mailed or delivered to the General Services Administration, National Capital Region, Bid Opening Room, Room 1065, Regional Office Building, 7th and D Streels, SW, Washington, DC 20407, THERE WILL BE NO PUBUC OPENING OF OFFERS.

SOLICITATION NO. GS11P99MQD0013 (W-343 SN278637)

Commanding Officer, USCG Civil Engineering Unit Cleveland, 1200

East 9th St., Room 2179, Cleveland, OH 44199-2060 2-REPAIR CAPE LOOKOUT LIGHTHOUSE SOL OTCG83-99-6-ON PIC Faye” Arnold, (216)" 902-6219 Provide all labor, material, equipment transportation and supervision required to clean the entire isterio brick wall, approximately 4662 SF, of Cape Lookout Lighthouse. Hattera. NC.. Repoint approximately 1075 SF of interior brick. Remove paint from upper interior bricks. Seal masonry cracks in the lighthouse ieterica brick wall. (Approximately 50 Linear ft.).Replace entrance door and "frame. 'Replace the generator soom door and frame. Replace and part ten (10) wood window units. Clean out vents and ventilator ball Install and replace screens. Paint new doors and frames. . Prep and maint the lighthouse exterior. Perform other associated work which we detailed in the specifications and plans. The SIC code assigned to This project is 1741. Estimated range of the project is between $25.000 and $100.000. There is a $15.00 non-refundable charge for this solicitation package. Payment must be in the form of a check or money order which is payable to the "U.S. Coast Guard". Written requests be accepted until supplies are exhausted. This office has a procurement information line which may be called for information on current mo opens. due dates for quotes, or amendments. The number is 216) 902-6222. This project is unrestricted and is not a set-aside. Allt Minority. Women-owned and disadvantaged Enterprises (DBEs)! The De partment of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bending Assistance Program (BAP) offers bid. performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable. The maximum line of credit is $500,000 with interest at the prime rate. For further information, call 532-1169. The internet address is: http://osdbuweb.dol.gov.W.34] SN278671)

Office in Charge of NAVIAC Contracts, Crane Division, Naval Surface

Warfare Center, Crane, IN 47522-5082 2_REPAIRS TO MONORAIL SYSTEM, BUILDING 3251 AT THE NSWC, CRANE, IN SOL N68950-99-0-3556 DUE 122898 POC for Plans and Specifications call Kathy Wallace, 812-854-5341 RFQ# N68950-99-03556, will be available approximately 18 December 1998, This is being procured under the Simplified Acquisition Procedures. Information regard. ing ordering plans and specifications provided at the end of this announcement. This work includes provisions of necessary labor, transportation, materials, supplies, equipment and supervision for repairs to monorail system including sway bracing, align electrical bars, and incidental related work at the Crane Division, Naval Surface Warfare Center, Crane, IN. The Standard Industrial Code (SIC) for this project is 1711. The related Small Business size standard is $7 million. Completion time is 90 calendar days after ' award. The proposed cootract listed here is set aside for Emerging Small Business. "A Payment Bond will be required for quotes over $25,000.00. To request solicitation package call Kathy Wallace, 812-854-5341 or fax request to 812-854-3800 POC for technical inquires call Tim Curry 812-854-3537. There is no charge for plans and specifications. Sincerely. DEBBIE DILLS Field Deputy for Small Business (W-343 SN278585)

Fred G. Acosta Job Corps, 901 S. Campbell, Tucson, AZ 85719 1-LIGHTING FIXTURE RETROFIT AND LIGHTING FIXTURE REPLACEMENT, HVAC CONTROL REPLACEMENT DUE 011299 POC Debbie Goll, Purchasing Specialist 520-792-3015 ext 132 Request for Proposals are being accepted for the LIGHTING FIXTURE RETROFIT, LIGHTING FIXTURE REPLACEMENT, and HVAC CONTROL REPLACEMENT at the Fred G Acosta Job Corps Center, 901 S Campbell Avenue, Tucson, AZ 85719. The project includes construction services in accordance with the Scope of Work, including retrofitting or replacement of existing light fixtures and related accessories with energy efficient light futures, and replacement of HVAC controls. Any interested parties may contact me at 520-792-3015x132 or email at for the Scope of Work packet. Scope of Work packet may be picked up at the Center, Monday through Friday. 9:00 a.m. to 4:00 p.m. A Pre-Bid Conference will be held at the Center, December 30, 1998 at 2:00 p.m. Proposals must be received by the Purchasing Office at the Fred G Acosta Job Corps Center by 2:00 p.m. January 12, 1999. The Fred G Acosta Job Corps Center reserves the right to reject any or alt bids to waive any or all informalities. Res-Care, Inc. is an Equal Opportunity Employer and operates the Center under contract with the U. S. Department Of Labor, Employment and Training Administration.

Fred G Acosta Job Corps Center (W-343 SN278631)

National Capital Region, 1100 Ohio Drive, SW, Washington, DC

20242 L-WINDOW INSTALLATION SOL 1443RQ300099015 POC Please ta requests to Randy Ellert 202-485-9720 Contractor to provide a labor material, equipment and the performance of work recessary to install new windows in the Arlington Old Administration Buldne. Arlington National Cemetery. Virginia. The magnitude of this project is between $25,000 and $100.000. This request for quotation and subsequent award will be made pursuant to the Small Business Competi tiveness Demonstration Program. Project documents must be submitted in writing by letter of facsimile at 202-485-9720. No phone requests will be accepted.

http://www.nps.gov National Park Service Randy. National Park Service (W-343 SN278676)

Contracting Officer, RLR VA Medical Center, 1431 West 10th Street,

Indianapolis, IN 46202 1- EXPAND COOLING TOWER/RETROFIT SOL 583-26-99 DUE 012899 POC Billy J. Cooper. Contracting Officer. 317/554-0047 Contractor shall provide all labor, tools, equipment and materials necessary to Construct (2) two free standing cooling tower cells. This includes construction of concrete basin and well as shown on the plans, Contractor shall also change out existing cooling tower full from (3) three existing cooling tower cells. Also, install drift eliminators for the (2) new cells and also the (3) existing cells. Work also includes condenser water piping, valves, and strainer installation Contractor shall perlorm startup, test and training necessary for system operation. Work also includes electrical tie-in for MCC sections and associated interconnected wiring with cooling tower as well as lighting. Work also includes sile utility work and asphalt paving. Contractor to provide warranty of ana vaar

Director of Strategic Systems Programs, 1931 Jefferson Davis

Hury, Arlington, VA 22202-3518 2- FACILITY CAPITAL MAINTENANCE IN SUPPORT OF TRIDENT POC Thomas L. Heilig. SPN-62 (703) 607-5362: Contracting Officer. Gerard f. Miskelly. SPN-60 (703) 607-5361 Capital Maintenance of facile at the Naval Industrial Reserve Ordnance Plant, Sunnyvale, CA and the Santa Cruz facility. Santa Cruz, CA, in support of the TRIDENT I (05)Missile Program. Negotiations will be conducted with Lockheed Martin Missiles and Space, P.O. Box 3504, Sunnyvale, CA 94088-3904, the contractor having custody of the property and use of the facilities on which the work is to be prformed. Interested parties should con$! Lockheed Martin !!!OBS Cace at the above address. *******

GSA, DC South Service Delivery Team (WPK), 7th & D Streets

SW, Room 2670, Washington, DC 20407 1- MULTIPLE AWARD 101Q B(A) TERM CONSTRUCTION CONTRACT WITN LIMITED DESIGN CAPABILITIES WITHIN ALL LOCATIONS THROUGH

Program and is open to large and small business participation. All responsible sources may submit a bid, which will be considered by This agency. No telephone requests: only written requests receiver directly from the requester will be accepted; however, FAX requests may be sent to (305)278-6704. (W-343 SN278711)

146AW, Base Contracting Office, Channel Islands Ang Station,

119 Mulcahey Drive, Bldg. 119, Port Hueneme, CA 93041-4011 1-INSTALLATION: FALL PROTECTION SYSTEM SOL DAHA04-98-R-9001 DUE 120998 POC Joel W. Howard, MSG, CA ANG Phone: 805-9867970. Fax: 805-986-7946 Solicitation DAHA04-98-R-9001, Fall Protection System at Channel Islands Air Guard Stationis cancelled in it's entirety effective 9 December 1998.

at mil al.mil (W-343 SN278727)

- EFA Clersapeake, Washington Navy Yard, Building 212, 901 M

Street, SE, Washington, DC 20374-5018 K-WHOLE HOUSE REPAIRS, CARPENTER PARK, NAVAL AIR STATION, PATUXENT RIVER, MARLAND SOL N62477.98-R-3026 DUE 012099 POC Belinda Leapley. Contract Specialist, (202) 685-3167 The work includes but is not limited to, renovating 80 three bedroom and four bedroom units for the base requwe ment, and renovating 80 exterior front porches adjacent to the dining rooms, 20 three bedroom and four bedroom units, and 20 exterior front porches as prepriced options. The work for the base requirement shall include but not be limited to demolition of most interior partitions, removal of stairs, doors, windows, exterior walls, portion of roof, plumbing, duct work, electrical systems, and mechnical systems; and removal of asbestos material and lead based painted surfaces. The new work shall include, but not be limited to, new partitions, doors, windows, ductwork, plumbing, electrical systems, interior finishes, minor roofing work, and other incidental related work for complete and usable units. The estimated cost range is between $5,000,000 and $10,000,000. This solicitation is set-aside for small business. The SIC Code is 1552. This procurement will be conducted utilizing source selection procedures. Award will be based on best value to the Government considering the price and non priced evaluation factors stated in the solicitation. This procurement will be conducted in two phases. Phase 1 shall be the written information stated in the solicitation, including relevant experience and past performance information. Information submitted under Phase I will be evaluated on a basis of acceptability. Only those offerors providing an acceptable response to Phase I will be elibible to move onto Phase II. Phase Il consists of oral presentations to the Government and the offeror's Price/Cost submission. The Contracting Officer may limit the number of proposals elibible to move onto Phase II to the most highly rated offers in the competitive range. Therefore, the Contracting Officer may limit the number of proposals in the competitive range to permit efficient competition among the most highly rated proposals. Ofterors included in the competitive range will not be eligible for award unless an oral presentation is presented. The solicitation will be issued on 28 December 1998. Phase 1 submissions are due on 20 January 1999. Submission of Phase II is approximately 2 weeks later. Ofterors are urged to attend the Pre-Proposal meeting and site visit scheduled for 11 January 1999 at 10:00AM local time. The exact location and more information is in the solicitation. A non-relundable charge of $59.00 per solicitation package is required and checks should be made out to the U.S. Treasury. Solicitations may be picked up or requested in writing to the Defense Printing Service Detachment Office, Attn: Kevin Gable, 901 M Street, Building 143-1, Washington Navy Yard, Washington, DC 20374. Requests for planholders lists must be made separately and will be mailed. You may obtain information and updates on this solicitation by accessing EFA homepage at www.navy.mil homepages/efac.

bileapley@etaches, naviac.navy.mil ERROR--(W-343 SN278692)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 10-OVERHAUL PARTS KIT, BREECK BOLT (MOD' TO PREVIOUS CBD SYNOPSIS DATED DEC, 1, 1998) SOL SPO7409905726 DUE 012799 POC For 'Into Only, P.O.C. - Name: E. Hayden Phone: 614-692-4727. Fax 614-692-3734 'This is a modification to previous CBD Synopsis to correct response date from 01/27/98 to 01/27/99. Everything else remains the same. All responsible sources may submit an offer/quote which shall be considered. NSN 1005-01-310-7394, Overhaul parts Kit, Breech Bolt. 1A/W General Dynamics (05606), Advanced Ordance (077H9) or Saco Defense (26978) part numbers 8838329. 208 KT to be delivered to New Cumberland PA and 481 to Lathrop CA 90 days after date of award. Please see Note(s):(26). This solicitation will be available on the Internet at http://www.dscc.dia.mil/rfa/, 15 days after this notice is published in the CBD Requests for hard copies of this solicitation will not be accepted. Specifications, plans or drawings are not available. this acquisition is for supplies for which the Government does not possess complete, unrestrictive, technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(c)(1)Approved sources are: General Dynamics (05606). Advanced Ordance (077H9) or Saco Defense (26978). While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.

http://www.dscc.dla.mil/ita dscc sol, on the web site. (W-343 SN278621)

Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240

East 9th St., Room 2179, Cleveland, OH 44199-2060 2-REMOVE 4 PROPANE GAS FIRED 100.000 BTUM HIGH INTENSITY INFRA-RED MEATER AND REPLACE WITH NEW. SOL DICG83-99-Q-3WF066 POC Faye Arnold. (216) 902-6219 Provide all labor, material, equipment, transportation and supervision required to remove four existing propane gas fired 100.000 BIUH high intensity infra-red heaters and replace with four new propane gas fired low intensity intre-red Tube heaters, The work will include relocation of propane gas piping and electric conduit. The project is located at USCG Group Eastern Shore. Chincoteague. VA. The SIC code assigned to this project is 1711. Estimated range of the project is between $25,000 and $100.000. Written requests will be accepted until supplies are exhausted. Requests may be faxed to the Contract Specialist, Faye Arnold at (216) 902-6277 or 6278 Please be sure that the solicitation number is included and that your address is legible. This office has a procurement information line which may be called for information on current bid opens. due dates for quotes, or amendments. The number is (216) 902-6222. This project is unrestricted and is not a set aside. Attn: Minority. Women-owned and Disadvantaged Enterprises (DBE)! The Department of Transportation (001), offers working capital financing and bonding assistance for transportation related contracts. DOI's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (SILP) oflers working capital financing in the form of lines of credit to finance accounts receivable. The maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. The internet address is: http://osdbuweb.dol.gov. (W-343 SN278744)

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA), Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 10_HANDLE ASSEMBLY SOL DAAE20-99-R-0033 POC Contract Specialist: Pam Canterbury (309)782-4275, PCO: Dave Elliott (309)782-3814 DESC: HANDLE ASSY, NSN: 1005-01-206-0171, Part Number 9338155, The item to procure is a HANDLE ASSEMBLY ON THE MI ABRAMS TANK Requirements are = 180 EACH WITH FOUR 100% EVALUATED OPTIONS. FOB is DESTIMATION. For use on the MI ABRAMS, Estimated issue date is 11 JAN 99. This solicitation will be issued electronically in accordance with FAR 4.501, 5.102(a)(7) and 14.205-1(c) therefore hardcopies will not be provided. Vendors wishing an electronic copy may download it on or after the issue date by accessing the following address via the internet: http://www-acalal.ria.army." mil/ACALA AAIS/ AAIS hem. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening receipt of proposals may render your bid or proposal nonresponsive and result in the rejection of same. The proposed contract will include a 4/100 percent EVALUATED options. Proposed contract is 100% small business set-aside. (W-343 SN278654)

Supplies, Equipment, and Materials

Commanding Officer, USCG Civil Engineering Unit Miami, 15608

SW 117th Ave., Miami, FL 33171-1630 I-REMOVAL OF WASTE WATER TREATMENT PLANT, WATER TREATMENT PLANT AND CONSTRUCT A FORCE MAIN AND LIFT STATION SOL DICG82-99-B-3WCA 12 POC Elizabeth Phillips, (305) 278-6723 PRE-SOLICITATION NOTICE: Work will include furnishing all labor, tools, equipment and materials required to construct the force main construct the submersible lift station at Coast Guard Base Mayport; and construct the saterline extension, including all demolition of existing wastewater treatment plant and water plant equipment, accessories, and electrical work required to connect to existing utilities and construction as specified. The estimated price range is between $100,000.00 and $250.000.00. The solicitation will be issued pursuant to the Small Business Competitiveness Demonstration Program and is open to large and small business participation All responsible sources may submit a bid, which will be considered by this agency. Bid guarantee, payment and performance bonds are required. This solicitation is being issued pursuant to Small Business Competitiveness Program and is open to large and small business participation. All responsible sources may submit a bid, which will be considered by this agency. No telephone requests; only written requests receiver directly from the requester will be accepted; however, FAX requests may be sent to (305)278-6704. (W-343 SN278699)

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 10-HOSE ASSEMBLY SOL DAAE20-99-R-0027 DUE 012399 POC Irene Mawson (309) 782-3810, PCO: Dave Elliott (309) 782-3814 DESC: 472001-191-4036, Part Number 12321506, The item to procure is a Hose Assembly. The Hose Assembly is a stainless steel component of the Mi Tank. The Assembly is "2" shaped, approximately 17 inches by 10 inches. The steel

. lube is about 1 inches in diameter with a l inch Hex connector on each end. Requirements are 126 first year and aprox. 133 the next four years, Hose Assembly. FOB is Destination. for use on the Mi Abrams Tank. Estimated issue date is 1998 Dec 23. This solicitation will be issued electronically in accordance with FAR 4.501, 5.102(2)(7) and 14.205.1(c) therefore hardcopies will not be provided. Vendors wishing an electronic copy, may download it on or alter the issue date by accessing the following address via the internet: http://www-acalal.cia.army. mi/AČALAJAAIS/AAIS.htm. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidders mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for bid opening/receipt of proposals may render your bid or proposal nonresponsive and result in the rejectior of same. (W-343 SN278690)

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 10-CLAMP ASSEMBLY, MUZZLE. NOTE: USE ASTM E1444 WO MIL1-6868, AND/OR SOL SPO760-99-0-3427 DUE 010499 POC Contact: NAMEKAREN BANE@DSCC DLA MIL PHONE-614-692-1373 FAX NUMBER-614692-4672 PR-NO: YPC98314000334 NSN 1005-00-754-5291, CAGE 19204 Part No 11010336 CAGE 19205 Part No 11010336 clamp Assembly, muzzle. VANW army Dwg 11010336. CAGE 19200 55 - A Del to New Cumberland PA 17070 Del by 05 Oct 98 or deliver within 90 days alter award. 83 EA Del to Hill AFB UT 84056 Del by 03 Jan 99 or deliver within 90 days aller award. All responsible sources may submit an offer/quote which shall be considered see NOTE(S): 1, 26. This solicitation will be available on the internet at http:// WWW DSCC DLA MIUITQ/. 15 days after this notice is published in the CBD, requests for hard copies of this solicitation will not be accepted. The small Business size standard is 1000 employees, written requests for drawings are to be submitted to Delense Supply Center Columbus, attn: DSCC-VICD. PO Box 3990 Columbus, OH 43216-5000; by FAX (614) 692-2998 or call (614) 692-2344. Requests should include the IFB/RFP/RFQ number. opening/closing date, NSN, purchse request number (E.G. YPC/YPE), buyer's name and your complete name and address. federal, Military and commercial specifications cannot be provided by DSCC. While price may be A significant factor in the evaluation of ollers, the final award decision will be based upon A combination of price, delivery, past performance and other evaluation factors as described in the solicitation all responsible sources may submit ofler which OCSC shall consider. (1-343 SN278562)

Commanding Officer, USCG Civil Engineering Unit Miami, 15608

SW 117th Ave., Miami, FL 33177-1630 2_REPLACEMENT OF VARIOUS ROOFS AT U.S. COAST GUARD BASE MAYPORT FLORIDA SOL DTCG82-99-B-3WCAI! POC Elizabeth Phillips, (305) 278-6723 PRE-SOLICITATION NOTICE: Work includes furnishing all labor, tools, equipment and materials required to replace builtup roof in three (3) buildings: accomplish electrical and mechanical work associated with roof-mounted HVAC. solar hot water collectors, and communications equipment remove and dispose of asbestos-containing materials associated with existing roots. The estimated price range is between $100,000.00 and $250,000.00. The solicitation will be issued pursuant to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. All responsible sources may submit a bid, which will be considered by this agency. Bid guarantee, payment and performance bonds are required. This solicitation is being issued pursuant to Small Business Competitiveness

12 Fire Control Equipment

V.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, ML 35898-5280 12_MODULE ASSY SOL DAAH23-99-0-0220 DUE 012599 POC Robbi Claybrook. Purchasing Agent (256)955-9204, Evelyn Harris-Kelley, Cor tracting Officer (256)955-9208 THIS IS A COMBINED SYNOPSIS/SOLICITA TION restricted to Honeywell Inc, Albuquerque, NM 87113-2227. FO Origin with deliveries to Texarkana, TX 75507-5000. All responsible sources may submit a quote which shall be considered by the Agency. This requirement is currently unfunded. Awarded will be withheld pending receipt of sufficient funds. Note 122. A delivery order will be issued under the terms and conditions of Basic Ordering Agreement., DAAJ0996-G-0036. Quotation should be submitted to the buyer shown above no later than 25Jan99 for the following item: 12 each, NSN: 126001-201-9896, P/N: 8501526-901. Level of Preservation Packaging: A A. Items shall be preserved and packaged as coded below LAW MILSTD-2073-2C. MPAI: GX, CDMI: 1. PM/IN: 00, WM/IV: K3, CON: LU, CTNI: X, UCNII: ZZ, ICAVII: 00, LOPNIII: A. QUP: 001, ICQ:000, OPU VINID: M. Items preserved and packaged as above shall be packed JAW MIL-STD-2073-2C, Table IX, Code F. Special Markings in accordance with MIL-STD-2073-2C, Table X, Code 17,01& 39. The Government does not own specifications and drawings. The time required for approval of new supplies such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations by submitting a Source Approval Request (SAR) to AMCOM, AMSAM-AR-F-S/Ramon Campos(256)313-4909, Bldg 5681, Redstone Arsenal 35898-5280. The Authority and Justification for this Acquisition is 10 USC_2304 (1). (W-343 SN278664)

with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB. OK 73145-3015, FAX NUMBER (405)7395411. Electronic address for solicitation: http://www.linker-contracting.com/pkbizops/LAD/LADA/LADA.htm WARNING: Offerors electing to respond electronically via E-Mail/FAX should be aware that these means of communication are unsecure. See Note (s) Note 26. (1-343 SN278529)

U.S. Army Aviation and Missile Command, Acquisition Center Bilde

4488, Redstone Arsenal, AL 35898-5280 15-SHROUD ASSEMBLY, GEA SOL DAAH23-99-0-0192 DUE 012483 POC Robbin Claybrook, Purchasing Agent,(256)955-9204, Howard Uplan Contracting Officer (256)955-9226 THIS IS A COMBINED SYNOPSIS SOLID TATION restricted to McDonnell Douglas Helicopter Company, Wes Arizona 85215-9797. FOB Origin with deliveries to Texarkana, TX 75507 5000. All responsible sources may submit a quote which shall be considered by the Agency. This requirement is currently unlunded. Awarded will be withheld pending receipt of sufficient funds. Note 122. A delivery order will be issued under the terms and conditions of Basic Ordering Agreement. Quotation should be submitted to the buyer shown above no fater than 25Jan99 for the following item: 12 each, NSM:1960 01-268-0417, P/N:1-311140081-28. Level of Preservation Packaging. N B. Items shall be preserved and packaged as coded below A WIL. STD-2073-2C. MPA: 2D, CDMI: 1, "PM/III: 00, WMV: 00, CON 16, CTNI: X, UCNII: ED, ICNII: 00. LOPNIII; A, QUP: 001, ICQ:000,00 VUIB: 0. Items preserved and packaged as above shall be pacted JAW MIL-STD-2073-2C, Table IX. Code F. Special Markings in accordano with MIL-STD-2073-2C, Table X. Code 99. The Government does not own specifications and drawings. The time required for approval o new supplies such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations by submitting a Saw Approval Request (SAR) to АМСОМ, AMSAM-AR-F-S 2216 Campos(256)313-4909, Bldg 5681, Redstone Arsenal 35898-528L. The Authority and Justification for this Acquisition is 10 USC 2304 (1) (W-343 SN278672)

V.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 14-LONGBOW NELLFIRE M299 LAUNCHER SPARES SETS SOL DAAH0198-R-0395 POC Kim Floyd, Contract Specialist. 256/876-5532; Sarah Kerry, Contracting Officer, 256/876-1290 Amended--The Request For Proposal is hereby cancelled in its entirety. (W-343 SN278730)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15— FITTING ASSEMBLY SOL SP0475-99-0-S228 DUE 011599 POC Debrah Pratt/BD616/DSCR-JUPB, 804-279-6336, FAX 804-279-6078; Kim Ratliff, Contracting Officer. DSCR-JUPB, 804-279-4535, FAX, 804-2796078. see notes 1 & 26. End item application: F-14 Aircraft, PR number NPG98329000228, NSN 1560-00-762-9873. P/N A51G10584-1, REV "H". Grumman Aerospace Corp. Cage 26512. Specifications, plans or drawings relating to the procurement are not available and cannot be furnished by the Government. Other than full and open competition; more than one source: intended sources: Seanair Machine (63630). Richards G A & Co. (65789), Minuteman Precision Machine & Tool (50234). Critical item, origin inspection required IAW QAP 007. Delivery Schedule: FOB Destination 360 days ARO (Norfolk, VA 23511-3392). Best Value applies-

the final contract award decision may be based upon a combination 4. of price. past performance and other evaluation factors as described

in the solicitation. Solicitation will be made in writing. Anticipated award date: 02-15-99..

mil click here to contact the buyer via e-mail. (W343 SN278578)

15 Aircraft and Airframe Structural Components

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 15-FAIRING, NOSE SOL SP0460-99-Q-2479 DUE 010899 POC Contact: for copies of RFP/FB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, atta: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, cont act B. Walker/BE977/804-279-4003 Contracting officer D ale Cottrell 804-279-4914 PR-NO: YPG98286001801 NSN 1560-01-235-7907, lairing, nose 117-EA Del to Stockton CA 95296 Del 60 DARO 35 -EA Del to Cherry Point NC 28533-5001 Del 60 DARO unrestricted. OPL-FAR 52.209-1 OR 52.209-2-see NOTE 23. drawings, interim procurement descriptions and deviation lists may be examined or obtained from DSCR. All responsible sources may submit offer which DGSC shall consider. (1-343 SN278476)

US Department 01 Energy Albuquerque Operations Office, Contracts and Procurement Division, PO Box 5400, Albuquerque, NH 17185

5400 Mexico 87185-54. 15-CANCEL SALE OF DOUGLAS CO-9-1SF AIRLINER-FREIGHTEL SOL DE-RP04-99AL79529 POC Daniel J. Saiz. Contracting Officer, (505) 845 4225 The U.S. Department of Energy, Albuquerque Operations Office, has canceled the sale of the Douglas DC-9-15F “Combia Cargo-Passenge! Airplane. The sale of the airplane was published on October 29, 1994 The airplane will be transferred to the U. S. Department of Justc! to be used by the U.S. Marshall's Office. Should you have any questens please contact Daniel J. Saiz, Contracting Officer, at (505) 845-4275 Please reference solicitation number DE-RP04-99AL79529.

http://www.doeal.gov/cpd/AL79529.HTM SALE OF DOUGLAS CD-9-157 AIRLINER-FREIGHTER

Daniel J. Saiz, Contracting Officer (W-343 SN278735

Defense Supply Center Richmond, 8000 Jefferson Davis Highway.'

Richmond, VA 23297-5000 15-CAM, COVE LIP DOOR SOL SP0470-98-Q-R509 DUE 020399 POC Carl Allen 804-279-5007, fax 6478 or Vonda Melton 804-279-5969 NSN 1560-00-765-5201, Rights Guard applies. Export Control applies. When calling, please be prepared to state name, address and solicitation number. See note 26. All responsible sources may submit an offer which will be considered. (W-343 SN278579)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15-PARTS KIT FOR PAN ASSEMBLY SOL SP0475-99-Q-S227 DUE 011599 POC Debrah Pralt/B0616/DSCR-JUPB, 804-279-6336, FAX 804 279-6078; Kim Ratliff, Contracting Officer, DSCR-JUPB, 804-279-4535, FAX, 804-279-6078. see note 26. End item application: F-14 Aircraft, PR number YPG98329000281, NSN 1560-01-296-9751. P/N AS5BGSR) 1. Grumman Aerospace cage 26512. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Unrestricted, other than full and open competition, only one source. Intended source: Grumman Aerospace Corp cage 26512. Total Quantity 20 each. critical application item, origin inspection required. Delivery schedule: FOB Destination, 240 days ARO ( Norfolk, VA 23511-3392). Best Value applies the final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation, Solicitation will be made in writing. Anticipated award dale is: 15 Feb 1999.

mil click here to contact the buyer via e-mail. (W343 SN278596)

Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste Zag87a, Tinker

Air Force Base, OK 73145-3020 15_SEAL INFLATABLE LOWER RIGHT HAND SOL F34601-99-R-00723 DUE 012899 POC For copy. OC-ALC/PKXDA TINKER AFB OK 731453015, for additional information contact Christina Brice/Ladab/[40517392818 Item 0001 NSN 1560-99-891-9970EK P/N: WPE 261-0118-0004, P/N WPE261-0118-0002, PN: LE261-0104-0020, P/N LE261-0104-0016, Approx V shaped cross section, first end max w approx 14.00 in, second End max w 6.00 in., 12 holes 0.312 in. Dia, 6 holes 0.250 in. Dia, 218.410 O-a lg; Matl: Rubberized nylon fabric with an outer surface covering of teflon/nylon fabric. 20EA. Applicable to: B-16 Acht. Desin: Tinker Air Force Base, OK 73145-3020. Delivery:28 May 1999 10 ea 31 Dec 1999 10 ea May respond electronically at: FAX (405)739. 2817 or E-mail The approximate issue/ response date will be 29 DEC 1998. To: Boeing North American Inc, Seal Beach CA 90740-7644. To: Woodville Polymer Engineering Ltd. England Uk. No telephone requests. Only written or fared requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies of services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identily their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government, not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or the manulacturer meets qualification requirements at the time of award in accordance

Defense Supply Center Richmond, 8000 Jefferson Davis Mighway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO460990|197 DUE 122898 POC Cindy Sumner/8T964/JAPA/8042795990/FAX8042796504 NPG98338001243, NSN 1680999067665, cushion assy. backpad, noi! 26 applies, iaw Martin Baker Aircraft CO LTD. p/n MBEU146046. deway is 90 DARO, unrestricted, other than full and open comp (10 USC 2304(c)(1)(sole source) FAR 6.302-1, intended source is Marin Bauer Aircralt CO LTD. (W-342 SN 278441)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 15-PARTS KIT FOR PAN ASSEMBLY SOL SP0475-99-0-S227 DUE 011599 POC Debrah Pralt/BD616/DSCR-JUPB, 804-279-6336, fax 804. 279-6078: Kim Ratlill, Contracting Officer, DSCR-JUPB. 804-279-4535. Tax 804-279-6078. Modification to original notice 278596 daled December 9, 1998: Original notice stated item is other than full and open competition, only one source and plans, specifications, and drawings are not available. Correction: item is fully competitive and an unrestricted technical data package is available at DSCR for this NSN, Instructions for obtaining drawings are described in the solicitation document.

click here to contact the tiyer !W-343 SN278608)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16—REMOTE RETRIEVER SOL YPG98308000995 DUE 012298 POC Kathleen Peterson (804) 279-4684 Fax 6482 NSN 1670-01-052-3691. Remote Retriever, I & S Machine Co. Inc., Cage 34336, PAN 74145-1 10. Line Item 0001 Qly=101 each, Line Item 0002 Qty=44 each Origin Inspection W/A/W QAP 003 required. Delivery at destination, Parcel Post Address for line item 0001: Defense Distribution Depot Richmond, Bow Jefferson Davis Hwy. Richmond, VA. Parcel Post Address for line la 0002: FB4484, 305 Sups Lgs. Building 3101, Vandenberg Ave, Mccare AFB, NJ. Delivery Schedule 200 days ARO. Critical Ilem Application A written solicitation will be issued. Anticipated award is 01-29-92 The final contract award decision maybe based upon a combination of price, past performance and other evaluation factors as described in the solicitation Technical Data Package Availability: DSCR des NOI currently have an approved technical data package available this NSN. Please DO NOT Submit request to OSCR-VABA. All responsable sources may submit an offer which will be considered. Note 26 applies to this procurement. Submit request for solicitation to: Kathleen Petersen, BU715, by lar at (804) 279-6482. (W-342 SN278446)


Page 19

Detonse Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, ON 43216-6595 | 16- HASK, OXYGEN UFE SUPPORT EQUIPMENT SOL SPO920-99-QA103 DUE 122198 POC Contact: name-jim Jarvis PHONE-(614)692-7656 FAX NUMBER-(614)692-6910 PR-NO: YPE 98289000589 NSN 1660-00172-1368, mask, oxygen CAGE 53655 Part No 358-1501-1 44 -EA Del to New Cumberland PA 17070 Del by 23 Apr 00. 13 -EA Del to Lathrop CA 95330 Del by 23 Apr 00. Drawings not available. Other than full and open competition: part numbered item. Products offered clause applies. PR quantity: 57 each destinations: New Cumberland, PA 17070-5001, Stockton, CA 95296-0130 delivery schedule: 57 each IN 90 days set-aside type: unrestricted (sole source/single source) (No preference) size standard: 1000 all responsible sources may submit ofter which DESC shall consider. (1-343 SN278482)

tions, plans or drawings are not available. This acquisition is for supplies for which the Government does not possess complete. unrestrictive, technical dala; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: Frisby Aerospace (26437) and Northrop Grumman (26512). While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery. past performance and other evaluation factors as described in the solicitation

http://www.dsccidia.mil/d/ite search.html Defense Supply Center Columbus Solicitations on Web

John Defense Supply Center Columbus Buyer (W-343 SN278605)

follow-on contracts combined. Technical capability growth will be achieved through potential engineering change proposals for enhanced EGI capability. Global Air Traffic Management (GAIM), Navigation Warfare (NAYWAR), Joint Precision Approach Landing System (JPALS), and GPS Receiver Applications Module (GRAM). An Ombudsman has been established for this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns relative to this effort. The Ombudsman does not diminish the authority of the Program Director or of the Contracting Officer, but communicates the concerns, issues, disagreements, and recommendations of their sources to the appropriate Government personnel Potential offerors should use established channels to request intormation, pose questions, and voice concerns before resorting to use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the identity of his/her source of the concern. Serious concerns may be addressed to ASC's Ombudsman, Mr. Stephen 1. Plaisted, ASC/SY, BLOG 572, 1790 10th street, Room 102.01, Wright Patterson AFB OH 45433-7017 Potential ofterors are invited to contact Mr. Plaisted, with serious concerns only, at (937) 255-9095, or email at: ,mil, routine communication concerning this acquisition should be directed to ASC/SMYB (K) ATTN: Teresa Cochran 2145 Monahan Way (Bldg. 28, Room 131). Wright Patterson AFB. OH 45433-7017, or by phone at (937) 255-5101, EXT: 3569. See Notes 22 and 26. (W-343 SN278695)

19 Ships, Small Craft, Pontoons, and Floating Docks

Delonso Supply Center Columbus, PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 16–PISTON, LINEAR ACTUATING CYLINDER. END ITEM APPLICATION: S-3 AIRCRAFT. SOL SPO740-99-0-5740 DUE 012899 POC Contact: namejohn Lidonnice PHONE614-692-4711 FAX numbe R614-692-3734 PR-NO: YPC98295000594 NSN 1650-00-395-1426, CAGE 99643 Part No 29215 piston, linear actuating cylinder. Sterer Engineering and Manufacturing Co. Part number 29215. 31 EA Del to Jacksonville FL 32212-0097 'Del 220 days after date of award see NOTE 26 this solicitation will be available on the internet at http://WWW.DSCC.DLA.MIU Todis days after this notice is published in the CBD requests for hard copies of this solicitation will not be accepted specifications plans or drawings are not available while price may be A significant factor in the evaluation of offers the final award decision will be based upon A combination of price delivery past performance and other evaluation factors as described in the solicitation all responsible sources may submit an offer/quote which shall be considered all responsible sources may submit offer which DCSC shall consider. (1-343 SN278513)

Datense Supply Center Richmond, 8000 letterson Davis Highway,

Richmond, VA 23297-5000 16 CAM ROLLER ASSEMBLY SOL SP0475-99-0-S225 DUE 011599 POC Debrah Pratt/80616/DSCR-JUPB/804-279-6336, fax 804-279-6078: Kim Ratliff, Contracting Officer, DSCR-JUPB, 804-279-4535, fax, 804279-6078. see note 26. End item application: F-14 Aircraft, PR number YPG98327000190, NSN 1680-01-018-3189. P/N 180815-2. Curtiss-Wright Flight Systems, Inc. cage 71791, Cam Roller Assembly. Specifications, plans, or drawings relating to the procurement are not available and cannot be furnished by the Government. Unrestricted, other than full and open competition: only one source, intended source: Curtiss-Wright Flight Systems, Inc. cage 71791. Total quantity= 187 each. Critical application item, origin inspection required IAW QAP 008. Delivery schedule: FOB Destination 90 days ARO (I'ville, FL 32212). Best Value applies-the final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. Solicitation will be made in writing. Anticipated award date is: 15 Feb 99.

mil click here to contact the buyer (W-343 SN278606)

Defense Supply Center Columbus, PO BX 16595, OSCC-PBAB

Columbus, ON 43216-6595 16–COOLER, NYDRAULIC OI SOL SPO740-99-Q-5569 DUE 012599 POC Contact: namedee Schneider PHONE614-692-3483 FAX number-614-692-3574 PR-NO: YPC98327000724 NSN 1650-01-302-0181, CAGE 12536 Part No 11634-000 CAGE 72429 Part No 50490 cooler, hydraulic Dil, Aircraft. Hughes-tretiler Mfg Corp P/N 11634-000. 1 -EA Del to San Diego CA 92136-0000 Del 255 days after date of award see NOTE 26 this solicitation will be available on the internet at http: WWW.DSCC.DLA.MIUrfQ/15 days after this notice is published in the CBD requests for hard copies of this solicitation will not be accepted the small Business size standard is 500 employees specifications plans of drawings are not available while price may be A significant factor in the evaluation of offers the final award decision will be based Upon A combination of price delivery past performance and other evaluation factors as described in the solicitation all responsible sources may submit an offer/quote which shall be considered all responsible sources may submit ofter which DCSC shall consider. (1-343 SN278519)

Detense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595

16-FILTER, FLUID, E C-S AIRCRAFT SOL SP0740-99-0-5861 DUE - 013199 POC for Information Only. Point of contact-Name: Joseph

Locke; Phone: 614-692-4740; FAX: 614-692-4672 NSN: 1650-01-2024896. Filter, Fluid, PTI Technologies Inc. (05228) Part Number 7587799. 101; Lockheed Martin Corp. (98897) Part Number 4H90403-1018. Quantity 15 each to be delivered to Lathrop CA 95330-0130: 18 each to be delivered to New Cumberland PA 17070-5001, 90 days after date of award. All responsible sources may submit an offer/quote which shall be considered. please see note 26. This solicitation is available on the internet al http://www.dscc.dla.millita. 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. The small business size standard is 1500 employees. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive, technical data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(I), approved sources are: Lockheed Martin Corp. (98897): PTI Technologies Inc. (05228).

http://www.dscc.dla.mil/ita DSCC Solicitations on the Web (W-343 SN278673)

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center • Aircraft Division, Patuxent River, MD 20670-5304

19-MULTI-PLACE LIFE RAFTS (MPLR'SSOURCES SOUGHT DUE 021599 POC Rachel Orosz, Contract Specialist(301)342-1825. ext. 147, FAX (301)342-1864, Nancy Kuzmick, Contracting Officer, (301)3421830, ext. 150 The Naval Air Warfare Center, Aircraft Division (NAWCAD) Patuxent River, MD is seeking test samples and information from potential sources for improved Aviation Multi-Place Life Ratts (MPLR) for helicopters and fixed wing aircraft. Sizes are 8. 12. and 20 man rafts. This request is for SAMPLES and INFORMATION for the purpose of establishing a Qualified Products List (QPL). Production procurements will be the subject of a future competitive procurement by NAVICP-Philadelphia that will be based upon this QPL Submitted rafts should be FAA TSO-C70a-certified, meet the requirements of the MPLR Performance Specification, be capable of stowage aboard naval aircraft, be capable of having a five year repack cycle with the repack being accomplished by a commercial source, utilize heat-seal technology, be reduced volume packed, have a zero-leak inflation system, and have a self-erecting canopy. Copies of the Performance Specification are available from Ms. Rachel Orosz. Code 2.5.4.2.2.3. Bldg 588. Suite 2, NAWCAD, 47253 Whalen Road Unit 588. Patuxent River, MD 20670-1463 at (301)3421825 ext. 147 or by e-mail to OroszRA@navain navy.mil. The rait assemblies shall consist of a carrying case with carrying handles and actuation device, an accessory container for U.S.N. survival items, and the raft. Companies responding to this request should submit three samples per raft size, a copy of the TSO certification, a copy of the raft folding procedures, and an estimated cost per raft in production quantities of both 500 and 1,000 to Ms. Rachel Orosz, NAWCAD Code 2.5.4.2.2.3 at the above address. Companies may submit for any or all of the above raft sizes. Responses should be submitted by 15 Feb 99 and reference this synopsis number on both the packages as well as on all enclosed documents. Interested companies should indicate whether or not they are a small, small disadvantaged, 8(a), or large business. Respondents must clarity of their firm can provide commercial or nondevelopmental items that could be modified to meet NAWCAD's needs. Please address all technical questions to either Mr. Charles O'Rourke, Code 4.6.3.2 at lax (301)342-9299 or e-mail orourkecr@navar navy.mil or lo Mr Mark Mergard, Code 4.6.1.2, at fax (301)342-8493 or email mergard mark%. Proprietary information MUST be marked as such, on a page-by-page basis. This announcement is NO a Request for Proposal nor does he Government intend to pay for any information / items submitted in response to this synopsis. Two of the samples will be relurned after testing while the data and one sample will be retained by NAWCAD. This synopsis does not commit the Government to award a contract.

OroszRA@navai navy.mil (W-343 SN278706)

Defense Supply Center Richmond, 8000 Jefferson Davis Mighway.

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO4609901502 DUE 010499 POC Debbie Court/BT96S/JAPA/8042793071/FAX8042794320 YPG98322000284, NSN 1615013069480, Shaft Assy. Pitch Control, Note 26 applies, IAW Sikorsky PIN 65395-07031-042, Unrestricted, Delivery is 60 DARO, Intended Source is Sikorsky. (W-343 SN278598)

20 Ships and Marine Equipment

ASC/SMYC. Attn: Contracting, 2145 Monahan Way. Bldg. 28. Ste

126, Wright-Patterson AFB, OH 45433-7017 16–{MBEDDED GLOBAL POSITIONING SYSTEMSINERTIAL NAVIGATION SYSTEM (EGI) SOL 733657-99-R-0025 POC Sue Ellitott, Technical Point of Contract, (937) 255-4140 ext 3540/Contracting Officer, Teresa Cochran, (937) 255-5107, dext 3569 The Common Avionics Directorate of the Subsystems System Program Office intends to award on a sole source basis follow-on contracts to Honeywell Sensor and Guidance Products, Clearwater, Fl; and Litton Guidance & Control Systems, Woodland Mills, CA for acquisition of the non-developmental ilem (NDI) Embedded Global Positioning System/Inertial Navigation System (GPS/INS), also called EGI,

ihe Army's AH-64, OH-58 and Special Operation Forces helicopters (Honeywell); the Navy's AH-IW.. F-14.. S-3 | ES-3A (Honeywell). F/A18 and, EA-6B aircralt (Lition); and the Air Force's F-15, 1-16. A10. KC-135, and the AFFIC ISPI (Air Force Flight Test Center Time Space Position Information) (Honeywell). Future platforms to include but not limited to the B-I, B-52, C-5, HH-60). ICH, LCAC. SH-60. T-38, UH-IN, and VUV; will be awarded based on a limited competition downselect process. These follow-on contracts will include NDI EGI integration units, missionization (modification) of software and hardware for platform-specific interfaces, integration/flight test support, lechnical support following missionization and integration ellorts, training. engineering studies, and data; plus continued production effort, including warranty, Contractor Depot Repair, spares, data, and foreign military sales. Production options will be exercised for a maximum of 60 months and a program unit maximum of 50UU L'ho production units for both

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6505 16-DISK, CLUTCH SOL SPO7409905851 DUE 123198 POC For Information Only, Point of contact, John Roeder 614-692-2652 FAX 614-6923734 NSN 3010-00-968-8760, Disk Clutch. In accordance with Frisby Op Grumman PN W2F24552. Quantity of 249 each to be delivered to Lathrop, CA. and 818 each to be delivered to San Diego, CA 150 days after date of award (1067 total). Solicitation is RFQ with anticipated award date of 1/14/98. Approved sources are frisby Aerospace (26437) and Grumman Aerospace (26512). Request for hard copies of this solicitation will not be accepled. All responsible sources may submit an offer/quote which shall be considered. The following notes are applica. ble, 11 and 26. Source inspection is required. Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days after this notice is published in the CBD. The Small Business size standard is 500 employees. Specifica

Delense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 20-SEGMENT, BOW SOL SPO76099R6026 DUE 020199 POC For Information Only, Point of contact, Bill Short. 614-692-2734, fax, 614692-3796 NSN 2040-01-307-5109. Segment, Bow. SMR Technologies, Inc. (OACHO) p/n 5749349-035 and Bell Avon, Inc. (66618) p/n 5749349035. Quantity of 9 each to be delivered to Tracy, CA in 120 days alter date of award; quantity co 6 each to be delivered to Norfolk, VA in 120 days after date of award. All responsible sources may submit an offer which shall be considered. See notes 12 and 26. Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days after this notice is published in the CBD. Specifications, plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price. delivery, past performance and other evaluation factors as described io the solicitation, (W-343 SN278656)

based upon a combination of price, delivery, past performance, and other evaluation factors as described in solicitation. All responsible sources may submit a quotation which shall be considered.

http://www.dscc.dla.mil/b/ifq Defense Supply Center Columbus Solicitations on the Web

Natalie mi) DSCC Contracting Officer (W-343 SN278604)

Department of the Navy, Naval Sea Systems Command, 2531.

Jefferson Davis Highway, Arlington, VA 22242-5160 20-SHIP AND MARINE EQUIPMENT SOL N00024-99-R-6216 POC Mrs. Linda S. Gewiss (SEA 02622). (703) 602-83067623 The Naval Sea Systems

Command will issue a sole source solicitation to Alhed Signal Corporation ? in Sylmar, CA to add approximately 152.946 technical and engineering

manhours to Contract N00024-96-C-6214 to increase the ceiling for FY99 and add an option for FY00. Allied as the original equipment manufacturer of the TB-23/BQ Thinline Towed Array and the TB-16F Towed Array is the only responsible source available that can satisfy the Navy's requirements in a timely manner without negative program/ schedule impact. The proposed procurement provides services, spares, and repairs in support of these production programs. See numbered note 22 (W-343 SN278741)

Defense Supply Conter Columbus, PO BX 10595, OSCC-PIN

Columbus, ON 43216-6595 28- CAMSHAFT, ENGINE. COLT INOUSTIES-S.E.M.T PIELSTICI I INOER SOL SPO760-99-Q-3542 DUE 012899 POC Contact: tamataro Beckwith PHONE 614-692-3455 FAX numbe R614-692-4387 PRAC YPC98225000524 NSN 2815-01-181-0796. CAGE 82796 Part No P1840*1 camshaft. Engine, used on colt Ind. model S.E.M.T. pietsto le Engine. Colt P/N P104077. No additional Tech data available a DS 3EA Del to Norfolk VA 23512-0001 Del by 28 May 99SL ET 26. All responsible sources may submit an offer/quole which shala

considered.copies of this solicitation are available at the office des i above or by taxing 614-692-2262 and will not be availande arti 3

days after this notice is published in the cod. this solicitate ad be available on the internet at http: I/WWW.DSCC.DLA MIUTA 15 686 after this notice is published in the CBO requests for her copet of this solicitation will not be accepted. Specifications, plans or

cop are not available.this acquisition is for supplies for which the government does not possess complete, unrestrictive, technical data therefore the government intends to solicit and contract with only approved sex under the authority of 10 V.S.C.2304(C)(1). APPROVED sources are GARH indurtries Inc (82796). All responsible sources may submit offer DCSC shall consider. (1-343 SN278556)

25 Vehicular Equipment Components

U.S. ARMY JANK-AUTOMOTIVE AND ARMAMENTS COMMAND.

ACQUISITION CENTER (AMSTA-AQ-DE), WARREN, MI 48397-5000 25-WHEEL, SOLID RUBBER SOL DAAE079901044 DUE 020899 POC FOR A SOLICITATION COPY, FAX REQUEST TO 810/574-5483. FOR INFORMATION ON THIS PROCUREMENT, CALL RENEE COLLICA (810) 574-7096. TDP FOR THIS ACQUISITION WILL BE PROVIDED ONLY ON CD-ROM NSN: 2530009117635, QTY: 395, FOB: DESTINATION, OPT: NONE ITEM: WHEEL, SOLID R SEE NOTE: NONE. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL BE CONSIDERED. I HE OFFER DUE DATE IS ON OR ABOUT 020899 (SEE SOLICIATIO N FOR ACTUAL OFFER DUE DATE). (D-342 SN278456)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 25VEHICULAR EQUIPMENT COMPONENTS SOL SP070099R3002 DUE 022699 POC For copies of the solicitation, dial FAX 614-692-2262 or mail request to Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB. Columbus, OH 43216-6595. The contract specialist will not be able to provide solicitation copies. For questions on the content of the solicitation contact the contract specialist Bruce Shively at (614)692-2379. This solicitation is for the procurement of 1080 price listed items manufactured by (x) part-numbered items supplied by Stewart & Stevenson, as well as competitive items made in accordance with Government specifications/drawings. All NSNS are available for download under the "special download" menu item on the DSCC Electronic Bulletin Board (EBB). Dial-up access to the E8B is available from any. PC with modem and communications software by dialing (614) 692-6841 or - 1394. Access via the Internet is also available by opening a Telnet session to 131.74.160.39. Access is also available via the World Wide Web-reler to WEB LINK Otterors should be aware that there is a potential for multiple awards. CBD notes 9.12 and 26 apply(ies). Solicitation nol available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center, Columbus, AIIN: DSCC-VTRD. PO Box 3990, Columbus, OH 43216-5000. by FAX 614/692-2998, or call 614/692-2344. Requests should include the RFP number, opening/closing date. PR number (YPC or ZPC) and NSN, if applicable. FEDERAL, MILITARY and COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. Item descriptions for à S9G, AMSC G coded items can be viewed on the Defense Supply Center Richmond Web page http://www.dscr.dia.mil/proc/ Specifications plans and drawings are not available. ( For part-numbered items) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the Government. The total extension shall not exceed 4 years. This is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the Government does not possess complete, , unrestricted technical data, therefore, the Government intends solicit and contract with only approved sources under the authority of 10 V.S.C. 2304 (c)(1). Approved Sources include Stewart & Stevenson, Parker Hannifin and others. This proposed procurement includes a family group of items within Federal Supply Class(es): 2510, 2520, 2530. 2540, 2805. 2910, 2915, 2920, 2930. 2940, 2990, 3010, 3020. 3040, 3110, 3120. 3130, 4310. 4320, 4710, 4720, 4730, 4810, 4820, 4010, 4030. 5940. 5970, 5975, 6110. 6140, 6150, 6160, 6620, 6680, 6685, 6695, 8145, 9320, 9330 and 9390. While price will be a significant factor in the evaluation of ollers, the final contract award may be based upon a combination of price, delivery and part performance as described in this solicitation. Refer to section "M". All responsible sources may submit a bid, proposal or quotation as applicable, which if timely received will be considered by the agency.

http://www.dsce dla mil/p/pl/ple/cit5.html Click to here to view/ download the NSNs associated with this solicitation

PBAB@dscc. dia mil Ollice of Industry Coordination is the POC for copies of RFQs, RFPs andir Bs. (W-343 SN278629)

Defense Supply Center Columbus, PO BX 16595, OSCC-PRAB

Columbus, OH 43216-6595 28-CONNECTING ROD, PISTON... FOR USE IN THE FAIRBALLS WORL INC. MODEL 38F5-1/4 DIESEL SOL SP0760-99-0-3532 DUE 012899 POR Contact: namedavid Beckwith PHONE-614-692-3456 FAX number 692-4387 PR-NO: YPC98310000795 NSN 2815-00-633-2246, CAGE 238 Part No 18ADHCS connecting rod, piston. Used in fanbanks Wine Diesel Engine model 38F5 1/4. faw banks Morse colt Industries file 18ADHCS. No additional technical data available at DCSC for this secttion 29--AY Del 10 Richmond VA 23297 Del by 07 Jun 99.SEE NOTE: 26. ALL responsible sources may submitt an offer/quote which shall be considered.copies of this solicitation are available at the address above or by taxing (614)692-2262 and will not be 202 203 until 15 days after this notice is published in the cbd.this solerain will be available on the internet at http: IMWWW.DSCC DLA WUTRI

15 days after this notice is published in the cod requests for at copies of this solicitation will not be accepted. Specifications pat or drawings are not available. This acquisition is for supples torch the government does not possess complete, unrestrictive technica de Therefore the government intends to solicit and contract with approved sources under the authority of 10 U.S.C.23044C)(1) APPELO sources are: Collec Industries Inc (82796). All responsible soufio ma submit olfer which DCSC shall consider. (1-343 SN278561)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 25-PUMP ASSEMBLY, POWER STEERING SOL SPO750-99-0-1948 DUE 011499 POC Point of Contact - Natalie Aiter 614-692-7859 YPC983081953, NSN 2530-00-134-4229, Pump Assembly. Power Steering. Used on M809 series live ton trucks. Item to be manufactured in accordance with Army drawing 19207 12356786 and all related data or can provide approved source-- Eaton (19954) P/N ERI 1666-7. If you are quoting in accordance with the drawing, a first article test is required. This test sample consists of (3) filters and (6) complete pump assemblies, First article test report must be forwarded to DSCC within 90 days from the date of award. No sources waived for furst article test If providing the manufacturer's code and P/N, first article test and Mil-1-45208 requirements do not apply. Quantity of 287 units to be delivered to New Cumberland, PA. Small business set aside with a business, size of 750. See notes 1 and 26. Requests for hard copies of this soicitation will not be accepted. Specs and drawings may be obtained by contacting 614-692-2344 or faxing 614-692-2998. Although price may be a sigmficant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery. past performance, and other evaluation factors as described in solicitation All responsible sources may submit a quotation which shall be considered

http://www.dscc.dla md/b/alq Defense Supply Center Columbus Solicitations on the Web

Natalie mil DSCC Contracting Officer (W-343 SN278597)

Delense Supply Center Columbus, PO BX 16595, DSCC-PBAL

Columbus, OH 43216-6595 28-THERMCOUPLE AND CONNECTOR. COLT.INDUSTIES-SOU PIELSTICK 16 CYLINDER SOL SPO760-99-0-3533 DUE 012899 POS Com tact: namedavid Beckwith PHONE 614-692-3455 FAX numbe R-614-15 4387 PR-NO: YPC98316000622 NSN 2815-01-179-8734, CACI 2% Part No P12613316 3 -AY Del to San Diego CA 92136-0000 De >> 07 Jul 99. see NOTE 26. ALL responsible sources may submit 2 quote which shall be considered. Copies of this solicitation are we at the office address above or by faxing 614-692-2262 and well be available until 15 days after this notice is published in the ce solicitation will be available on the internet at htip: //WWW.DSCCOLAN. 11a/. 15 days after this notice is published in the CBD ieciesis to hard copis of this solicitation will not be accepted. Specificarea plans or drawings are not available. This acquisition is for swible for which the government does not possess complete, unrest C2technical data, therefor the government intends to solicit and with only approved sources under the authority of U.S.C.2304(C)(1).APPROVED sources are Coltec Industries Inc (82** All responsible sources may submit offer which DCSC shall corso (1-343 SN278563)

28 Engines, Turbines and Components

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB.

Columbus, OH 43216-6595 25—PARTS KIT, BRAKE SHOE AND LINING ASSEMBLY SOL SPO75099-0-1976 DUE 011599 POC Point of Contact - Natalie Alter 614-6927859 YPC98279-1919, NSN 2530-01-286-3257, Parts Kit, Brake Shoe and Assembly. Consists of four shoe and lining assemblies. Used on M939/A1/A2 senes five ton trucks. Item to be manufactured in accordance with Army drawing 5705696. NOTE: The ciled drawing is a source controlled drawing and as of the date of this solicitation, only the source(s) cited below has/have been approved. Offers based on supplying other manufacturer's “its shall be accompanied by technical and other data sufficient to evaluate the Hem per the cited drawing. Current approved sources: Rockwell International P/N KIT9184 and Truck. Trailer - Transist Inc. P/N 1-4819K Quantity of 606 kits to be delivered to New Cumberland, PA to be delivered 90 days from date of award. Small business set aside with a business size of 750 See notes 1 and 26. Requests for hard copies of this soicitation will not be accepted. Specs and drawings may be obtained by contacting 614692-2344 or faxing 614-692-2998. Although price may be a significant factor in the evaluation of offers the final award decision will be

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 28-GEAR AND SHAFT ASSEMBLY. ON COLTINSUSTIES-S.E.M.T PIELSTICK 16 CYLINDER SOL SP0760-99-0-3544 DUE 012899 POC Contact: namedavid Beckwith PHONE 614-692-3455 FAX numbe R-614-6924387 PR-NO YPC98286000637 NSN 2815-01-179-8719. CAGE 82796 Part No P12612939 gear and shalt Assembly, used on colt Industries SME.T. Dielstick 16 cylinder Diesel Engine model PC2 5V used on ships, landing Craft models 1041 thru 1044 coll Industries P/N P12612939. 4 -AY Del Barstow CA 92311 Del by 07 Jul 99. SEE NOTE 26 ALL responsible sources may submit an oller/quote which shall be considered copies of this solicitation are available at the office address above or by laxing 614-692-2262 and will not be available until 15 days after this notice is published in the cbd this solicitation will be available on the internet at http. IWWWW DSCC. DLA MIUTTO

15 days after this nolice is published in the CBD requests for hard copies of this solicitation will not be accepted. Specilications, plans or drawings are not available. This acquisition is for supplie for which the government does not possess complete, unrestrictive, technical data; therefore, the government intends to solicit and contract with

only approved sources under the authonty of 10 U.S.C.23041C)(1) APPROVED sources are Coltec Industries Inc (82796). All responsible sources may submit oller which DCSC shall consider. (1-343 SN278510)

Detense Supply Center Columbus, PO BX 16595, DSCC-PEAB

Columbus, OH 43216-6595 28_PISTON, WITN' STUD, ENGINE. IN FAIRBANKS MORSE DIS ENGINE MODEL AFB 3808 1A. SOL SPO760-99-Q-3534 DUE 9113 * POC Contact: namedavid Beckwith PHONE 614-692-3455 FAX numbe FS

692-4387 PR-NO: YPC98317000550 NSN 2815-00-393-5371, CAGE * Part No 16602831 piston, with slud, Engine, as used in to be Morse Diesel Engine model 3808-1/8. Fairbanks Morse collines" P/N 16602831 No additional technical data available at DOSC this solicitation 26-AY Del to call Contracting office) De: WY Jul 99 SEE NOTE 26 All responsible sources may submit an ofter 3 which shall be considered.copies of this solitation are avaise the office address above or by faring 614-692-2267 and be available until 15 days after this notice is published in the me solicitation will be available on the internet at Mio:WW.OSCILAR 30 Mechanical Power Transmission Equipment,

Defense Supply Center Columbus, PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 29—TURBOCHARGER ASSEMBLY, MAY BE NEW OR REBUILT UMW DRAWING TITLED REMANUFACTURING AND SOL SPO750-99-0-2014 DUE 012799 POC Contact; namerose M. Maynard phone(614) 692-1375 FAX nú mber - PR-NO YPC98321000327 NSN 2910-01-169-9166. CAGE 08179 Part No 465126-16 CAGE 15434 Part No 3801696 turbocharger Assembly. Cummins Engine Co. Inc. P/N 30333554. 25 EA Del to Anniston AL 36201 Del by 60 days after date of award 32 - EA Del to New Cumberland PA 17070 Del by 60 days after date of award see NOTE(S) I, 26 copies of this solicitation are available at the office address above for by faring 614-692-2262 and will not be available until 15 days after this notice is published in the CBD, the solicitation will be available on the internet at http: IMWWW.DSCC DLA MIUTIQ/. 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. The small Business size standard is 500 employees. Written requests for drawings are to be submitted to Defense Supply Center Columbus, atin: DSCC-VICO, PO Box 3990, Columbus, OH 43216-5000: by FAX (614) 692-2998 or call (614) 6922344. requests should include the IF B/RFP/RFQ number, opening/closing date, NSN, purchase request number (E.G. YPC/YPE). buyer's name and complete name and address, federal, Military and commercial specifications cannot be provided by DSCC. While price may be A significant factor jo the 'evaluation of ollers, the final award decision will be based upon A combination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-343 SN278516)

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 30—MOTOR AND BRAKE ASSEMBLY. ACTUATOR. (HORIZONTAL STABLIZER SERVO ACTUATOR). SOL SP0740-99-Q-5570 DUE 012599 POC Contact: namedee Schneider PHONE614-692-3483 FAX number-614. 692-3734 PR-NO: YPC98327000842 NSN 3010-01-358-9037, CAGE 19710 Part No 145-1200-006B motor and Brake Assembly, actuator. (horizontal stabilizer servo actuator). MPC Products Corp (19710) part number 2A6U47A. No Tech data available at DCSC for this solicitation. 7 -EA Del to Norfolk VA 23512-0001 Del 240 days after date of award see NOTE 26 this solicitation will be available on the internet at http://WWW.DSCC DLA MIUTQ/15 days after this notice is published in the CBD requests for hard copies of this solicitation will not be accepled the small Business size standard is 500 employees specifications plans or drawings are not available while price may be A significant factor in the evaluation of offers the final award decision will be based upon A combination of price delivery past performance and other evaluation factors as described in the solicitation all responsible sources may submit an offer/quote which shall be considered all responsible sources may submit offer which DCSC shall consider. (1-343 SN278520)

U.S. Army Aviation and Missile Command Acquisition Center, Bldg,

4488, Radstone Arsenal, AL 35898-5280 26_SHAFT TURBINE SOL DAAH23-99-R-0057 DUE 012299 POC Ruth ackson, Contract Specialist, 256-955-9195, Marsha Flakes, Contracting fficer, 256-955-9187 17. Noun: Shaft, turbine, NSN: 2840-01-444757, P/N: 6068744, Quantity: 75 each with a 100% option requirement, pplicable to the 1-701C Engine, FOB Origin to Corpus Christi Army epot, Corpus Christi, TX 78419. Required delivery is 10 per month tarting 180 days ARO. This procurement requires prequalification. This em is a Flight Safety part which requires Engineering Testing. All sponsible sources may submit a proposal which shall be considered *the agency. Justification for other than full and open competition

FAR 6.302-). only one source or only a limited number of responsible gurces. This proposed contract action is for supplies for which the overnment does not have specifications and drawings lo permit full Ad open competition. Approved source is General Electric Company. imm, MA. The time required for approval of new suppliers is such wat award and delivery cannot be delayed pending approval of a

w source. Firms are encouraged to seek source approval in order I complete for future solicitations IAW the instructions contained in action of the solicitation. Information on meeting of qualificationis ay also be obtained from AMCOM, ATIN: AMSAM-AR-E-I-F-S. Subject 1 availability of funds. No telephone' requests will be accepted. You ay fax your request ATTN: AMSAM-AC-AL-E, Ruth Jackson, Contract pecialist, on 256-955-9196. Numbered Note(s) 22 and 26 apply. (W. 43 SN278572)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway, 31 Richmond, VA 23297-5000 A3 29_ENGINE ACCESSORIES SOL Sp04809997256 DUE 012099 POC cheri warriner/804-279-3452 nsn 2995008579971' solicitation numberb-Sp04809997256 housing. oil pump assembly, manufacturer: Parker-Hannifin Corp Cage (86329) part number: 32-54004-1010-2specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. 100% option applies to this procurement. Delivery Schedule is 75 ARO. Solicitation as unrestricted. ABVM applies the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. There is only one source (note 22). Solicitation will be made in writing or orally. Other than full and open com (10 U.S.C. 2304(c) (1)) (sole source) las 6.302-1 Solicitation is between $25,000 $100,000. (W-343 SN278587)

Detense Supply Center Columbus, PO BX 16595, DSCC-PBAB ?? Columbus, OH 43216-6595

30-LEVER, MANUAL CONTROL. SOL SP0750-99-2-2004 DUE 012999 POC Contact: namejulie M. Lewis phone(614) 692-1097 FAX num berPR-NO: YPC98337001081 NSN 3040-00-431-9087. CAGE 58051 Part No 014331 CAGE 80064 Part No 2587467 CAGE 80477 Part No 3757 lever, manual Control, per Navy source Control drawing 2587467. 122 -EA Del to Albany GA 31704-5000 Del by 80 days after date of award 120 EA Del to Barstow CA 92311 Del by 80 days after date of award see NOTE 26 this solicitation is available on the internet at http://WWW.DSCC.DLA,MIL/B/RFQ_SEARCH.HTML. FAX requests for copies of this solicitation will not be accepted. the small Business size standard is 1000 employees. This solicitation is not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, attn: DSCCVICO, PO Box 3990, Columbus, OH 43216-5000; by FAX (614) 6922998 or call (614) 692-2344. requests should include the IFB/RFP/ RFQ number, opening/closing date, NSN, purchase request number (E.G. YPCNPE), buyer's name and your complete name and address. federal, Military and commercial specifications cannot be provided by DSCC. While price may be A significant factor in the evaluation of offers, the final award decision will be based upon A combination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-343 SN278521)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway.

Richmond, VA 23297-5000 *; 29.- ENGINE ACCESSORIES SOL S004809997257 DUE 012099 POC cheri warriner/804-279-3452 nsn 2915-00-450-7375 solicitation number---Sp04809997257 bearing assembly luel manufacturer: Crane Co. cage (81982) part number: 60-09344 specifications, plans or drawings relating to the procurement described are not available and cannot be turnished by the Government. 100% option applies to this procurement. Delivery Schedule is 120 days ARO. Solicitation is unrestricted. ABVM applies- the final contract award decision may be based upon a combina. tion of price. past performance and other evaluation factors as described in the solicitation. There is only one source (note 22). Solicitation will be made in writing or orally Other than full and open com (10 U.S.c, 2304(c) (1) (sole source) far 6.302-1 Solicitation is between $25,000- $100.000. for more information contact: Cheri Warriner 804279-3452 fax 804-279-5723 Contracting Officer: Kreylon V Crewe 804. 279.4935 (W-343 SN278588)

Delense Supply Center Columbus, PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 30-SUPPORT HOUSING ASSEMBLY, SUSPENSION. ON THE BRADLEY FYS. SOL SP0750-99-0-2011 DUE 010499 POC Contact: namejulie M. Lewis phone(614) 692-1097 FAX num ber PR-NO: YPC98337001092 NSN 3040-01-222-6591, CAGE 19207 Part No 12334217 CAGE 80212 Part No 12334217 Support housing Assembly, suspension. per army drawing 12334217 and all related data. 52 -EA Del to Texarkana TX 75507 Del by 160 days after date of award 26 -EA Del to New Cumberland PA 17070 Del by 160 days after date of award 19 - EA Del 10 Barstow CA 92311 Del by 160 days after date of award see NOTE 26 this solicitation is available on the internet at http:// WWW.DSCC.DLA MIUB/RFQ SEARCH.HTML. FAX requests for copies of this solicitation will not be accepted. The small Business size standard is 1000 employees. This solicitation is not available until 15 days alter published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, attn: DSCC-VICO, PO Box 3990, Columbus, OH 43216-5000; by FAX (614) 692-2998 or call (614) 692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date. NSN, purchase request number (E.G. YPC/YPE), buyer's name and your complete name and address. Federal, Military and commercial specifications cannot be provided by DSCC. While price may be A significant factor in the evaluation of offers, the final award decision will be based upon A combination of price, delivery. past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-343 SN278522)

Detonse Supply Canter Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 23-PUMP, COOLING TEM, ENGINE. SOL SP0750-99-R-2449 DUE 012899 POC Contact: namejulie M. Lewis phone(614)692-1097 (AX numb EL PR-NO. YPC98299001149 NSN 2930-00-127-2518, CAGE 18954 Part Fie K23506011 CAGE 72582 Part No 05104392 CAGE 72582 Part No 5104392 pump, cooling system. Der Detroit Diesel (72582) P/N 5104392 en kargody. cobyer Li 895a, PIN 2:5104392 sis Ea Del to New Cumberland

A.12070 Del by 180 days after date of award see NOTE 26. Copies of this solicitation are available at the address above or by faxing 514-692-2262.< this solicitation is not available until 15 days alter Dublished in the CBD. Specifications, plans or drawings are not available. It is anticipated that award will be made via A delivery order to Dan existing basic ordering agreement. while price may be A significant factor in the evaluation of otters, the final award decision will be based upon A combination of price, delivery, pasi performance and other evaluation factors as described in the solicitation. All responsible

Delense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 29–ENGINE ACCESSORIES SOL Sp04809997258 DUE 012099 POC cheri warriner/804-279-3452 nsn 2915-00-016-9578 solicitation number---Sp04809997258 ball, elbow. fuel line manufacturer: Parker Hannifin Corp (cage 92003) part number: 4-863-54 specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. 100% option applies to this procurement. Delivery Schedule is 110 days ARO. Solicitation is unrestricted. ABVM applies the final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. There is only one (source (note 22): Solicitation will be made in writing or orally. Other than full and open com (10 U.S.C. 2304(c) (1)) (sole, source) far 6.302

1 Solicitation is between $25,000- $100.000. for more information contact: in Cheri Warriner 804-279-3452 fax 804-279.1:723 Contracting Ollicer:

Krevlon V Crewe 804.279.4925 .347 SN278689)

Defense Supply, Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 30- ADAPTER, HOUSING SOL SPO7409905868 DUE 012599 POC Susan Humphrey 611-692-3668 N N 3040-01-243-8855, Adapter, Heueing 31 Bearings

Approved Source is Rolls-Royce Gear Systems, (82402) P/N 42312R157. Total Qty: 57 ea. 41 ea shipping to Fleet and Industrial Supply Ctr (FISC), Jasksonville, FL; 10 ea shipping to FISC, San Diego, CA; 5 ea shipping to Naval Aviation Depot (NAD), San Diego, CA, 1 ea shipping to NAD,' Jacksonville, FL Delivery schedule: 165 days after date of award. See Note 26. All responsible sources may submit an otter! quote which shall be considered. This solicitation is available on the Internet at http://www.dscc.dla.mil/b/ife_search.html, Fax requests for copies of this solicitation will not be accepted. This solicitation is not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. This acquistion is for supplies for which the Government does not possess complete, unrestrictive, technical data; therefore, the Government intends to solicit and contract with only appoved sources under authority of 10 U.S.C., 2304(c)(1). Approved sources are Rolls-Royce Gear Systems, CAGE Code 82402. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery. past performance and other evaluation factors as described in the solicitation.

http://www.dscc.dla.mil/b/ifq_search.html Defense Supply Center Columbus Solicitations on Web

DSCC Buyer (W-343 SN278534)

SA-ALC/Contracting Directorate/LPKAF; 485 Quentin Roosevelt like

Suite 12; Kelly AFB, TX 78241-6419 31-BALL BEARING SOL F41608-99-R-44006 DUE 020999 PDC 780 Point of contact is BRENDA S. JOHNSON, LPKAF, Phone: 210-925-4% FAX: 210-925-8496, E-Mail: al mil Item 0091 894 3110014586250PT, P/N: 2685670 Size: Overall width 0.6150 nomita, bore diameter 0.4500" nominal, Overall diamter 1.1100nominal Pretor nant Material: Overall steel Function: Provides freedom of rotation and transfers mechanical energy in the transmission of the primary and secorday actuators. Form, Fit: Ball bearing are a maleched set of two bearings installed over input bevel gearshalts located in transmission section of augmentor

nozzle ball screw actuator. Delivery

each ARE NOT AVAILABLE. TO: Allied Signal, Inc., Tempe, AZ 85202 We Qualification requirements. See Note(s) 22; 26,26

Send your E-Mail request to the Per (0-342 SN278443)

00

34 Metalworking Machinery

Defense General Supply Conter, 8000 Jeff Davis Hwy, Richmond,

VA 23297-5312 134—GRINDING MACHINE SOL SP0490,99-R-R073 DUE 012299 FK 479 Contact: for copies of RFP call Martha Meadows at 1804,271 ? Or send atax to (8041279-5948. PR-NO PR# 98-19-1031 unesite 2 solicitation for procurement of A computer numerically controlled printing Machine for delivery, within 150 calendar days. ARO to 08-ALCI LES Hill AFB. UT installation and training are required FO8 is de store with inspeciton al origin and acceptance at destination all respons sources may submit offer which DGSC shall consider. (1-343 SN276492

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 30—ACTUATOR, ELECTRO-MECHANICAL, LINEAR. EATON CORP (CAGE: 99145)), P/N: 100000-5. SOL SPO740-99-0-5576 DUE 012599 POC Contact: namedee Schneider PHONE614-692-3483 FAX number-614-6923574 PR-NO: YPC98247000 709 NSN 3010-00-127-4574, CAGE 30003 Part No 549AS247-) CAGE 99145 Part No 100000-5 actuator, electromechanical, linear. W/A/W U.S. Navy source Control drawing 549AS247, P/N: 549AS247-1. 48 -EA Del to New Cumberland PA 17070 Del 350 days after date of award 21 -EA Del to Lathrop CA 95330 Del 350 days after date of award see NOTE 26 this solicitation will be available on the internet at http: /MWWW.DSCC.DLS.MIU1Q/15 days after this notice is published in the CBD requests for hard copies of this solicitation will not be accepted the small Business size standard is 500 employees specifications plans or drawings are not available this is an unrestricted acquisition with A 10% preference for SDB concerns while price may be A significant factor in the evaluation of offers the final award decision will be based upon A combination of price delivery past performance and other evaluation factors as described in the solicitation all responsible sources may submit an offer/quote which shall be considered all responsible sources may submit offer which DCSC shall consider, (1-343 SN278557)

FISC Nortolk Ace Group, Hampton Roads Detachment, 1968 Gilbert

St., Suite 600, Norfolk, VA 23511-3392 30—UNIFLEX TYPE REMOTE OPERATOR SYSTEMS SOL NO6189-99. Q-0001 DUE 121498 POC Carrol Walker, Contract Specialist, (757) 4431328 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. Quotes are being requested and a written solicilation document will not be issued. The solicitation number for this procurement is N00189-99-0-0001 and is being issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses listed in effect through Federal Acquisition Circular (FAC) 97-09 and Defense Acquisition Circular (DAC) 91-13. The Standard Industrial Code is 3568 and the small business size standard is 500 employees. Quotes shall be for the following items manufactured by B W elliott Manufacturing Co., Inc. of Binghamton, NY: Descriptions Part Number QTY 0001 "B" Type Clamps 8676-44 100 EA 0002, Actuator 22002-25 51 EA0003 Cable 9: 8" 22001-100 LEA 0004 Cable 9. 22001-100 | EA-0005 Cable 8' 22001-100 3 EA 0006 Cable 7' 6" 22001.100 2 EA 0007 Cable 7' 2" 22001-100 | EA 0008 Cable 7' 22001-100 I EA 0009 Cable 6' 6". 22001-100 4 EA 0010 Cable 6' 22001-100 2 EA 0011 Cable 5' 8" 22001-100 1 EA 0012 Cable S 22001-100 5 EA 0013 Cable 4' 6" 22001-100 3. EA 0014 Cable 4' 22001-100 3 EA 0015 Cable 3' 6" 22001-100 EA 0016 Cable 3' 22001-100 S EA 0017 Cable 27' 22001-100 1. EA 0018 Cable 2' 622001-100 EA 0019 Cable 19' 6" 22001-100 2 EA 0020 Cable 18* 22001-100 I EA 0021 Cable 1522001-100 | EA 0022 Cable 14' 22001-100 | EA 0023 Cable 12' 22001-100 | EA 0024 Cable l' 22001-100 4 EA 0025 Cable 10' 2" 22001-100 I EA 0026 Cable 10' 22001-100 4 EA 0027 Deck box 22105M001D 40 EA 0028 Deck box 22105M001C 7 EA 0029 Deck box 22104M0050 3 EA 0030 Deck Penetration 22145 7 EA 0031 Double Universal 22020 50 EA 0032 Handwheel 12142-312 6 EA 0033 Handwheel adapter 12143-208 6 EA 0034 Quick disconnect Non rising handwheel 22139-501 40 EA 0035 Quick disconnect wil 71 8" square x 2" adapter 22044-2 3 EA 0036 Quick disconnect with adapter 22034-M3B 7 EA 0037 Shear & Roll 0038 Stand off kit 22014 85 EA 0039 Swivel joint 22005 50, EA 0040 T-Wrench 12144-2 50 EA The government intends to purchase the above items from B W Elliott Manufacturing Co., Inc. under other than full and open competition in accordance with FAR 13.501(a)(0)61). Proposals received shall specity FOB Destination Norfolk, VA. Delivery is required not later than 29 Jan 1998, partial deliveries will be acceptable. The contract resulting from this solicitation will be a firm fixed price type contract. Ollers other than FOB Destination shall be ineligible for award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212| Instructions to Offerors-Commercial Items, apply the following: a price proposal on letterhead of a proposal cover sheet signed and dated that contains the requested items with unit pricesextended prices, prompt payment terms, remittance address, solicitation number, time specified for receipt of ollers, name, address, and telephone number of offeror. Terms of any express warranty and all other documentation specified herein. The parts manufactured must be approved by NAVSEA

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the lowest technically acceptable price or the most advantageous price to the government. The government reserves the right to award the contract to other than the lowest priced offeror. Ollerors shalt include a complete copy of the provision at FAR 52.212.3. Olleror Representations and Certifications-Commercial Hems and DFAR 252.212-7000, Ofteror Representations and Certilications-Commercial Items (Nov 1995) with their offer. A copy maybe provided by the Contract Specialist if requested. The tollowing clauses, apply to this solicitation and are hereby incorporated by reference: FAR 52.212-4. Contract Terms and Conditions-Commercial Items, FAR 52.212-5. Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial items sub-paragraphs (b)(1), (2), (3), (6), (7), (8), (9). (10) and (11) "regulatory. The following DFAR provisions and clauses apply to this solicitation and are incorporated by reference: DFAR 252.204.7004, Required Central Registration (Mar 1998). DEAR 252.225-7000 Buy American Act. Balance of Payments Program Certificate (DEC 1991), DFAR 252.212-7000 Olferor Representa. tions and Certifications-Commercial Items (Nov 1995). DFAR 252.2127001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Delense Acquisitions of Commercial Items. All offers responding to this solicitation shall be sent to FISC Norfolk, 1968 Gilbert Street, Ste 600, Code 02H2D, Norfolk, VA 235113392 or FAX 10 (757)443-1424 atin: Carrol Walker, Contract Specialist on or before 9.00AM, EST, 15 Dec 1998. Point of contact is Carrol Walker, Contract Specialist at (757)443-1328. Number note 22 applies. This is a synospsis/solicitation in one, no soln will be issued. (W343 SN278594)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 34-ACRO POWER BENDER SOL SPO490-99-Q-M342 DUE 010799 PL, sendes intake 10 (8041279-5948 Contact: lor copies of RFQ call eliza Miller at (804)279-64 23 *

PR# 99-17.1700 unrest in solicitation for A strippit/DI-ACRO Power Bender or equat. Tooling, ver tot tion of installation and delivery are required. Delivery is Fog desto to Ingleside TX within 42 days ARO. All responsible sources may titel oller which DGSC shall consider (1-343 SN278473)

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 30-GEAR, PINION. SOL SP0750-99-0-2006 DUE 012999 POC Contact: namejulie M. Lewis phone(614) 692-1097 FAX num ber- PR-NO: YPC98338000714 NSN 3020-01-280-9027, CAGE 53711 Part No 6289019 gear, pinion. Per Navy (53711) drawing 6289019 and all related data. 51 EA Del to Barstow CA 92311 Del by 150 days after date of award 52-A Del to Albany GA 31704-5000 92311 Del by 150 days after date of award see NOTE 26 this solicitation is available on the internet at http: /WWW.DSCC. DLA MIL/B/RFQ SEARCH.HTML, FAX requests for copies of this solicitation will not be accepted. The small Business size standard is 1000 employees. This solicitation is not available until 15 days after published in the CBD. Written requests for drawings are to be submitted to Defense Supply Center Columbus, attn: DSCC-VTCD, PO Box 3990. Columbus, OH 43216-5000: by FAX (614) 692-2998 or call (614) 692-2344, Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN, purchase request number (EG. YPC/YPE), buyer's name and your complete name and address. Federal, Military and commercial specifications cannot be provided by DSCC. While price may be A significant factor in the evaluation of offers, the final award decision will be based upon A combination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-343 SN278565)

Delonse General Supply Conter, 8000 Jett Davis Hwy., Richmond,

VA 23297-5312 342 NEW CRYOGENIC PUMPS SOL SPO490-99-R-0757 OUE 01728 POC Contact: for copies of RFP call Martha Meadows at (8041279%e11 or send alax to (804)279-5948, PR-NO: PRI 99-19-9001 pxov* *** 12) new cryogenic pumps, with leak delector charges, for in ivd Aluminum vacuum Chamber IAW statement of

99-19-9001, dated 11/23/98, with delivery, installation and trane at Hill AFB, UT the award will be made as A firm fixed price contract The required delivery is 180 calendar days after contract dead. All responsible sources may submit offer which DGSC shall consider the 343 SN278474)

36 Special Industry Machinery

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 30—SWITCH, SENSITIVE SOL SPO930-99-0-A041 DUE 123198 POC Point of Contact - Name: B. Stewart, Phone: 614-692-7858, Fax 614. 692-1100 NSN 5930-00-972-3314, YPE 98252000392, Qualified sources: Microswitch (91929) and Eaton Corp (81640). Current Specifications: Basic Spec. MIL-S-3950F DATED 14 FEB 76, AMEND #3 DTD 24 MAY 96. SPEC/MS SHEET MS24658 REV FOTD 28 SEPT 87 Hard copies will not be sent out of this office. Copies must be obtained through the internet. (W-343 SN278567)

Defense General Supply Conter, 8000 Joll Davis Hwy, Richmond.

YA 23297-5312 36_CABLE HARNESS SOL SP0450-99-Q-8078 DUE OI 1999 POC Contact for copies of RFP/FB solicitations (available 15 days after announcemen write or phone: DSCR bid reg west hotline, atta: DSCR-JJAB Richmond VA 23297-5312. (8049279-3350. for copies of RFO solicitations or act the buyer

Glenda Dawson/A)3271 804-279-3607. PRANO YPG98294001043 NSN 3655-01-029-1205, cable harness, Tresdwill com CAGE 81412, PIN 2T-19598A: 10 EA Del to Memphis TN 38118 De by 330 days ARO. Manufacturer: Treadwell Corp.

, CAGE 81412 Port number: 21-19598A specifications, plans or drawings relating to me procurement described are not available and cannot be furnished by The government. Unrestricted. Automated Best Value Model: the listua contract' award decision may be based upon A combination of me past performance and other evaluation factors as describes the solicitation. All responsible sources may submit ollet which DSC 586 consider: (-343 SN278479)

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert

St., Suite 600, Norfolk, VA 23511-3392 30_UNIFLEX TYPE REMOTE OPERATOR PARTS SOL NOO189-99-00001 DUE 121598 POC C. Walker, 1757)443-1328 Correct Submission No. 278594 block # 10 to read 121598. Response time: Offers are due on or before 9.00AM 15 Dec 1998 Eastern Standard Time. All other terms and pant!!

oman the same (W-343 SN278603)

41 Refrigeration, Air Conditioning and Air Circulating Equipment-Potential Sources Sought

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center

Aircraft Division, Patuxent River, MD 20670-5304 36-BREATHING SIMULATOR SOL 7004219995106 DUE 010499 POC Francine Keys (301) 757-2528 The Patuxent River, NAWC has a requirement to purchase a profile breathing simulator with customized connec

tions and instrumentation. This synopsis is a notice of intent to issue El this RFQ on a sole source basis to Wyle Laboratories. San Antonio,

chy TX ONLY, Request for this RFQ shall be fax to (301) 757-2526 to e Contracts, Attn: Francine Keys, NAWC, Patuxent River, MD 20670 (W

343 SN278548)

Commander, Marine Corps System Command, Code CTQ, 2033

Barnett Avenue, Ste 315, Quantico, VA 22134-5010 41

GENERAL PURPOSE FILTER FOR PERSONAL AIR PURIFYING RESPIRATOR (PAPR) SOL NA DUE 012599 POC Contract Specialist, Katie Kley, (703) 784-5822 x223 THIS IS NOT A SOLICITATION. THE MARINE CORPS DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS NOTICE OR OTHERWISE PAY FOR THE INFORMATION REQUESTED. The Marine Corps Systems Command (MARCORSYSCOM) is currently defining its requirements for the General Purpose Filter: an improved. multi-contaminant, NATO standard thread, chemical biological protective mask filter, MARCORSYSCOM is interested in receiving information from companies which currently have or are able develop a product that meets the following requirements. The General Purpose Filter is intended for use with existing Powered Air Purifying Respirator (PAPR) blowers that have been adapted for use with M40 series lield protective masks. The General Purpose Filter should have the performance of the C2Al canister plus the ability to protect against chlorine and ammonia for six hours during exposure to maximum concentrations established by regulatory standards. The filters should be designed so that the service life of the PAPR blower motor is not significantly reduced. The General Purpose Filter must have undergone testing or be made available for testing by an independent organization. THE PURPOSE OF THIS SYNOPSIS IS TO IDENTIFY POTENTIAL SOURCES. THERE IS NO SOLICITATION DOCUMENT AT THIS TIME. All parties which believe they have a General Purpose Filter product currently available or are able to submit a proposal which meets the needs of MARCORSYSCOM are requested to provide a description of their product and capabilities to the address provided above. All responses must be in writing and must be submitted for consideration no later than 25 Jan 99. FAX number is (703) 784-5826. Email responses are encouraged, it possible. No telephonic responses will be accepted. ALE COMMON CARRIER PACKAGES (FEDEX, UPS) MUST BE SENT TO THE FOLLOWING ADDRESS: MARCORSYSCOM (CODE CIQ). Attn: Kalie Kley. 3041A McCawly Ave, Quantico, VA 22134-5010.

Click here to contact the Contract Specialist via Email (W-343 SN278657)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 43-PUMPS AND COMPRESSORS SOL SP070099R3005 DUE 021099 POC For copies of the solicitation, dial FAX 614-692-2262 or mail sequest to Defense Supply Center Columbus, PO Box 16595, DSCCPBAB, Columbus, OH 43216-6595. Requests may also be submitted online at the following internet web address http://www.dla.mil/p/ebb/ roadmap.html. The contract specialist will not be able to provide solicitation copies. For questions on the content of the solicitation contact the contract specialist Robert Sinagra at (614)692-4725. This solicitation is for the procurement of fuel/water "separator filters, 4330009080210, 4330011632733, 4330011868752, 4330011946757, 4330012970387. Anticitated award will be a one-year fixed price w/EPA indefinite delivery type contract with a (4) one-year option. CBD Notes 12 and 26 apply(ies). Solicitation not available until 15 days after published in the CBD. Specifications, plans or drawings are not available. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the Government. The total extension shall not exceed 4 years. This is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the Government does not possess complete.unrestriced technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 100.S.C. 2304 (c)(1). Approved Soources include Parker Hannifin Corp., and PTI Technology Inc. While price will be a significant factor in the evaluation of offers, the final contract award may be based upon a combination of price, delivery and past performance as described in this solicitation, Refer to section "M". All responsible sources may submit a bid, proposal or quotation as applicable, which it timely received will be considered by the agency. (W-343 SN278602)

44 Furnace, Steam Plant, and Drying Equipment and Nuclear Reactors

42 Fire Fighting, Rescue and Safety Equipment

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert

St., Suite 600, Norfolk, VA 23511-3392 41-COOLING COILS SOL N00189-99-0-0564 DUE 010499 POC D. Roseboro, 757-445-2691 ext" 15; fax: 757-445-2694 This is a combined Synopsis/sdlicitation for commercial items prepared in accordance with the format prescribed in Subpart 126 of the FAR as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items. Proposals are hereby requested under RFO N00189-99-0-0564 a subsequent solicitation document will not be issued. FISC Acquisition Group Nortolk intends

to purchase, on a full and open competitive basis, the following items: em Cooling Coil, 20 each; p/n 57 DW, IAW DWG 803-5001031: Mig: Marlo

Coil FOB Point: Destination to Norfolk, VA 23511. Delwery should be 30 days or sooner. Offers other than FOB Destination shall be ineligible for the award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Oterors-Commercial Items, FAR 52.212-2 Eval-Commercial Items, FAR 52.212-3 Offeror Representations and Certifications Commercial "items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders: The following numbered subparagraphs voder paragraph (b) of this apply (6). (7), (8) and (9). The RFO document, provisions and clauses which have been incorporated. are those in effect through FAC 97-04. The following Delense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of OFAR 252204-7004 which will be in full text. DFAR 252.225-7000 Buy American Act-Balance of Payments Program Certificate (DEC 1991), OFAR 252.212-7001 Contract Terms and Conditions Required to implement Statutes or Executive

Orders Applicable to Defense Acquisitions of Commercial lems (FEB " 1997), The following clause under paragraph (b) of this clause apply:

DFAR 252.225-7001. Award will be made to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advanLageous jo price to the government. DFAR 252.204-7004 (MAR 1998). Required Central Contractor Registration, (a) Definitions. As used in this clause- (1) "Central Contractor Registration (CCR) database” means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Oun and Bradstreet information Services to identity unique business entities. (3) "Data Universal Numbering System+4 (Duns +4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit sulfat may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the DUNS + 4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database: the DUNS number and the CAGE code, have been validated; and alt edits have been successtully completed. (b) (l) By submission of an other, the olleror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award during performance, and through final payment of any contract, resulting from this solicitation, Except for awards to foreign vendors for work to be performed, outside the United States. (5) The offeror shall provide its DUNS or, if applicable, ils DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror

, ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours alter receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, ollerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database alter the initial registration, the contractor is required to confirm on an annual basis that is information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1. 888-227-2423, or via the Internet at http://ccredi.disa mil. As a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items with unit price, extended price, prompt payment terms, remittance address, and a completed Copy Of FAR 52.212-3, Responses to this solicitation are due by COB Jan 4, 1999. All offers shall be faxed or mailed to Norfolk Acquisition Group, Hampton Roads Detachment, Fleet Industrial Supply Center, 1968 Gilbert Street, Suite 600, Attn: D. Roseboro, Code 02H4CA, Norfolk VA 23511-3392. Relerence RFO NO0189-99-0- 0564. Nole I applies W-343 SN278635)

Delense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 44-COOLER, FLUID, INDUSTRIAL. SOL SP0760-99-0-3545 DUE 012899 POC Contact: namedavid Beckwith PHONE 614-692-3455 FAX numbe R614692-4387 PR-NO: YPC98294000691 NSN 4420-01-278-7310, CAGE 67049 Part No 304045 CAGE 82796 Part No 112617384 cooler, fluid, Industrial. Young radiator Co. P/N 304045, 4.-EA Del to Albany GA 31704-5000 Del by 07 JUL99.SEE NOTE 26. ALL responsible sources may submit an offer /quote which shall be considered.copie of this solicitation are available at the office address aboveor by faxing 614-692-2262 and will not be available until 15 days after this notice is published in the cbd.this solicitation will be avaialble on the internet at http: INWWW.DSCC.DLA.MIUrlQ/. 15 days after this notice is published in the CBD requests for hard copies of this solicitation will not be accepted. Specifications, plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive, technical data; there for the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1).APPROVED sources are Coltec Industries INC. (82796). All responsible sources may submit offer which DCSC shall consider. (1-343 SN278512)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 42-FILTER AND REGULATOR PANEL, COMPRESSED AIR SOL SP045099-0-8169 DUE OI1399 POC Contact for copies of RFPAFB solicitations (available. 15 days alter announcement). Write or phone: DSCR bid reg west botline, atto: DSCR-JAB, Richmond, VA 23297-5312. (804)279. 3350, foi copies of RFQ solicitations, contact the buyer. Ann greenwalt/ AJ223/ 804-279-3159. PR-NO: YPG98321000526 NSN 4240-01-029-7148. Filter and regulator panel. 3m Corp. medical prods, Div. CAGE 28156. P/N w.2806. American Bristol ind. Inc. CAGE 55612. P/N 2755G. Buck Industries, CAGE OBHFO, P/N. D-89.029-1. 105 .EA Del to New Cumberland PA 17070 Del by 13 Dec. 99.72 -EA Del to Tracy CA 95376 Del by 120 days ARO. Manufacturer: chant eng.. 3m Corp., American Bristol, part number: 0-7974, w-2806, 2755G speciications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Uprestricted. Automated Best Value Model: the final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. Other than full and open. See NOTE 22. All responsible sources may submit offer which DGSC shall consider. (1-343 SN278489)

47 Pipe, Tubing, Hose and Fittings

Detense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 41—HOSE ASSEMBLY, NONMETALLIC. TEFLON, WITH FIRE SLEEVE AND INTERNAL SUPPORT COIL. ON! SOL SPO740-99-0-6778 DUE 012199 POC Contact: name-joseph Locke PHONE-614-692-4740 FAX number61 4-692-4672 PR-NO: YPC98292001253 NSN 4720-00-358-1007, CAGE 00624 Part No AE703625-4 CAGE 98897 Part No 694919-111 hose Assembly, nonmetallic. VAW Lockheed aeronautical, P/N: 694919-111 and Aeroquip Corp. P/N: A£703625-4. 23 - EA Del to San Diego CA 92136-0000 Del 90 days after date of award 9 -EA Del to Mechanicsburg PA 17055 Del 90 days after date of award all responsible sources may submit an offer/quote which shall be considered. Please see NOTE 26. This solicitation will be available on the internet at http:// WWW.DSCC.DLA.MIUIIQ. 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. The small Business size standard is 1500 employees. Specifications. plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive, technical data, therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(C)(1). Approved sources are: Lockheed Martin Corp.; Aeroquip Corp. All responsible sources may submit offer which DCSC shall consider. (1-343 SN278511)

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-65957 43_FILTER, HYDRAULIC SUCTION LINE. THE CORRECT PIN AE-1500161Y3, SOL SP0740-99-Q-5742 DUE 012899 POC Contact; namecharles Peery PHONE614-692-3755 FAX 'number-614-692-3734 PR-NO:

YPC98295000739 NSN 4330-01-199-8010, CAGE 18350 Part No AE'1500-161Y3 CAGE 54497 Part No 012100015 Filter, hydraulic suction line. Procure LAN Aircraft Porous Media Inc., (CAGE-18350) P/N AE1500-161Y3. 3 EA Del to Barstow CA 92311 Del 220 days after date of award see NOTE 26 this solicitation will be available on the internet at http://WWW.DSCC.DLA MIUTIQ/15 days after this notice is

published in the CBD requests for hard copies of this solicitation will not be accepted specifications plans or drawings are not available while price may be A significant factor in the evaluation of ollers the final award decision will be based upon A combination of price delivery past performance and other evaluation factors as described in the solicitation all responsible sources may submit an offer/quote which shall be considered alt responsible sources may submit offer which Drer shall ronsider. (1-343 SN278514)

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 41-HOSE ASSEMBLY, METAL (HOSE ASSY - ENGINE FEED, STA 563.89) SOL SPO740-99-R-3079 DUE 012899 POC Contact: namedee Schneider


Page 20

name and your complete chaise Request Number (eq. veche, opet

12 month IDPO is anticipated. While price may be a significant facotr FAR Subpart 19.502 (Setting Aside Acquisitions). All responsible sources Dotense Supply Conter Columbus, PO Box 16595, DSCC-PBA in the evaluation of offers, the final award decision will be based - may submit a quotation which will be considered by the Government. Columbus, ON 43216-6595 upon a combination of price, delivery. past performance and other The line-item to be procured is as follows: Item I. Capacitor. High point 59ADAPTER, CABLE, CLAMP SOL SP0935-99-R-X100 OUE 22174 evaluation factors as described in the solicitation. Contracting Officer Voltage Vacuum, Comet Part No. CY3W-1000K/50 or equal; Quantity:

POC for Information Only, POC: David Nelson Phone (614/892-1993, is Tom Comeans (614) 692-8508. Copies of this solicitation will be 12 each. All items FOB Destination. All items to be shipped, to U.S.

FAX 614-692-6924 Description: 5935-01-440-0963 nomenclature Adapter, available on the internet, requests for hard copies of the solicitation Information Agency, New York Services Branch (M/ASN), 201 Dikeman

Cable, Clamp To be manufactured IAW Naval Sea Systems Command may not be accepted. Street, Brooklyn, New York 11231. Delivery Requirement: 12-16 Weeks

(53711) dwg. 7109845. Approved Source. Burke Products (27361) s http://www.dscc.dla.mil/d/1fq-search.html Defense Supply Center ARO. The Provisions at FAR 52.212-1, Instructions to Olleross-Commer

n 7109845 Delivery schedule: 100 each within 120 days after eflective Columbus Solicitations of the Web

cial Items, and FAR 52.212-3. Qfferor Representations and .(e-mail quotes are not acceptable) Commercial tiems, are applicable to this procurement. FAR Clause 52.212- ! Alt responsible sources may submit an offer/quote which shall be consid

date of contract. Various Destinations (See clause F-7a in the Solicitater (W-343 SN278693) 4, Contract Terms and Conditions Commercial Items, is applicable

erod. See Notes:(s) 26 Copies of this solicitation are available at the to this procurement. FAR Clause 52.212-5. Contract Terms and Conditions

office address above or by taxing 614-692-2262 and will not be mailable Required to Implement Statutes or Executive Orders--Commercial Items.

until 15 days after published in the CBD. The Small Business via is incorporated by reference into this. RFQ. However, only the following

standard is 500 employees. Written requests for drawings are to be Provisions within FAR Clause 52.212-5 apply to this procurement: 52.222

submitted to Defense Supply Center Columbus, ATTN: DSCC-VICO, PO 26. Equal Opportunity: 52.222-35, Affirmative Action for Special Disabled

Box 3990, Columbus, OH 43216-5000; by Fax(614)-692-2998 a cal and Vietnam Era Veterans: 52.222-36. Affirmative Action for Handicapped

(614) 692-2344. Requests should include the IFB/RFP/RFO Number One. Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Workers; 52.222-37, Employment Reports on Special Disabled Veterans Aircraft Division, Patuxant River, MD 20670-5304 and Veterans of the Vietnam Era: 52.225-18, European Union Sanction interclosing Date

, NSN.

name and addess. FEDERAL, MILITARY ANO 51 UPGRADE OF (8) EACH MARK VII GROUND PROXIMITY WARNING for End Products: 52.225-21, Buy American Act-North American Free

COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY OSCE. The SYSTEMS SOL NO0421-99-0-1013 DUE 010499 POC David H. Hess,

Trade Agreement Implementation Act--Balance of Payments Program, proposed procurement contains an option to extend the contract person (301) 757-5918 or Clare C. Carmack, (301) 757-5919 The Naval Air Alternate I. The solicitation Provision al FAR 52.225-20, Buy American

one or more times at the discretion of the government. The state Warfare Center Aircraft division (NAWCAD) Patuxent River, MD has Act--North American Free Trade Agreement Implementation Act-Balance

shall not exceed Two years. This proposed procurement include i a sole source requirement for the upgrade of eight (8) each AlliedSignal, of Payments Program Certificate, Alternate I, and FAR 52.247-34, FOB

family" group of items within the Federal Supply Class 5935. the 1968 * Inc. MARK VII GPWS units to the configuration of AlliedSignal Part Destination are also applicable to this procurement, Evaluation: The

price may be a significant factor in the evaluation of oliers, in Number 965-0636-003-B02-802. In accordance with Federal Acquisition Government will award, a Purchase Order contract resulting from this

final award decision will be based upon a combination of price, delivery Regulation (FAR) 6.302-1, only one responsible source and no other RFQ to the responsible quoter whose quotation, conforming to this

past performance and other evaluation factor as described in the saidila supplies and services will satisły the agency requirements, AlliedSignal, RFQ, is the lowest price and most advantageous to the Government.

tion. Various increments Solicited: FROM:10 10: 500 Inc. is the sole designer, developer and manufacturer of the MARK

To be technically acceptable. quoters submitting or equal items must VII GPWS units and as such has the requisite knowledge to fulfill furnish product literature that demonstrates that the products offered

http://www.dscc.dla.mil/difa__search.html 59-Adapter, Cabile

, Ciano the requirement. Therefore, this acquisition shall be negotiated on a meet or exceed the brand-name item listed above. NOTE: Quoters respond

(W-343 SN278614) sole source basis with AlliedSignal, Inc., Redmond, Washington. It is

ing to this RFQ shall submit to the below-listed Contract ,Specialist anticipated that a firm-fixed price type Simplified Acquisition Procedure

the following information by lacsimile as part of their price quotation: (SAP) order will be awarded with delivery to take place within three

unit and extended prices for the above-listed line-item, prompt payment months from receipt of government furnished units. Final product will

terms, correct remittance address if different from the quoter's mailing be shipped to the Naval Air Warfare Center Aircraft Division, Patuxent

address, and a completed copy of the Provision at FAR 52.212-3. River Maryland. All responsible sources may submit a proposal, which

Offeror Representations and Certifications Commercial items. A company Defense Supply Center Richmond, 8000 Jefferson Davis Highway, shall be considered by the agency. Capability statements may be faxed not in possession of the above-stated FAR Clauses of Provisions in

Richmond, VA 23297-5000 to Mr. David Hess at (301) 757-5956. See Numbered Notes 26.

full text may contact the Contract Specialist for this procurement
and upon request, a copy of the requested Clause(s) or Provision(s) 012499 POC Glenn A. Poole, 864-279-3771; Emma Pfeiffer, Contracting

584 INSULATING COMPOUND, ELECTRICAL SOL SPO430-99-0-010 M con HessDHnavair.navy.mil CLICK HERE TO CONTACT THE CONTRACT

will facsimiled the company. Price quotations shall be in writing. SPECIALIST VIA EMAIL (W-343 SN278710) and they shall be accompanied by completed Representations and Certifi

Officer, 804-279-4196 NSN 5970-01-082-9128, VANY NR MIL-SPECHE cations or they will be rejected, Oral price quotations will not be

A-46146B, Group 111, Type I; Type 1 Shelf Lite 9 Months. Insulatine accepted for this procurement. Any questions (technical or otherwise)

Compound, Electrical Unit aty is 10.3 oz cartridge. Indefinite Dee related to this proposed procurement shall be in writing and shall

Purchase Order. Proposed contract period is 12 months from da be sent directly and only to the Contract Specialist, Mr. Wayne Greene,

of contract, or $50,000.00, whichever occurs first, with a 100% osten for this procurement. All price quotations are requested to be received

When calling, please be prepared to stale name, address, and solcenter Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center by the Contract Specialist, not later than COB (5 pm EST), Tuesday,

number. Requests may be made by telephone, facsimile, or to

OF USPS. See Note 9. All responsible sources may submit an elite Aircraft Division, Paturont River, MD 20870-5304 December 22, '1998, via either facsimile al (202) 205-0683 or by

which will be considered. mail to the above-stated address. All price quotations shall reference 50—AF UMITERS SOL N00421-99-Q-5107 DUE 011499 POC Susan this RFQ No. B/PA-99-111.

i www.dscr.dla.mil DSCR Home Page Cusic, Contracting Officer, 301-342-1614 The Naval Air Warfare Center Aircraft Division has a requirement for 4 each of RF Limiters part

Click here to contact the contracting officer via

gapooledscr.dla.mil Click here to contact the Contract Specialist e-mail. (W-342 SN278438)

via e-mail (W-343 SN278648) numbers EL0092, EL0093, EL0094, EL0095 and EL0096 brand name ENON or equal. Some of the salient features for the RF Limiters are frequency's of 150->450 MHZ min/2->4 GHZ min/4->8 GHZ min/8. >12 GHZ min/12->18 GHZ min. peak power of 1000W and 2000W. Average power of 50 W and 25 W and pulse width of 10 usec minimum. Delivery is required FOB Destination to Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland within 60 days after contract award. Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warlare Center WRITTEN REQUEST for COPIES of the RFQ and full details of the Columbus, OH 43216-6595

Aircraft Division, Patuxent River, MD 20670-5304 required salient features may be faxed to 301-342-1628 to the attention 59_ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS SOL 59—ANTENNA SOL N00421-99-0-5109 DUE 010899 POC Susan Case of Sue Cusic. YOU MUST INCLUDE Tax ID number. CAGE code and SPO920-99-R-X106 DUE 022199 POC David Auer CECL 614-692-7666 Contracting Officer. 301-342-1614 The Naval Air Warfare Center Birgit business size when requesting a copy of the quotation. All responsible For copies of the solicitation fax request to 614-692-2262. NSN 5990- Division has a requirement for I each of a 35 GHZ Antenna. Set sources may submit a quotation which will be considered by the agency. 01-085-3765 Synchro, Transmitter. No drawings are available. Approved of the minimum salient features of the Antenna are frequency *** See Numbered Note (1)

source: Avionics Specialties (10639) P/N 123.775. Contract duration: of 34.5-35.5 GHZ minimum, antenna gain of 50 dbi minimum @ 30 CusicSMOnavair.navy.mil CosicSM navair.navy.mil (W-343 SN278729) A one year firm fixed-price Requirements contract with a one year GHZ, peak power of 100kw - minimum and cellectors must mount of

option. Estimated two year quantity is 200 each. Delivery schedule: existing celleclor-Lo-pedestal (SA-3106) adapters (diagram is available 50 each within 120 days: balance of 25 each every 30 days thereafter. Delivery is required FOB Destination to Naval Air Warfare Center Angrat Destinations include various Dept. of Defense using activities and may Division, Patuxent River, Maryland within 180 days after contract 2011

include DSCC stock points as listed in paragraph F-7 of the master WRITTEN. REQUEST for COPIES of the RFQ and full details of 59 Electrical and Electronic Equipment Components

solicitation. All responsible sources may submit an offer which shall required salient lealures may be laxed to 301-342-1628 to the attester be considered. The alternate ofteror is required to provide a complete of Sue Cusic. YOU MUST INCLUDE Tax ID number. CAGE cade ant

data package, including data for the approved and alternate part, business size when requesting a copy of the quotation. All responsable U.S. Information Agency, International Broadcasting Bureau, for evaluation. (W-343 SN278536)

sources may submit a quotation which will be considered by the apex Contracts and Procurement Division, BPNAC, Room 2511, 330

See Numbered Note (1) CSI, SW, Washington, DC 20547

(W-343 SN2787 59_VACUUM CAPACITOR SOL B/PA-99-111 DUE 122298 POC Contact Point: Contracting Officer: Wayne Greene: Telephone: (202) 619-2339: Facsimile: (202) 260-0855. The U.S. Information Agency's International Broadcasting Bureau (USIMIBB) has a requirement to procure the below

Defense Supply Center Richmond, 8000 Jefferson Davis Highway, listed equipment components using the "Simplified Acquisition

61 Electrical Wiro, and Power and Distribution Equipment Procedures" specified in Part 13 of the Federal Acquisition Regulation puede

Richmond, VA 23297-5000 (FAR). This combined Notice/Solicitation is for Commercial Items and

59_SPLICE, CONDUCTOR SOL SPO430-99-R-0670 QUE 012999 POC is prepared in accordance with FAR Subpart 12.6, Streamlined Procedures

Bobbie Smith/OSCR-JEPD/ZW 130/804-279-3776, FAX 804-279-4297 or Detense General Supply Center, 8000 jell Davis Whery, Richmond, for Evaluation and Solicitation for Commercial Hems, as supplemented

4848 NSN 5940-01-243-6752, YPG98314000544, Splice, Conductor; IAW VA 23297-5312 with additional information included in this Notice; which constitutes

Mil Spec MIL-T-81714/11F, QPL applies. Specifications, plans or drawings 61-CABLE ASSEMBLY. SPEC SOL SP0451-99-Q-3299 DUE 01139 the only solicitation for the below-listed electrical/electronic equipment relating to the procurement described are not available and cannot

POC Contact: lor, copies of RFQ solicitations, contact the buyer Mjesen components. Quotations are being requested and a separate written be furnished by the Govt. Qualifying activity: Naval Air Warlare Center,

zable/8B735/phone (804)279-5280/lax (8043279-6 009: Contracte solicitation document will not be issued. Price wuulations submitted

Aircraft Div., 6000 21st St., Indianapolis. IN 46219-2190 Del. 448 in response to this combined CBD Notice and Request for Quotation ea to Stockton, CA 95296--130 Del--1221 ea to Mechanicsburg, PA

officer barry Complon/phone, (804)279-5 281/FAX (8043279-6009 * (RFQ) NO. BIPA-99-111 that exceed the Simplified Acquisition Threshold 17055-0789 The final contract award decision may be based upon

NO: YPG98243000941 NSN 6150-01-199-0616, cable Assembay. Spet.

McDonnell Douglas Corp. CAGE. 12464. PIN AJ4G2095-1; Midcen Cubes (as specified in FAR Subpart 2.101, Definitions) will not be considered a combination of price past performance and other evaluation factors

Co. CAGE S1880, PAN A14G2095-1. Specifications, plans or own as responsive to this RFQ. For the purpose of this RFQ, all references as described in the solicitation. This solicitation was formerly solicited

relating to the procurement described are not available and cancel to pofters" are understood to mean "quotations". and all applicable under SP0430-99-0-0093. Due to increase in dollar value, solicitation

be furnished by the government. NOTE 26 applies. unrestricted. alte FAR solicitation provisions and contract clauses, up through Federal has been upgraded to an RFP,

than full and open comp(sole source) FAR 6.302-1. more than ** Acquisition Circular (FAC) 97-06, are hereby incorporated by reference http://www.dscr.dia.mil dscr homepage

source, the final contract award decision may be based upon A combo into this RFQ. The Contracting Officer has determined that this procure- ,mil Please have the following information available: alion of price, past performance and other evaluation factors as destroy ment is appropriate for an "unrestricted procurement" pursuant to SPO #: NSN and YPG No. (W-343 SN278544)

in the solicitation. 21 EA Del to Richmond VA 23297 Dalby 1:23


Page 21

of Contracting. To receive a copy of the Request for Quotation Package, Fax a Request to 870/540-4090, or E-Mail a request to william ; or write to the above listed address. See Numbered Note 1.

william . Send e-mail requests for quotation package to the above listed e-mail address (W-342 SN278440)

83 Textilos, Leather, Furs, Apparel and Shoe Findings, Tents and Flags

National Science Foundation, Division of Contracts, Policy and Oversight, Contracts Branch, 4201 Wilson Boulevard, Suite 475,

Arlington, VA 22230 10_HOTICE OF INTENT TO PURCHASE HELP DESK TRACKING SOFTWARE SOL CPO-99-011 DUE 122198 POC POC: Katrina Barry or Contracting Officer: Steven L. Strength on 703/306-1246 The National Science Foundation intends to upgrade its current Utopia help desk software with the purchase of a help desk management and call tracking software package, Help Desk for Windows, from Royal Blue Technologies. The

software package includes licenses for 20 users and services approxiI mately 1400 computer users at the Foundation. The salient features

are: 1)must provide existing integration with Microsoft's System Manage1 ment Server(SMS) so that SMS funcions are available via the help , desk manager software, and invetory records can be related to, merged

with, and accessed directly via the help desk manager software 2)be Microsoft Back Office certified 3)provide existing capability to convert data from the current Utopia software product 4)be V2K compliant 5)include pre-formatted reports i.e. open problems, divisional problems 6)include Crystal Reports or a similar reporting system for creating custom reports 2)include asset management 8)include internet interface for technicians 9) provide capability for internet interface users 10) provide the capability for maintaining a knowledge base 1 l)provide the capability for users to track the status of their calls 12) provide the capability for users to access the knowledge base in attempting to solve problems and 13) provide for training on efficiently and effectively using the software. All interested sources may submit a capability/qualification statement to the POC listed above. Information may be faxed to 703/ - 306-0780. This procurement notice satisfies the public posting requirement in accordance with FAR Part 5.

(W-343 SN278627)

real time source debugging and unit testing; (b) Data Distribution System (ODS) is the communication equipment of CEC The baseline 2 version of the DDS computer consists of Motorola 68040 processors with vxWorks 5.3.1 OS. With the Tornado Development License for Motorola 68K Architecture, the government will be able to make software modifications as necessary to create a deliverable software package trom source code. Wind River's Windview will allow an engineer to isolate task switching and signal processing problems. Operating with the Green Hills cross compiler and the McCabe Visual Test toolset (VIT), the government will have the complete capability to perform code coverage, real time source debugging and unit testing: (c) WrapAround Simulation Program (WASP) is the simulation equipment of CEP. The WASP computer consists of Motorola 68040 processors with Vx Works 5.3.1 OS With the Tornado Development License for Motorola 68K Architecture, the government will be able to make software modifications as necessary to create a deliverable software package from source code. Wind River's Windview will allow an engineer to isolate task switching and signal processing problems. Operating with the GNU cross compiler and the McCabe Visual Test ToolSet (VIT), the government will have the complete capability to perform code coverage, real time source debugging and unit testing. Wind River Systems Inc. is the sole manufacturer and provider of this proprietary software and support. Award is to be made under Simplified Acquisition Procedures. All responsible sources may submit their quote which shall be considered by the Naval Surface Warfare Center, Dahlgren Division. Dahlgren. Va. 22448. The contractor shall provide in wriling information stating they are a valid authorized distributor of Wind River Systems Inc. The contractor shall provide the sollware and support agreements, written year 2000 compliant documentation, Cage Code. Dun and Bradstreet Number, Tax Identification Number and the published price list with their faxed quote to fax number 540-653-7016. Alin. Barbara Walters. Code SD18. THE GOVERNMENT SHALL NOT ISSUE A WRITTEN QUOTE AS ALL ITEMS ARE CALLED OUT IN THIS CBD NOTICE. The contractor must be registered in the Central Contractor Registration Data Base. All items shall be shipped FOB Destination to the Naval Surface Warfare Center, Dahlgren Division, Dahlgren. Va, 22448. Closing dale is 21 December 1998. Anticipated award date is 22 December 1998,

Naval Surface Warfare Center, Dahlgren Division (W-343 SN278649)

Defense Supply Conter Philadelphia, Attn: DSCP-FO, 2800 S. 20th

Street, Philadelphia, PA 19145 03-MODULAR COMMAND POST SOL SPO100-98-R-4062 POC Witham Kaulman, 215-731-2434, fax #: 215-737-8143 The prior posting for this solicitation is modified as follows: "The supplies on the current acquisition have been approved for production planning under the Department of Delense Industrial Preparedness Program. In order to be considered for award on the procurement, an ofteror must enter into an Industrial Preparedness Agreement ("Planned Producer). Any questions should be directed to the point of contact shown above." All other information in the prior posting thirst article, delivery dates, technical proposal, etc.) remains the same. Note 26 applies.

mil Contact the contract specialist via the above e-mail address (W-343 SN278542)

Bid Offica, SPAWARSYSCEN, Code 021B, 53570 Silvergate Avenue,

Bldg. A33, Room 0061, San Diego, CA 92152-5112 70-ADP SOFTWARE SOL N66001-99-0-1305 POC Purchasing Agent, Ms. Sylvia Proffit. Code 0211, (619) 553-3292. Contracting Officer, Ms. Melissa Dolan, (619) 553-6336. The government intends to procure on a Sole Source basis, from CEA Technologies Inc, for Software Progr ming services to port the Track Management Process (TMP) segment of the Mobile Inshore Undersea Warfare (MIUM) Graphical Dala fusion System (GOFS) software from its current UNIX based operating system o Windows NT. Anticipated award date: 99 JANUARY 29 18. Request Four Quotation (RFQ) will be prepared and made available on 01/04/ 99. Including Statement of Work. Please return quotes NLT 01/19/ 99 COB 1500 hrs Pacific Standard Time. Interested parties are invited o respond to this synopsis. Questions may be directed to Purchasing Agent responsible for this action at (619) 553-3292 Or fax request "O (619) 553-4464. While price will be a significant factor in the valuation of offers, the final contract award will be based on technically acceptable low bids. "Note 22 applies, however, all ollers received within 15 days (in lieu of 45 days) after dale of publication of original ynopsis will be considered by the Government." See Numbered Notes com any Monday edition of the CBD. The applicable Standard Industrial Code (SIC) and Size Standard is: 5045 100 employee. (W-343 SN278646)

FISC Norfolk Ace Group, Hampton Roads Detachment. 1968 Gilbert

St., Suite 600, Norfolk, VA 23511-3392 11-LOCKERS SOL N00189-99-Q-H0003 DUE 010998 POC Valerie Moore. (757) 444-2691 The proposed acquisition is for the furnishing of approximately 96 lockers in accordance with Drawing 804-1749231 "B" as modified by solicitation. Destination Worlolk, VA. For a copy of the solicitation, please submit to Fleet and Industrial Supply Center, Norfolk Acquisition Group. 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392. Attn: Bid Clerk, fax requests may be submitted to (757) 443-1424. Attn: Bid. Clerk. This acquisition is 100% Sel-Aside for Small Business. Numbered notes 1 and 26 apply. (W-343 SN 278615)

Dept of Justice, Fed Prison Industries, 320 1 st Street NW

Material Mgt Branch, Washington, DC 20534-0001 83—PLASTIC STRAPS SOL IPI-R-1229-99 DUE 011599 POC Joscie L. Barnes, 202-305-7268 UNICOR, FPI intends to enter into a Firm Fixed Price Indefinite Delivery/Indefinite Quantity type contract for Plastic Straps using Simplified Acquisition Procedures. This solicitation will result in the award of a contract with One. (1) Base Year with Two (2) Option Years if exercised. Specifications shall be in accordance with USPS Drawing # B-1048596 and USPS Drawing # B-1048597. Line Item 0001--TXRW0080. Tan Plastic Strap with hasp and link assembly. IAW USPS Drawing #B-1048596. Line Item 0002--TXRW0082, Strap assembly. Brown, belting. IAW USPS Drawing # B-1048597. The Unit of issue for each line item is "Each". This requirement is All or None, and is domestic only. Delivery is FOB Destination USP Atlanta, GA, and FCI, A. Dix, NJ, The Delivery Order Minimum (USP Atlanta, GA): 1,000 EA for line Item 0001, and 1,000 for Line Item 0002 The Delivery Order Maximum (USP Atlanta, GA): 5,000 EA for Line Item 0001, and 5,000 for Line Item 0002. The Delivery Order Minimum (Ft. Dix, NJ): 500 EA for Line Item 0001, and 5,000 for Line Item 0002. The Delivery Order Maximum (FCI Ft. Dix, NJ): 2,500 EA for Line Item 0001. and 3.000 EA for line ltem 0002. The Guaranteed Minimum Amount (USP Atlanta, GA): 2.500 EA for Line Item 0001, and 2.500 for Line Item 0002. The Guaranteed Minum Amount (FCI Al Dia, NJ): 1.000 EA for Line Item 0001, and 20.000 EA for Line Item 0002. Delivery Acceptance is 30 Days After Receipt of each Delivery Order. Additional information will be provided in the solicitation, All interested and responsible sources are encouraged to submit an offer which shall be considered. No telephone requests will be honored. A full copy of the solicitation may be retrieved from UNICOR'S web page on the designated issue date.

http://www.unicor.gov/procurement/textiles/index.html UNICOR PreSolicitation Notices

Send any written requests to the Contracting Officer at this email address: (W-343 SN 278632)

78 Recreational and Athletic Equipment

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren

Road, Dahlgran, VA 22448-5100 10-SOFTWARE AND SUPPORT SOL N00178-99-Q-0005 DUE 122198 POC Barbara Walters, Code SD18, 540-653-4904 or Susan Johnson, ode 3018, 540-653-7858 The Government intends to purchase on 1 sole source basis the following software and annual support manufacured by Wind River Systems Inc.: (1) Tornado Development License. or PowerPC SUN XPPC, one seat (1 each); (2) Jornado VxWorks Developnent License, additional architecture for Motorola 68K (l' each); (3) Windview Diagnostic and Analysis Tool (I each); (4) Annual Support and Maintenance for Tornado Development SUN XPPC (1 year); (5) lnnual Support and Maintenance for Tornado Development 68K (1 year); 6) Annual Support and Maintenance for Windview (1 year). The support and maintenance shall consist of unlimited telephone support, Monday hru Friday excluding government holidays, hours: 8AM to 5PM EST, all updates, upgrades and enhancements. The above items shall be tar 2000 compliant and written documentation addressing this issue must be provided with the vendor's quote. This software and support s required by the Naval Surface Warfare Center, Dahlgren division Software Support Activity (SSA) in support of the Cooperative Engagement Capability (CEC) Program. Wind River Systems' VxWorks is the embedded Operating System for all the CEC components' created at the Design gents' facilities. Each of the processors within the CEC components carries a ViWorks target license from Wind River. In order to perform he SSA function, the government must use the VxWorks development icense. The primary CEC Components that use VxWorks are: (a) CooperaIive engagement Processor (CEP) is the main decision and data processor For CEC. The baseline 2 version of the CEP computer consists of PowerPC (PPC) processors with VxWorks, 5.3.1 OS. With the Tornado Development License for PowerPC, the government will be able to make software modifications as necessary to create a deliverable software Dackage from source code. Wind River's WindView will allow an engineer to isolate task switching and signal processing problems. Operating with the Green Hills cross compiler and the McCabe Visual Test Toolsel VIT) the government will have the capability to perform code contact

Department of The Army, Directorate of Contracting. Building 622,

Fort Stewart, Georgia 31314-5189 16-PROVIDE SPORTS OFFICIALS, FORT STEWART, GEORGIA, YOUTH SERVICES SPORTS PROGRAM. SOL DAKF 10-99-8-0004 DUE 012499 POC POC Sandy Sanders. (912) 767-2445, for quetions regarding solicitation request; Richard D. Collins. (912) 767-2433. Contract Specialist or Carolyn Barney. (912) 767-2967, Contracting Officer, for questions relating to the solicitation package itsell. The army requires a requirements type contract to provide Sports Officials, fort Stewart, Georgia, Youth Services Sports Program. Sports includes Baseball (7-8 Pee Wee. 9. 10 Mites. 11-12 Midgets. 13-14 Juniors.& 15-18 Junior/Maj). Softball, Football and Basketball. Services shall commence | May 1999 and continue through 30 April 2000 with an option to extend the term of the contract for two.(2) addition one (1) year periods. All responsible business business concerns may submit a bid which will be considered. When requestion a package, indicate the solicitation number, DAKF1099-B-0004, and give a breil description of the project*****

http://www.stewart.army.mil/doc/intro.him// "DOC Homepage“ (W-343* SN278719)

Dept of Justice, Fed Prison Industries, 320 1st Street NW

Material Mgt Branch, Washington, DC 20534-0001 83—SEWING THREAD (THDO21U), SOL IPA-R-1228-99 DUE 010599 POC Joscie L. Barnes, 202-305-7268 Solicitation number IPI-R-122899 is hereby amended to included that - this ilem is domestic only. All other terms and conditions are to remain unchanged.

http://www.unicor.gov/procurement/textiles/index.html UNICOR Solicitation Notices

Modification to a Presolicitation Notice (W-343 SN278701)

Commander, Pine Blutt Arsenal, 10020 Kabrich Circle (SIOPB

PO), Bldg. 17-120, Pine Bluff, AR 71602-9500 81-RING, FILLER SOL DAAA03-99-1-0038 DUE 011098 POC William A. Gibbons, 870-540-3042 Ring. Filler: IAW OWG 125775678 did 4 Nov 96 and NOR R8K 2006 did 13 Mar 98. Quantity 931.490 each, with a 100% option. F.0.8. Destination -- Pine Bluff Arsenal, Pine Bluff. Arkansas, 71602-9500. RFO DAAA03-99-1-0038, Issued on 08 Dec 98 with closing O/A 18 Dec 98. All responsible small business sources may submit a quote, which will be condsidered by the Directie

Detonse Supply Center Philadelphia, Attn: DSCP-FO, 2800 S. 20th

Street, Philadelphia, PA 19145 84-HAT, SUN, HOT WEATHER, DESERT CAMOUFLAGE, TYPE'IL SOL SPO100-99-R-0019 DUE 121598 POC Herbert Sterling/215-737-5637 REVISION TO PREVIOUS CBD SUBMISSION OF 25 NOVEMBER 1998 (SUBMISSION NO. 274411). DUE DATE OF 15 DECEMBER 1998. Solicitation SP01009C-R-001. PINN 99C0075 Item: Hat. Sun, Hot Weather, Desert Camou

The Le puiicitation will result in an Indelinte Delivery!

Isspe Ma PSA-2240: Friday, December 1, 1998

Indefinite Quantity Type Contract (IDTC). Destination Defense Depot Me., chanicsburg, PA. (SW3100-SAT) Caution Notice: This solicitation will, be issued as an Unrestricted Negotiated Acquisition (In lieu of a Total Small Business Set Aside)utilizing Best Value Source Selection Procedures, the evaluation factors listed in descinding order of importance are as follows: 1 Product Demonstration Model (PDM) 2 Past Performance Experience Information 3. Socioeconomic Consideration 4.DLA Mentoring Business Agreement Program Note: The initial closing date of 121598 mains unchanged.

Herbert Sterling/ Herbert Sterling/ paa3984dscp.dla.mil (W-343 SN278535)

most advantageous to the Government. The Evaluation will be based, upon conformance to the Construction Drawing. Floor plans, & Case Elevations, delivery schedule, price, and past performance. The award of a firm. fixed-price type contract is anticipated. This requirement is a small business set aside. The applicable Standard Industrial Classic fication Code is 7389. Business Services, N.E.C., Size Standard $5.M. The proposals will be due fifteen (15) calendar days from the publication date if this synopsis on December 23, 1998, whichever is later. The solicitation will be released not later than December 11. 1998. Interested parties should submit a written sequest (via mail or facsimile transmission, to (301) 480-3345) for a copy of the solicitation number NHLBI-OR99-385, to the National Heart. Lung. and Blood Institute, Contracts Operations Branch, Procurement Section, Building RKL2; Room 6150, 6701 Rockledge Drive, Bethesda, Maryland 20892-7902, AttentionMi. Livie V. Spearman, Ill, All responsible sources may submit a proposal, which if timely received shall be considered by the agency. See Numbered Note 1.

spearmal@gwg ate nhlbi.nih.gov (W*** 343 SN278623)

A Research and Development

USDI, Bureau of Land Management, 2135 Butano Drive, Sacramento,

CA 95825 87—GRASS/ALFALFA/HAY SOL BAQ990002 DUE 010499 POC Ann Marie Carlson 916-978-4522 The Bureau of Land Management (BLM). Ridgecrest Wild Horse and Burro corral facility has a requirement for 370 tons of alfalla hay and 200 tons of grass hay, 1998 crop. The allalla hay must be a minimum of 60% alfalla with not more than 40% grasses (per bale), and the grass hay must be a minimum of 20% grass with no more than 30% allalta (per bale), used for food for domestic animals, cured, cut, and stored for fodder, delivered F.O.B. Destination. Delivery shall be within 25 calendar days from award of purchase order. See Note 1. All responsible sources may submit an ofter which will be considered. (W-343 SN278609)

Regional Contracting Department (Code 2011, Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI

96860-4549 99-RECYCLING FOOD SOL N00604-99-Q-A373 DUE 012599 POC POC Kathy Lyons, (808) 474-2397, Ext 205. Purchasing Agent. Marguerite K. Mattson, Contracting Officer Services for recycling of food for various government facilities, period of performance will be for base year 01 Jun 1999 theu 31 May 2000 with four (4) option periods. Solicitation not available until 15 days after published in the CBD. All responsible sources may submil a proposal which shall be considered by this agency. If you desire bid documents, you may fax your request to (808) 474-8885 of 471-0811, attn: Kathy Lyons or by writing the contracting office above. Requestor to provide name, address, telephone and tax number. IMPORTANT NOTE: All contractors must be registerd in the “Central Contractor Registration" (CCR) database to be eligible for Department of Defense (DOD) contract awards. See numbered Note 1. (W-343 SN278650)

Directorate of Subsistence, Defense Supply Center Philadelphia, Attn: DPSC-HFV, 2800'S. 20th Street, Philadelphia, PA 19145.

5099 89-MILK AND ICE CREAM PRODUCTS SOL SPO300-99-R-0027 DUE 012899 POC Contact: Mary Keller, Contract Specialist at 215-7372919 or Maureen Stellani, Contracting Officer at 215-737-2940 Milk and Ice Cream Products for Fort Campbell, Hopkinsville, KY and Federal Medical Center Lexington, KY with a delivery period of 12 months beginning 01 May 1999 and ending 30 April 2000. This is an Unrestricted Acquisition and all material used in fabrication are to be furnished by the successful bidder(s). All responsible sources may submit a proposal, which shall be considered by the Agency. (W-343 SN278633)

DHHS/National Institute on Alcohol Abuse and Alcoholism, Contracts Management Branch, Wilco Building. Suite 504, 6000 Executive

Boulevard, MSC 7003, Bethesda, Maryland 20892-7003 B- DOCUMENTATION OF PROJECT MATCH DATA TAPE POC J. Kostolansky. Contract Specialist. (301)443-1191 CNT NOIAAS2001 AMT $33.500 LINE AA 98-17 DID 120998 10 University of Connecticut Health Center, Department of Psychiatry, 263 Farmington Avenue, fataington, CT 06030-1410 http://www.haaa.nih.gov NIAAA Home Page sreichar@wiliconiaaa nih.gov Sandra Reichard (W-343 SN27860?)

C Architect and Engineering Services Construction

Administrative Office of the US Courts, OFSAS-CO, Ste. 6-358,

Washington, DC 20544 C-ARCHITECT-ENGINEERING MULTIDISCIPILINE SERVICES POC 34*3 Reavis, (202) 273-1468 CNT USCA 99-5048 AMT $15,000.00 mm guarantee with a maximum ceiling of $500,000.00 per each contact period. LINE All line items DID 120798 10 Polysonics Corporate, 5115 MacArthur Bivd., NW, Washington, DC 20016 (W-343 SN2,834.

Directorate of Subsistence, Detense Supply Center Philadelphia, Attn: OPSC-HFV, 2800 S, 20th Street, Philadelphia, PA 19145-

5099 89—BREAD AND BAKERY PRODUCTS SOL SPO300-99-R-0025 DUE 021199 POC Contact: Andrea Mascaro, Contract Specialist at 215737-3644 or Lois Dyduck. Contracting Officer at 215-737-5896 Vandenberg AFB, CA, Port Hueneme. CA, and Point Mugu, CA-Troop issue require Bread and Bakery Products for deliveries starting 01 May 1999. The contract period will be twelve (12) months. This acquisition will be issued Unrestricted. Materials used in fabrication are to be furnished by the offeror(s). All responsible sources may submit proposals which will be considered by the agency. Solicitation requests may be transmitted via Facsimile at 215-737-7081 Attn: DSCP-HFVW. Anticipated Solicitation Issuance Date is 14 January 1999. (W-343 SN278638)

USDA Natural Resources Conservation Service, 3737 Government

Street, Alexandria, A 71302 99-BOUNDARY MARKER SIGNS SOL NRCS-10-LA-99 DUE 010899 POC Patti D. Woods, Contracting Officer (318) 473-7645: Fax No.: (318) 473-7682 Work consists of producing and distributing 50.000 3"x5" Wetlands Reserve Program (WRP) boundary marker signs. The signs will be aluminum of a 060" thickness with rounded corners and 1/ 4* inch holes drilled at the top and bottom. The sign will contain a blue color text on a white background. Text and logo to be provided by the Government. The signs will be distributed throughout the United States by the Contractor within 30 calendar days of award Options for additional quantities will be included in the proposed contract, This project falls under the simpllied Acquisition Procedures. The proposed contract is 100% set aside for small businesses. The SIC code is 3993. The solicitation package will be issued 12/24/98. Quotes are due to the Contracting Ollicer, noted above. not later than 1/8/99. 1:00pm local time. Award will be made based on price past performance, and ability to deliver in accordance with the required schedule. (W343 SN278651)

Oc-Alc/oir of Contracting, 7858 5th St Ste 1, Tinker Air Force

Base, OK 73145-9106 IMOVING HOUSEHOLO GOODS @ TINKER CNJ F34650-98-0-2236 F34650-97 R-0106 AMT $338.578 DID 113098 TO Edmonds Trans. And Storage. 2100 Se 6916 St, Oklahoma City OK 73149-6007 9 343 SN278530)

National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room

6100, MSC 7902, Bethesda, MO 20892 99--EXHIBIT FABRICATION & CONSTRUCTION SOL NHLBI-OR-99-385 DUE 122398 POC Mr. Livie V. Spearman, III, (301) 435-0352 The National Heart, Lung and Blood Institute of the National Institutes of Health has a requirement to fabricate, construct, and install the National Library of Medicine's "Breath of life" Exhibition to be held March 23, 1999 through June 30, 2000. The "Breath of Life" Exhibition is a collaborative effort between the National Institutes of Allergy and Infectious Diseases, the National Heart, Lung, and Blood Institute, the National Institute of Environmental Health Sciences, and the National library of Medicine that will highlight the history of asthma, the experiences of people with asthma, and contemporary efforts to understand the disease. The fabrication, construction, and shipment of the exhibit must be completed not later than March 5. 1999. The Otteror is required to submit a technical proposal of how the exhibit will be constructed as outlined the Construction win Floor plans & Case Elevations, detailed work I completion schedule, detailed price breakdown, and a minimum of three (3) relerences from clients of previous exhibits similar in magri te Award will be made to the responsible offeror whose ofler angeste to the solicitation will be

Supply Officer Code LSCRP, Marine Corps Base, Hawaii, Box 63063.

Kaneohe Bay, HI 96863-3063 99-LAUNDRY SERVICES, FOLD, BUNDLE AND DELIVER, LINEN AND APPAREL ITEMS. SOL M00318-99-0-0034 DUE 121898 POC Patty Lee, Purch Agent (808)257-0044/Diane Ramil, Purch Supv. (808)257. 0094 Marine Corps Base Hawaii, Kaneohe Bay, anticipates award of a Laundry Service requirements type contract, for the following items: Linen Articles (sheets, bedspreads.pillow cases, mattress covers. pads, loam pillows) organizational items: (blankets.poncho liners, sleeping bags, cov. ers, coveralls. drawers, undershirts, held jackets.liners, helmet covers.ca parka,shooting jackets dental smocks, watch caps, surgical covers, medi. cal towels)mess hall items (reinigeration jackets, trousers.print shirt,tablecloths, table napkins, aprons). Contractor shall pick up.wash fold, bundle and deliver items listed above. Quantities vary lo commence Base period 1/1/99 thru 9/30/99 first option period 10/1/99 thru 91 30/2000, second option period 10/1/2000 thu 9/30/2001. All responsible sources may submit a quole which shall be considered by this agency. Please fax your request for the solicitation package to (808)257-2350 and include with your request your phone and tax number, solicitations will be written. Anticipated award dale is 1/1/99 see note 1. (W. 343 SN 278661)

OC-ALC/PKOSS, 7858 5TH ST STE I, TINKER AIR FORCE BASE,

OK 73145-9106

-MAINTENANCE OF LAND MOBILE RADIO EQUIP CNT F34550-**C-0018, F34650-98-R-0092 AMT $61,225 DTD 120398 TO Motorola Us Federal Government Markets Div, 1230 Parkway Dr. Hoover M5 21076 130711-343 SN278531)

It Space and Naval Warfare Systems Command, 4301 Pacific Nighway,

San Diego, CA 92110-3127 * R-INFORMATION WARFARE DEFEND ENGINEERING AND PROGRAM UPPORT POC Contract Specialist-frederick Renz (619)524-7203; Con acting Officer-Marcia C. Rutledge CNT N000039-99-C-3103 AMT 72,224,103.00 DID 111098 TO Booz-Allen and Hamilton, 8283 Greensboro Five, McLean, VA 22102

Click here to contact the contract specialist 1-342 SN278454)

US Army Corps of Engineers, Dist Now Orleans, PO Box 60267,

New Orleans, LA 10160 Y-WESTWEGO TO HARVEY CANAL, U., HURRICANE PROTECTION LEVEE V-LINE LEVEE, EAST OF VERTEX, SECOND LIFT, LOUISIANA HIGHWAY 3134 TO ESTELLE PUMPING STATION, JEFFERSON PARISH, LOUISIANA POC Mrs. Shelia Enclade. (504) 862-1514 CNT DACW29-99-C-0014 AMT $281,950.00 LINE 0001 thru 0004 DID 120898 TO Weeks Marine, Inc., 100 James Drive, Suite 270, SI. Rose, Louisiana 70087 (W-343 SN278647)

Defense Supply Center Columbus, PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 10_CONE ASSY, TAIL SOL SP0740-98-0-3529 CNT SP0740-99-M1045 AMT $28,810.00 LINE 0001 THROUGH 0002 DTD 120898 TO Marvin Engineering Co Inc 260 W Beach Ave Inglewood CA 90302-2903 (1343 SN278550)

Utilities and Housekeeping Services

Department of the Navy, Atlantic Division, Naval Facilities

Engineering Command, Attention: 02140, 1510 Gilbert Street, 11

Norfolk, Virginia 23511-2699 195-COMPETITIVE ELECTRICITY WITHIN PENNSYLVANIA POC Contract

3 Officer (Jean Mann) 757-322-4662 CNT N62470-98-C-3610 AMT

1,998,561.83 DID 111098 TO HORIZON ENERGY dba EXELON ENERGY. 25 CHESTERBROOK BLVO 61C-1, WAYNE, PA, 19087

mann; @eldlant naviac.navy.mil click here to contact Contracting icer Jean Mann (via email) (W-343 SN278582)

U.S. Army Engineer District, San Francisco, COE, Attn: CESPN- CT, 333 Market Street, Room 704, San Francisco, CA 94105-

2197 Y-MAINTENANCE DREDGING OF REDWOOD CITY HARBOR, SAN MATEO COUNTY, CALIFORNIA POC Thomas E. Stallings. Contract Specialist. (415) 977-8518 CNT DACW07-99-C-0003 AMT $2.265,300.00 LINE 0001 & 0002 DID 120198 TO Manson Construction Company. 5209 East Marginal Way South, Seattle, WA 98134

NA NA NA NA (W-343 SN278653)

Commander, Naval Air Systems Command (Code 2.2), 47123 Buse

Road, Bldg 2212. Patuxent River, MD 20670-1541 14-POST PRODUCTION SUPPORT ANALYSIS POC Contact: Mark Krzysko. Phone: (301)757-7141 CNT P00029, NO0019-97-C-0099 AMT $1.413.089.00 LINE 0031 & 0032 DIO 120998 TO McDonnell Douglas Corporation, P.O. Box 516. St. Louis, MO 63166

krzyskome jfk@navair navy.milkrzyskome.jfk@navain .navy.mil (W-343 SN278591)

15 Aircraft and Airframe Structural Components

Commanding Officer, NAVFAC Combined Acquisition Office,
Jacksonville Region, P.O. Box 139, Jacksonville, Florida 32212-

0139 S-SOLID WASTE COLLECTION AND DISPOSAL SERVICES, NAVY PUBLIC RKS CENTER JAX POC Diane Bazemore, 1904) 542-3358. extension

CNT N68931-99-0-0002 AMT $7.442.461 DID 120898 TO CSI Waste vices, Inc., 5169 W.12th Street, Jacksonville, FL 32259 click here to contact the contracting cer via-email (W-343 SN278595)

US Army Corps of Engineers, CESPL-CT.P.O. Box 532711, Los

Angeles, CA 90053-2325 Y-HET PLATOON MAINTENANCE SHOP, FORT IRWIN, CA POC Maria Cisneros, Contract Specialist (213) 452-3242 CNT DACA09-99-C-0002 AMT $1.285,000.00 DID 112498 TO Pacilic Alliance Contractors, Inc. 5725 Kearny Villa Road, Suite A. San Diego, CA 92123-1134 (W-343 SN278667)

Commander, Naval Air Systems Command (Code 2.3). Patuxent

Naval Air Station, Bldg 2272, Lexington Park, MD 20670 15--+-6 CONTRACTOR LOGISTICS SUPPORT POC Deidre M. Murree. Air-2.3.1.4.1. (301) 757-4007 CNT N00019-99-C-0016 AMT $23,160,584 LINE n/a DID 120998 TO The Boeing Company. Boeing Defense & Space Group. Information & Surveillance Systems, P.O. Box 3999, Seattle, WA 98124

none N/A-Award Synopsis

murreedm.it@navain navy.mil (W-343 SN278624)

63 Alarm and Signal, and Security Detection Systems

Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Research Development and Engineering Center, Redstone

Arsenal, AL 35898-5000 50–INFRARED SEARCH TRACK DEVICE POC (ACRDÍA, Eiermann, Conacting Officer, 256-876-1470 CNTOAAH01-99-C-R-062" AMT

AM . $28,679.00 LINE 0001, 0001AA, 0001AC. 0001AD. 0003, 0003AA, JO3AB, 0004 OTO 120998 TO Pilkington Optronics Barr and Stroud nited: 1 Linthouse Road, Glasgow, Scotland G51 4DZ (W-343 SN278698)

1998 THE POC IS MS. ELAINE SEGAL WHO CAN BE REACHED AT 215697-9078. MAILING ADDRESS IS LISTED BELOW AS WELL. EMAIL ADDRESS IS: esegal@disc dia.mil FAX. (215)691-3630 OR MR. CLIFTON MOORE BY TELEPHONE AT (215)697-1003, BY E-MAIL cmoore@disc dla mil, OR BY FAX #1215)697-3630. Defense Industrial Supply Center (DISC) 700 Robbins Ave. Philadelphia, Pa. 19111 ALIN: Elaine Segal/DISC-APC (W343 SN278492)

Oc-Alc/Dir 01 Contracting. 3001 Staff Dr Ste lag76a, Tinker Air

Force Base, OK 73145-3015 63–CE CONTROLLER; P/N 97690000-001; 6 EA 6340013102536HS CNT F34601-99-M-0112. 134601-98-1-0161 AMT $30,492 DTD 120498 10 Dne Technologies Inc. Po Box 30. Wallingford CT 06492-0030 (l343 SN278528)

REQUEST FOR INFORMATION PSN # RFI01 MARKET RESEARCH Direct Vendor Deliveries (DVD) What type DVD capability do you currently have in-place, and are you capable of distributing to a broad range of customers? Strategic Alliances Do you have arrangements with industry partners? If so, what type of arrangements? Example(s) formal/informal agreements, etc. Products Do you supply single industrial product lines or multiple products such as fasteners, o-nings & gaskets, miscellaneous hardware, etc? Capacity What number of industrial items are you capable of stocking and distributing to customers on a DVD basis? Supply Availability What is your position on the items listed below? Example: How would you do business with these type items a low demand items Q Hard to obtain items (limited sources) Long lead items altems with special manufacturing processes and or quality requirements Distribution What are your routine delivery timelines? How would you', satisty urgent deliveries that are required within 24hrs? Transportation Are transportation costs generally included regarding the cost of supplies or charged on a per shipment basis? ECI/EDI What current system capabilities do you have in-place? Purchase Orders Do you have minimum order requirements? If so, How are minimum orders determined? Example: By type of item, How packaged In general, what are your minimum ordering requirements? (W-343 SN278493)

DISC INVENTORY LOCATOR SYSTEM Subject: Announcement for CBD for DILNet Defense Industrial Supply Center (DISC) Inventory Locator Network for Fasteners and Industrial Hardware DISC Inventory Locator Network (DILNet): The Defense Industrial Supply Center is looking for the Best of the Best in Government Contractors to participate in a brand new, innovative inventory locator system, whose goal is to match our customers' needs to your "off-the-shelt" inventory. All you have to do is electronically provide a daily listing of your inventory that is available for purchase to DISC. This information is then accessible by military customers of industrial hardware and fasteners. Your inventory IS screened daily in an attempt to satisfy customers' requisitions expeditiously. Participation in Dil Net is limited to quality suppliers of industrial fasteners and hardware I(Federal Supply Group (FSG 53), eg, screws. bolts, studs, nuts, washers, nails, keys, rings, dins, rivets, O-rings, and other lastening devices and hardware) To find out how your company : can increase sales with just the stroke of a keyboard, contact Janet Moseley at (215)-697-2716. FAX (215)-697-0485, or send email to: or visit our web site http:/www.disc dia.mil/diinet. (W-343 SN278494)

Detense Supply Center Columbus, PO Box 16595 DSCC-PBAB Columbus, OH 43216-6595 ELECTRONIC COMPONENTS ASSEMBLY CNT SP0960-99-M-1661 $67,700.00 LINE 0001 THROUGH. 0002 DTD 120898 TO Alektronics 3510 Stop Eight Rd Dayton OH 45414-3457 (1-342 SN278467)

lefense Supply Center Columbus, PO Box 16595 DSCC-PBAB olumbus, OH 43216-6595 -SYNCHRO, TRANSMITTER SOL SPO930-99-Q-A008 CNT SP09301430 AMT $73,462.08 LINE 0001 THROUGH 0002 DID 120898 ID Industries Inc 4550 US Hwy i Grant FL 32949-4909 141278469) *

REQUEST FOR INFORMATION PSN # RF101 SUBJECT: REQUEST FOR INFORMATION PSN # 99RFIOL THE DEFENSE INDUSTRIAL SUPPLY CENTER IS INTENDING TO IS A SOLICITATION FOR AN EST ED 40005000 INDUSTRIAL ITEMS IN THE 53 STOCK CLASSES. THE PURPOSE OF THE ACQUISITION WOULD BE TO SUPPORT CONUS MILITARY USERS. THIS WILL BE BROKEN DOWN BY INDEPENDENT EASTERN AND/OR MESTERN SOLICITATIONS OR AS A TOTAL CONUS TYPE SUPPORT BASED ON BEST COMMERCIAL BUSINESS PRACTICES. THIS IS NOT AN INVITATION FOR BID (IFB). A REQUEST FOR PROPOSAL (REP) OR A REQUEST FOR QUOTE (RFQ). IT IS A NOTICE OF THE INTENTION OF THE DEFENSE INDUSTRIAL SUPPLY CENTER TO ISSUE A SOLICITATION IN THE IMMEDIATE FUTURE. THE PROPOSED AWARD INSTRUMENT WILL BE A FIRM FIXED PRICE, OVO (DIRECT VENDOR DELIVERY) CONTRACT. THE CONTRACT WILL HAVE A TWO-YEAR BASE PERIOD AND WILL INCLUDE AN OPTION FOR THREE ADDITIONAL YEARS THIS NOTICE IS BEING ISSUED TO CONDUCT A MARKET SURVEY IN ORDER TO IDENTIFY POTENTIAL SOURCES OF SUPPLY AND TO OBTAIN FEEDBACK FROM INDUSTRY AS TO THE FEASIBILITY OF THE PROPOSED ACQUISITION, SPECIFICALLY ISSUES IN THE AREAS OF PRICING AND DELIVERY. (See Attachment 1.) PRICING: AS STATED ABOVE, THE SOLICITATION'S REQUIREMENTS WOULD ENCOMPASS AN ESTIMATED 4000-5000 NSNS. DISC IS LOOKING FOR COMMENTS FROM INDUSTRY IN REGARD TO THE POSSIBILITIES OF PRICING A REQUIREMENT OF THIS MULTITUDE, OR IF NOT FEASIBLE, ALTERNATE STRATEGIES OR TECHIQUES THAT MAY BE IMPLEMENTED IN ORDER TO ACCOMPLISH THE TASK. DELIVERY: THE MILITARY USERS HAVE EXPRESSED A DESIRE TO OBTAIN A DELIVERY TIMEFRAME OF FIVE (5) SEVEN (7) DAYS FOR ROUTINE REQUIREMENTS AND AS LOW AS TWENTY-FOUR HOURS FOR URGENT REQUIREMENTS. COMMENTS ARE REQUESTED AS TO THE FEASIBILITY OF THESE REQUIREMENTS. IT SHOULD ALSO BE NOTED THAT THERE WILL BE A LARGE CUSTOMER BASE WHO WILL BE REQUISITIONING MATERIAL, WHOSE PURCHASE ORDER FREQUENCY AND THE AMOUNT ORDERED WILL VARY BASED ON THE CUSTOMERS' INDIVIDUAL NEEDS. THE MINIMUM ORDER DOLLAR VALUE TO THE CONTRACTOR WILL BE $5.00. FOB POINT WILL BE DESTINATION. ALTHOUGH FAST PAY PROCEDURES WILL BE IN EFFECT. CLAUSE E010. INSPECTION OF SUPPLIES-FIXED PRICE, WILL BE IN THE SOLICITATION AND AWARD IN ORDER TO RESERVE THE GOVERNMENT'S RIGHT TO INSPECT. CONTRACTOR MUST HAVE A QUALITY SYSTEM EQUAL TO ISO 9002. 10 SATISFY INDIVIDUAL CUSTOMER QUALITY REQUIREMENTS, THE CONTRACTING OFFCER MAY REQUEST MATERIAL CERTIFICATIONS TO ACCOMPANY SOME SHIPMENTS. A DISKETTE IS AVAILABLE UPON REQUEST WHICH CONTAINS APPROXIMATELY 2700 NSNS AND IS A SAMPLING OF THE TOTAL SOLICITATION PACKAGE. NSNS ARE ALSO AVAILABLE BY EMAIL IF REQUESTED. ****NOTE: U IS RECOMMENDED THAT ALL REQUESTS FOR ADDITIONAL INFORMATION BE ACCOMPANIED WITH A MAILING ADORESS AS WELL 1:S AN EMAIL ADDRESS. PLEASE RESPOHD Y CO.B. 29 LECEMBER

efense Supply Center Columbus, PO Box 16595 OSCC-PBAB plumbus, OH 43216-6595 MICROCIRCUIT, MEMORY SOL SPO960-99-0-0238 CNT SP0960564 AMT $30.360.00 LINE 0001 DID 120898 T0 Avnet inc Hamilton

Div 7760 Washington Village Di Daylon OH 45459-4017 (1278470)

INDUSTRIAL SPARE PARTS-REQUEST FOR INFORMATION REQUEST FOR INFORMATION (RFI) SPO500-98-1-A002 This Request for Information (RFI) is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR), and is not a Request for Proposals (RFP). The Government does not intend to pay for any information furnished pursuant to this RFI, The Defense Industrial Supply Center (DISC) seeks your expression of interest and any suggestions regarding DISC's desire to establish supply chain management support for spare parts and industrial hardware used in ground vehicle and aircraft repair at United States military sites in Europe, and possibly in southwestern Asia and northeastern Africa. This supply chain management initiative will encompass approximately 20.000 items of spare parts and industrial hardware for the maintenance, overhaul and repair of military and commercial ground vehicles and aircraft. DISC desires to capitalize on the total supply chain management and integrated logistics currently being demonstrated in private industry by forming a strategic alliance with one or more private sector partner(s) known as "Industrial Prime Vendors (IPVS).” Initially, DISC intends to establish IPV support for U.S. Military sites in Europe and possibly in southwestern Asia and northeastern Africa. Depending upon the nature of the responses to this RFI, the V. S. military sites may be divided into a number of independent "zones," or designated as a single zone for purposes of evaluation and award. Each contract entered into under this program will include surge and wartime readiness sustainment requirements. The types of items within the scope of the IPV program will include those items associated with the maintenance, overhaul and repair of military and commercial ground vehicles and aircraft, including, but not limited to, items currently cataloged under the following Federal Stock Classes (FSC) 1015, 1280. 1377, 1560, 1620, 1630, 1650. 1660. 1670, 1680,1730. 2640, 2835, 2840, 2915, 3020. 3040, 3110, 3120, 3130, 4010, 4020. 4030, 4130, 4140, 4240, 4320, 4330, 4540, 4710. 4720, 4730, 4810. 4820, 5305, 5306, 5307, 5310. 5315, 5320, 5325, 5330, 5335, 5340,5344. 5350, 5355, 5360, 5365, 5640, 5905, 5906, 5910, 5920, 5925, 5930. 5935, 5940, 5945, 5950. 5961, 5970. 5975, 5980, 5985, 5990, 5995, 5999. 6110, 6140, 6145, 6150, 6210, 6220, 6230, 6240, 6250, 6260. 6310, 6620, 6625, 6685. 6810, 6830. 6850. 6930, 7240. 7340, 7350, 7510, 7530, 7920, 8030, 8140, 8305, 9160. 9330, 9390, 9505,

et And Industrial Supply Center Seal Beach Detachment, Naval apons Station, Supply Dept., Bldg. 239, Code 2100, 800 Seal Ech Blvd., Seal Beach, CA 90740 POWER MONITOR AND CONTROL SYSTEM INCLUDING INSTALU O SITE SURVEY POC Contracting Officer, Dorothy Rodgers: Contract 4, G. Yeh, (562)626-7365 CNT NOO244-99-C-0004 AMT $161.985 2498 TO Square D Company Inc. 1415 South Roselle Road, IL 60067 (W-343 SN278678)


Page 22

US Government Printing Office Superintendent of Documents

Periodical 9510, 9515, 9525, 9530, 9535, 9540, 9905, 1005, 1010, 1240, 1290, Washington, DC 20402 2090, 2510, 2520, 2530, 2540, 2590, 2610, 2805, 2815, 2910, 2920,

Postage and Fees Paid 2930, 2940, 2990, 3010, 3030, 3820, 3830, 3940, 4210, 4310, 4910, 4930, 5331, 5339, 5345, 5364, 5977, 6105, 6115, 6130, 6135, 6160, OFFICIAL BUSINESS

U.S. Government Printing Office 6350, 6365, 6510, 6515, 6530, 6545, 6635, 6640, 6645, 6680, 6695, PENALTY FOR PRIVATE USE $300 7690, 9340, 9520. Page 2 of 3 The type of contract contemplated

USPS 966360 for the IPV program is a firm, fixed price, or fixed price with economic price adjustment, indefinite quantity contract with a base period and one or more one-year option periods. Current IPV contracts in the United States have a two-year base period with three (3) one-year options. Suggestions for other long-term arrangements will be considered. We anticipate the use of Electronic Commerce. Any response to this RFI should include comments regarding the use of information systems to provide for asset visibility, order and receipt transmission, and reports. Methodologies that warrant consideration include, but are not limited to, supply replenishment as determined by the IPV, and/or supply replenishment under a requisition delivery order system. Some of DISC's integrator/supply support expectations under the Contract(s)

100 will be as follows: (a) It a determination is made to award a contract

***************3-DIGIT

* under which the Contractor will be responsible for determination of

408AF stock levels and actual supply replenishment, the Contractor will be

A CO NY PU188N DS required to maintain the stock levels. (b) If a determination is made

NY PUBLIC LIBRARY to award a contract under which requisitions and delivery orders are involved, the Contractor will be required to deliver directly to the

LENOX BRANCH end user at the U.S. Military site. (c) The Contractor's performance

188 MADISON AVENUE will be expected to evolve to a 100 percent fill-rate by the end of

NEW YORK

NY 10016 the first year of the base period of the Contract. A 100 percent fill-rate in the supply replenishment methodology means that the bin, box, shelf, or other container of the parts will have the part available when the mechanic goes to the container with a requirement. In the case of a contract with requisition/delivery order methodology, the 100 percent fill rate means that all orders are delivered to the usert consignee destination on time. In either instance, appropriate adjustments

wil,!?;"bon 1:44 30 803.14 would apply if excusable delay exists. Incentive provisions will be considered. (d) The Contractor will deliver products which will conform to the requirements of cited specifications, drawings, standards, quality assurance provisions, approved part numbers, as described in the order, and will comply with any Department of Defense (DOD) Authorization

is Pat Savini (215)697-2325 FSC's 7125 and 7195 are assigned to U.S. Department of Defense. DSCP annually provides over $3.5 bilier Act or Appropriation Act restrictions, 'when applicable, as set forth

DISC-W, point of contact is Trudy Regan 215)697-6963 Additional in food, clothing and textiles, medicine, medical and some petera in Part 225 of the Defense Federal Acquisition Regulation Supplement

information about DISC, the EBB, and the DLA Federal Stock Class supply items to America's military members worldwide and other for (DFARS 225). The successful Contractor may own and manage its i Transfer is also available on DISC's Home Page on the World Wide Defense Department customers. (W-343 SN278658) own international distribution network based in Europe or elsewhere

Web. To access the Home Page, use your www browser and the following that is capable of supporting the requirements of the U.S. military

Unified Resource Locator (URL): http://www.disc.dla.mil

. (W-343 bases in Europe, southwestern Asia and northeastern Africa. Page 3

SN278533) of 3 Alternatively, the successful Contractor may partner with European or other international warehouse and distribution companies to provide

MICRO-POROUS CARBON FOAMS Sandia National Laboratories to such support. Alternate methodologies may be considered. DISC invites your written comments, suggestions and ideas regarding this APV initiative.

sesses specialized expertise in polymer chemistry and macromolecular Please include your comments regarding the feasibility and cost effective

physics across a wide range of materials applications to yield microcellata

AMENDMENT 0001 TO SOLICITATION N00421-97-R-1353 This notice ness of this IPV initiative, and provide a summary of your experience

materials and their derivatives, engineered to provide unique performina is regarding solicitation N00421-97-R-1353 dated 02 November 1998 in similar undertakings. We desire to formulate a RFP using Best

advantages. Computational tools using proprietary code developed to for analytical, engineering and managerial services for the E-2C Airborne Value Source Selection evaluation criteria. In such instance, DISC will

predict performance (i.e. adsorption and transport of two-phase metal select one or more Contractors based on an integrated assessment

Early Warning (AEW) Foreign Military Sales (FMS), 'The purpose of this in microcellular materials. Important applications include: Energy Spray

notice is to inform potential offerors that amendment 0001 to solicitation of technical and price proposals. Greater weight will be accorded technical

materials devices, Filtration and separation. Insulation media. Low N00421-97-R-1353 can be found on the NAVAIR Homepage at the proposals. Accordingly, the proposed evaluation will consist of a Technical

structures. Low temperature alloys via non-attriting methods. forte following new web site address: http://www.nawcad.navy.mil/nawcad/ Proposal Phase followed by a Price Proposal Phase. Price Proposals

with unique shapes and properties. Stable suspensions for biomedical will be requested from only those who have submitted acceptable Technical solicitation may be addressed in writing

contracts/solicitation.html. Any questions or comments regarding the Low density foams for immobilizing particulate beds. Potential forets Proposals. Technical Proposals will be required to demonstrate a complete

Diana Goostree, Contracts, Developing specific engineered products in lieu of adapting asistent

Code 254343, Bldg. 588, Suite 2, Naval Air Warfare Center, Aircraft understanding of the requirements set forth in the RFP, as well as

products for new applications. Custom Tailored properties such as to Division, 47253 Whalen Road, Unit 588, Patuxent River, MD 20670provide a detailed plan for executing the elements of the Technical

size, window size, and composition. Demonstrated Achievements 1463 or faxed to the attention of Diana Goostree at (301) 342-1847/ Proposal. Responses to this RFL that indicate that the information

have greater than 50 man-years of experience in the synthes therein is proprietary or represents confidential business information

critical new materials of non-nuclear components. We traasferred will be received and held in confidence for U.S. Government use only.

(W-343

recent Sandia National Laboratories inventions into the commercial and However, DISC's intent is to develop an RFP from the aggregate of SN278599)

within 16 months of conception. Four products have been in radost the information provided from industry as a whole. Please provide

into the market by two different fortune 100 companies (including responses by close of business November 13, 1998 to the following

Bethlehem Advanced Materials Corp.) using Sandia National Laboratoren address: Defense Industrial Supply Center ATTN: Victoria Ryan (DISC

microcellular expertise as an enabling technology in cost ellecting *** APG) 700 Robbins Avenue, Philadelphia, PA 19111 All responses must

tions in value added products. Follow-up This proprietary Sandia tapete relerence RFI no. SPO500-98-1-A002. Points of Contact (POCs) for this

may be applied to solve challenging problems in the field of one

WALKWAY SUPPORT BRACKETS The Forest service intends to award RFI are as follows: Victoria Ryan, Contracting Officer: E-Mail: HYPERLINK -

and other organic sciences. Sandia has the flexibility to forn serta a contract in the amount of $40,707.50 to Alaska Foundation Technology. mailto: , Telephone: (215) 697-5952; Karyn Reade.

teams of technical experts from any or all of the above capable Customer Liaison

Sitka, Alaska for walkway support brackets. These brackets are specifically Specialist: E-Mail: HYPERLINK-mailto:

to focus expertise on specific technical challenges. We are interest , Telephone: (215) 697-2087, Steven Wentz, Customer

designed for boardwalk type trail construction which is the intended in making this technology available to companies responsive to partners Liaison Specialist: E-Mail: HYPERLINK-mailto: , Tele

use. The walkway brackets are used as part of the support system with Sandia to develop nearherm and/or future applications via licensing

for the trail decking. The bracket is a one-piece unit used to cap phone: (215) 697-0677. (W-343 SN278523)

or cooperative development agreements. For further information, please a pipe and foundation pier. The specifically designed bracket has already respond by mail or fax to Joanne Trujillo no later than December been used in previous boardwalk trail projects and this is a supplemental 23, 1998 at: Sandia National Laboratories, MS 1380, P. O. Bar sem order. (W-343 SN278643)

Albuquerque, New Mexico 87185-1380. Fax: (505) 843-4163. Please indicate the date and title of this CBD notice.

jmtrujiOsandia.gov Joanne Trujillo (W-343 SN278726) INDUSTRIAL SPARE PARTS-REQUEST FOR INFORMATION REQUEST FOR INFORMATION (RFI) SPO500-98-1-A002, Amendment 0001 1. Request For Information (RFI) SP0500-98-1-A002 is hereby amended as follows: a. Page 3, the date for receipt of responses is extended from November

DSCP'S CLOTHING & TEXTILES DIRECTORATE MOVE TO NORTHEAST 13, 1998, to December 11, 1998. 2. All other terms and conditions PHILADELPHIA The Defense Supply Center Philadelphia's Clothing and

MANAGEMENT RESPONSIBILITY remain unchanged. (W-343 SN278524) Textiles Directorate (C&T) will be the first Directorate to move to

The U.S. Department of Commerce and U.S. Government Printing DSCP's new location in Northeast Philadelphia. The C&T Directorate will begin moving January 6, 1999. and will be located in Building

Office are responsible for only the publication of the Corona 6. The address will be: Delense Supply Center Philadelphia, 700 Robbins

Business Daily (CBD). For information concerning a notice published Avenue, Philadelphia, PA 19111-5092. Subsistence and Medical Direc- the CBO, please contact the office that has issued the notice. The

torates are also scheduled to move shortly after C&T. Notices will appropriate office is usually identified in bold tao at the beginning SPECIAL NOTICE SPECIAL NOTICE FOR COMMERCE BUSINESS DAILY be posted accordingly. Our change in address will not compromise the notice. For instructions on how to submit synopses of properties The following schedule identifies the reassignment of some Federal our dedication to meeting the quality, performance and lime-to-market contract actions to the CBD See Part 5 of the Federal Appuisition Supply Classes (FSC's) from the Defense Supply Center Richmond to requirements that America's warlighters and other non-Delense Deparlthe Defense Industrial Supply Center (DISC) Philadelphia. Management

Regulation. For other information please call the US Government ment customers both need and deserve. We would like to thank our of these FSC's will commence at the Defense Industrial Sopply Center, valued suppliers and customers for their continued support. If there

Printing Office at (888) 293-6490-0632. 700 Robbins Avenue, Philadelphia, PA19111-5096 starting on the Elfective are any questions concerning our address change or about doing business Transfer Date (ETD) of January 1, 1999. FSC's 8105. 8115, 8135, with DSCP, please call Christina DiMemmo in DSCP's Corporate Commu8145 are assigned to DISC-H, point of contact is Kevin Light (215)697-. nications Office at (215)737-2311 or email cdimemmo@dscp dla mil.

federal Recycling Program

U.S. GOVERNMENT PRINE 3065 FSC's 7105 and 7110 are assigned to DISCV, point of contact

Printed on Recycled Paper

OFFICE: 1997-345-123 DSCP is an organization within the Delenise Logistics Are


Page 23

C Architect and Engineering Services Construction: Potential Sources Sought

response more than +0.5 db 50-15 khz on both subcarriers. Other services may be required such as closed captioning interpretation services; occasional services to downlink and record programs and provide video playback-to-air services. Respondents should provide detailed information about their ability to provide these services, along with pricing information. Also, please discuss the availability of 54 mhz bandwidth satellites and also address alternatives to achieve a quality transmission. CDC is an occasional user with about 100 hours for C-Band and Ku-Band per year. This is a request for information only. and no solicitation document for satellite services exists at this time. CDC may, however, use information contained from this request when structuring solicitation documents in the future. NOTE: No solicitation documents exists at this time. Interested parties my send information packages to Sandra Baxley, Contract Specialist at the address above. DO NOT FAX INFORMATION. (1-343 SN 278768)

50 CONSLGCC, 66 Falcon Parkway, Suite 49, Falcon AFB, CO 80912-6849 DIQ A-E SERVICES FOR DESIGN OF MISCELLANEOUS OPERATIONS AND MAINTENANCE PROJECTS AT SCHRIEVER AFB, CO AND OTHER AIR FORCE SPACE COMMAND CONUS AND WORLDWIDE SITES SOL FA255099R0009 POC Contract Administrator. TSgt Greg Diaville, 719567-3439; Contracting Officer, Michael Wittkopf, 719-567-3456 Architect. Engineering (A-E) services are required for design of miscellaneous operations and maintenance projects, and for other supporting services al Schriever AFB (SAFB). Colorado. An open-end, Indefinite Delivery/ Indefinite Quantity (IDIQ) contract will be issued for a period of one pear with the option to extend for two additional years. Projects will be issued to the A-E by negotiated firm-fixed price delivery orders as the need arises during the contract period. Each delivery order shall not exceed $299,000, with the exception of the initial delivery order, which may exceed that amount. Cumulative amounts of all delivery orders shall not exceed $499,000 per year. A minimum of $5,000, only, in lees will be guaranteed to the A-E for the basic contract and each of the option years, if exercised. Contract award is anticipated in May 1999. Services will be performed for Schriever AFB, CO (predominately). other Air Force Space Command installations (infrequently) or one of the following CONUS and worldwide sites: Onizuka AFB, CA; Vandenberg AFB, CA: Cape Canaveral, FL; New Boston AS, NH; Kaena foint AS, HI; Anderson AFB (Guam); Kwajalein (Atoll); Diego Garcia Indian Ocean); Ascension Island (South Atlantic); Thule AB (Greenland): lakhanger (United Kingdom); Learmonth (Australia); Sagamore Hill, MA; camey (Puerto Rico); Holloman AFB, NM; Palehua, HI; San Vito (Italy). Schitecture is the lead discipline for this contract, however, other isciplines will generally be required depending on the scope of the dividual projects. Other disciplines will likely include, but are not mited to the following: civil, structural, mechanical, electrical, landscape Tchitecture and urban/regional planning and programming. Subcontracis, outside associates or consultants can provide these disciplines. esign services required will primarily be in construction with mainteInce, repair and minor construction type projects, including preparation

drawings and specifications. Various types of services such as inveszation, inspection, studies, reports, and cost estimates may also be quired as they relate to project designs and studies. Projects may clude various combinations of disciplines. Project leaders must be Bistered architects, engineers or certified community planners. Landape architecture shall stress xeriscape principles. Construction manageent services may also be required. In addition, the A-E must be le to write Hypertext Markup Language (HTML) to create Internet o sites for development of SAF8 standards for construction, remodeling. ndscaping, etc. Note: Preparation of planning and construction programng documents may require access to sensitive and classified materials. A-E, therefore, is required to obtain and maintain SECRET Security 'arance for personnel responsible for planning and programming funcas per DoD security requirements. Firms capable of meeting the pscribed conditions and desiring consideration are requested to submit andard Forms (SF) 254 and 255 along with a cover letter addressing ch of the following factors which will be used as the basis for lection. Significant evaluation factors, in order of relative importance, ! as follows: (1) Professional qualifications of the staff to be assigned the projects(s), including qualifications and experience of subcontracUconsultants. Consideration of the type and quality of projects the tff has been involved with and their ability to provide innovative o imaginative solutions. (2) Recent specialized experience in the of interior and exterior facility renovation and office remodeling: chitectural, Interior. Structural, Civil. Environmental. Landscape, Memnical

, and Electrical Engineering. Consideration of prior design projects mpleted by the firm, and how the construction management went # how well the completed facilities are functioning. (3) Capacity ccomplish the work in the required time frame. A determination at the firm has the resources to perform the work. (4) Past performance

mark on other Department of Defense (DOD) contracts and other atracts of similar work, both government and private in terms of st control, quality of work, and compliance with performance schedules. cognition of projects and/or designs through award programs. (5) sation in the general geographical area of the projects and knowledge the locality of the projects, which are at Schriever AFB., CO and laity. (6) Demonstrated success in prescribing the use of recovered Hterials and achieving waste reduction and energy efficiency in facility sign. (7) Volume of work previously awarded by Schriever AFB and # DOD awards, with the object of effecting an equitable distribution DOD A-E contracts among qualified A-E firms. (8) Full time construction pection capability. (9) The A-E firms chosen from the pre-selection ocess will be required to perform a proposal on a sample project ring the final selection process. Note: Firms must list, in tabular mat

, all expected subcontractors, outside associates and consultants, include: a list of projects jointly worked with the firm during the

three years and a list of references with points of contact to lude phone numbers. Responses and submittals must be received the contracting office as an attachment to the Standard Forms 4 and 255. This is not a request for proposal Cover letters and necessarily elaborate brochures or other presentations beyond those licient to present a complete and effeclive response are not desired. bmittal by far will not be considered. Failure to complete the listed andard forms, provide the additional information requested, or provide Eh information and submittals within the specified time, shall result disqualification of the firm. Al responsible firms may submit statements ich shall be considered for award. Responses and submittals must made no later than 4:00 p.m., Mountain Standard Time, thirty

calendar days from the date of this announcement to 50 CONS/ Attn: 1Sgt Greg Diaville, 66 Falcon Parkway, Suite 49, Schriever B, CO 80912-6649.***** gregory.diavilleschriever.at.mil click here to contact the contract ministrator via e-mail (W-344 SN279305)

30 CONSIL6CCB, 806 13th St, Suite 2, Vandenberg AFB CA 93437.

5226 6-OPEN-END ARCHITECT AND ENGINEERING SERVICES, MECHANICAL OR ELECTRICAL IDIQ SOL F04684-99-R-0012 DUE 011299 POC Adam White, Contract Specialist, 805-734-8232, ext. 6-6637, Cora Armstrong. Contracting Officer, ext. 6-5002 Architect Engineering (AE) services ( Title 1) are required for design of miscellaneous construction projects and supporting services at Vandenberg AFB, California. Open-end AE contracts will be issued for a one year period (basic year) with four additional one year option periods (option year) of the Government chooses to extend the Contract. A pre-selection board will select the top ten AE firms based on the evaluation factors. A linal selection board will select the top five At firms based upon the highest technical qualifications. Contracts will be awarded to a minimum of two firms and a maximum of three firms based upon projected design workload, available funds and the evaluation of the SF 254 & 255. Individual delivery order fees issued under this Contract will not exceed $299,000, with the exception of the initial delivery order, which may exceed this limitation. The total fees will not exceed $750,000 for the basic year. The total fees for the basic and option years will not exceed $3,750,000.00 or $750,000.00 per year. A guaranteed minimum of $5,000 will be issued with the award. Delivery order will be issued as needed throughout the contract period. Pursuant to FAR 16.405, Delivery orders in excess of $2500.00 may be competed based on price between two or more AE firms. Design services are required for the renovation, repair, and maintenance of residential, commercial, and industrial facilities and utility infrastructure Design services include the preparation of drawings in Auto CAD and specifications in CSI formal. Investigative services, may include studies, reports, design analyses, surveys, and cost estimates. The primary discipline for this. AE selection is Mechanical or Electrical. However, projects may include various combinations of architectural, structural, civil, mechanical, electrical, sanitary, fire protection, landscape architectural, and environmental disciplines. The AE firm must accomplish the primary discipline, but other disciplines may be accomplished by qualified consultants, Submit credentials for key personnel and consultants to accomplish work in all disciplines. All contract drawings must be stamped by a professionally licensed architect or engineer in the stale where the contract documents are prepared. Selection criteria listed in descending order of importance (1) Specialized experience in the discipline of Mechanical or Electrical including: heating, ventilation, and air-conditioning: plumbing: lighting; power distribution: telephone and LAN: fire protection and detection: etc. (2) Quality of similar work for the Department of Defense (000) and other clients. (3) Qualifications and experience of key personnel and consultants. (4) Capacity to accomplish work in the required time frame. (5) Proximity of key personnel and consultants to Vandenberg AFB (6) Volume of work previously awarded by the Department of Delense (7) Other factors such as proven cost control, quality control procedures, or others, which may be beneficial to the Government. Architect-engineer firms which meet the sequirements described in this announcement are invited to submit completed SF 254, Architect Engineer and Related Services Questionnaire and SF 255, Architect Engineer and Related Services Questionnaire for Specific Projects. All information relating to the firms qualifications must be contained the Standard Forms. Inclusions by reference to other material is not acceptable. The Standard Form 255 is limited to eleven pages of the form itself plus five additional pages of information concerning the firms qualifications related to this specific project. Firms responding to this announcement NLT 4:30P.M., 30 days from the date of the publication of this announcement will be considered. All firms shall be registered in the Central Contract Registration See Note 22. This is not a request for proposal, RFP. Firms desiring consideration shall submil SF 254 and SH 255 within 30 days of this announcement. Ihree contracts are expected to be awarded under this AE selection. This is not a RFP. Contractors must be registered in the Central Contractor Registration Program and information can be found at the following web site: http://ccr.edi.disa.md/ccragent/plsql/ccr.welcome

al.mil for information only, click here to contact the contract specialist. (W-344 SN279083)

CECOM SOUTHWEST ACQUISITION CENTER, ATTN: AMSEL-AC-CC

E-CA, FORT HUACHUCA AZ 85613-6000 D-LOCAL LEASED TELECOMMUNICATIONS SUPPORT SOL DAAB3299-0-0028 DUE 122398 POC Contract Specialist DUANE MARKHAM (520) 538-6931: TELECOMM SPECIALIST: ADA VENEY 520 538-7934 (Site Code DAAB32) THE ARMY TELECOMMUNICATIONS DIRECTORATE (AID) has a requirement for nonpersonal services for local telephone exchange services for the Defense Metropolitan Area Telephone Systems (OMATS) Boston, MA. The proposed contract is for one year with two option years. The local exchange service provider, certified by the Massachusetts PUC, shall install and maintain an Optical Carrier Level 3 Signal (OC3) Data Circuit (155.520 Mb/s) between the MITRE Corp., 202 Burlington Road, Burlington, MA and Bldg 1646A Communications Room, Hanscom AFB, MA. Competition is open to domestic and foreign sources. All responsible sources may submit a bid, which shall be considered. Sources responding to this synopsis must indieate in writing, whether they are large, small, disadvantaged and/or woman-owned businesses. For this acquisition, concern will be considered small under SIC 4813 with sized standard of 1500 employees. In order to be eligible for award of this Request for Quote (RFQ), offerors may be required to have a Basic Agreement with this office. This announcement constitutes the only solicitation;' quotations are being requested and a written solicitation will not be issued, This is a combined synopsis/solieitation for commercial items prepared in accordance with the format contained at FAR Subpart 126, as supplemented with additional information included in this notice. The RFQ can be viewed and downloaded from the CECOM Fort Monmouth webpage The web address is: http:// acbop. monmouth army.mil. for assistance with the Fort Monmouth webpage, call 1 888 414-2677. All questions related to this notice must be addressed in writing, by fax (520) 538-6701 to the Contracting Officer at the address stated above. Specify the RFQ number and include your complete firm name, street. phone and fax number. (1343 SN278787)

Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, McClellan

Air Force Base CA 95652-1060 0-REPAIR OF LASTÉ COMPUTER SYSTEM SOL FO4606-99-R-41500 DUE 012199 POC For copy, contact the info office indicated., For additional information contact Rhodes.Saj/PKI-1/19161643-4979 Repair services for the LASTE computer system. Repair IAW the WDD SM/1280F)/LHC/9941500. Item 0002 NSN 1280-01-367-3628FJ Laste 4.0 Computer pl N: 16904982G1, BEQ for 1st year is estimated to be 10 ea. BEQ for 2nd year is estimated to be 10 ea ea. Applicable to: A-10a. "Destn: FB4877

. Delivery:01 Dec 1999 i lo Item 0003" data, 1 lot The approximate issue/response date will be 29 DEC 1998. To: Lockheed Martin Corporation, Johnson City NY 13790-1888. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.202. This notice of intent is not a request for competitive proposals, however, all proposal received within twenty (20 days) alter the date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Contractors not presently approved to furnish this item but who wish to pursue qualification, should contact the SM-ALC/BC. Source Development Office. 5111 Roberts Ave, Suite No. 5, McClellan AFB, CA 956521325, by letler, by phone (916)643-0728 or fax (916)643-0557. (Do not send requests for solicitation to these numbers). Contractor must be prepared to provide evidence of their capability to fulfill this requirement. (1-343 SN278876)

0 Information Technology Services, including Telecommunication Services

Centers for Disease Control and Prevention (CDC), Procurement
1. Grants Office, Contracts Management Branch, 255 E. Paces

Ferry Road, NE, Room 204, Atlanta, GA 30305 0_REQUEST FOR INFORMATION REGARDING SATELLITE UPLINKING SERVICES SOL N/A DUE 011599 POC Sandra Baxley, Contract Specialist, (404) 842-6881 Request for information regarding satellite uplinking Services due 011599. POC Contact Sandra Baxley at (404) 842-6881. The Centers for Disease Control and Prevention (CDC) in Atlanta, Georgia is interested in pursuing information about satellite uplink and transmission services. CDC needs C-band and KU-band satellite uplinking services via contractor supplied fiber optic Studio-to-Transmitter Links (STLs). Requirement for national coverage includes the continental United States, Hawaii, Alaska, and Puerto Rico applies individually to both C-Band and KU-band. On occasion, international transmission or compressed digital transmission may be required. Terrestrial satellites shall be of high power (exceeding 12 watts per transponder). Satellites must be full bandwidth (36 mbz bandwidth for C-band and 54 mhz bandwidth for KU-band). KU-band must be 54 mhz bandwidth. NO

split, shared or fractional transponders are allowed. CDC requires horizontal transponder polarization only. Audio subcarriers will be 6.2 and

6.8 mhz unless requested otherwise. Audio shall not deviale in frequency

Fleet and Industrial Supply Center, Contracting Department, PO

Box 97, Jacksonville, Florida 32212-0097 0- SUBSCRIPTION TO WEB-BASED AND CD-ROM DEPARTMENT OF CDEFENSE AND INDUSTRY STANDARDS AND SPECIFICATIONS SERVICE SOL N6883699R0002 DUE 011599 POC Tom Graebner, code ACLIG, (904)542-1284; fax (904)542-1098 The Fleet and Industrial Supply Center, Jacksonville, Florida, intends to solicit, negotiate and acquire commercially available World Wide Web-based and CD-ROM products on a sole source basis from Information Handling Services, P.O. Box 6800, 15 Inverness Way East, Englewood, Colorado, 80155-6800. The following products are intended for web-based access: AIA/NAS Standards, ASME Standards, DoD Historical Standards and DoD Standards Service. The following

products are intended for CD-ROM access: ANSI Mechanical Standards, ANSI Electrical Standards, DoD Standards, DOD Adopted Commercial Standards. This notice of intent is not a request for competitive proposals. However, all proposals that clearly demonstrate the ability to meet the needs of the Government which are received by the closing response date for receipt of proposals will be considered by the Government. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. (W-344 SN278979)

to the size , standard for Standard Industrial Classification (SIC Code 4899.

http://epsarnet.gov/cgi-bin/webObjects/EPS?ACode=PbProjID=GSA TIBA-98003&LocID=246 Visit this URL for the latest information about this notice

Jon Faye (D-344 SN279303)

D. Information Technology Services, including Telecommunication Services Potential Sources Sought

respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mail room belore calling TDA. Only U.S. firms and individuals may bid on this TOA financed activity. Interested firms, their subcontractors and employees of all participants must quality under TDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the TDA-financed activity, must continue to meet such requirements throughout the duration of the IDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the TDA grant amount. Details of TDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English directly to the Grantee by 4:00p.m. Central European Time, January 20, 1999 at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submit ted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The 'Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals. (1-344 SN 279244)

U.S. Small Business Administration, Office of Procurement and Grants Management, 409 3rd Street, SUITE 5000,5th Floor,

Washington, DC 20416 1-TRADENET EXPORT ADVISOR SOL SBAHQ-99-R-0007 DUE 122898 POC Deborah Woods (202) 205-7051 The Small Business Administration proposes to negotiate a sole source contract with the Rhode Island Export Assistance Center (RIEAC), International Trade Data Network (ITDN), Bryant College. Smithfield, Ri to host TradeNet's "Export Advisor" and provide ITON access to U.S. Export Assistance Centers (USEACs). ITDN provides full internet service provider support, an existing data multiplier network to the USEACs and internet users who register with TradeNet, and development/technical assistance and marketing support for the web site. ITON contains proprietary databases. The contract term will be for one year. Interested firms are invited to identity their interest and capability to respond to this requirement by no later than 12/28/98. See Numbered Note 22

Deborah, Deborah (W-344 SN279130)

General Services Administration, Federal Technology Service (TTS), Federal Technology Service (STR), 230 South Dearborn Street,

Room 3398, Chicago, IL, 60604 D–CENTRAL OFFICE BASED VOICE AND DATA SERVICES SQL Inmil DUE 121898 POC Dore Fessler, Contracting Officer. Phone (0317 880507, Fax.(312) 886-3805. Email Paterson, Contracting Officer, Phone (312) 886-7750, Fax (312) 886-3805, Email The General Services Administration, Feters Technology Services is seeking quotations from Local Service Providers of Central Office based voice and data services for Federal agustes located in Indianapolis, Indiana. Estimated number of lines: 4.00 7,000. Potential service area NPAs are as follows: 317, 765, Responses should include information about the specific geographic localice a services available. Services should include local telephone exchap access, City Wide "Centrer“ type of service, long distance correta access, access to the Federal Government long distance network 155 2000/2001), and inter-system connection. ISDN availability for the applications, Automatic Number Identification (ANI) to the FTS 2000 2001 network is required, as well as call trace on internal and external line calls and Caller 10 Blocking. The primary service requirement 3 cai access, transport channel services and related functions within the defined area for Federal users located in either federally sened or not leased facilities. Number portability for the current exchange DIO featers shall be provided when and where available. The vendor stal 28 the capability to acquire additional DID station numbers. Accents the local exchange shall include emergency 911 service and funcions access to directory number information, e.g. NPA-555-1212 s 41 and access to operator services. Vendors should furnish detared to concerning the capability to meet Government requirements are with pricing associated and applicable to the basic service, wote ml and related services as separate line items. Vendors are encore ! to make multiple quotations for the various quantities and location within the scope of this requirement Quotations are due by $34 PM local time on December 18, 1998. Quotations can be made -the address indicated above, faxed to (312)886-3805 or e-mailed to

http://eps.arnet.gov/cgi-bin/webObjects/ EPS?ACode=R&ProjlD=Indy0 1&LocID=401 Visit this URL for the latest information about this notice

dore Dore Fessler (0-343 SN278884)

Department of Veterans Affairs (381), Austin Automation Center,

1615 E. Woodward St., Austin, TX 78112 1-ADP SOFTWARE MAINTENANCE SOL 200-35-98 POC POC: Justina S. Hamberg at 512-326-6501 The Department of Veterans Affairs, Austin Automation Center (AAC), Austin, TX intends to negotiate sole source with OpenConnect Systems Inc. for hardware and software maintenance support for one year. The maintenance support is for two gateways (0C3030, 64M CPU 1GB HD, DAT) and the software (3030-1020 BASE) that operates the gateways, which are required for previously acquired proprietary software (OCATCP Utilities for MVS). No other gateway can operate in conjunction with the OC/TCP Utilities software. Responses must be in writing and must be received within 3 calendar days of this notice. Third party firms will be considered only if responding with clear and convincing evidence that they have been granted nights by OpenConnect Systems to provide said hardware/software maintenance support. No solicitation documents are available and requests for such will be considered non-responsive. If one is issued, no additional synopsis will be published. The determination to open competition based on responses received is solely within the discretion of the Government. Responses may be faxed to the Contracting Officer at 512-326-6028. (W-344 SN279282)

F Natural Resources and Conservation Services

Contact: Sergiu Stelian Iliescu, President, National Commission for Informatics, Victoria Palace, 1, Piata Victoriei, 71201 Bucharest, ROMANIA, Tel: 40-1-312-1218, Fax: 40-1-312-1219, E-mail:

D- ROMANIA DATA COMMUNICATIONS NETWORK FOR PUBLIC ADMINISTRATION (NETPAD) SOL NA POC Evangela Kunene. USTDA, 1621 N. Kent Street, Suite 300, Arlington, VA 22209-2131, Tel: (703) 8754357, fax: (703) 875-4009. Romania-Data Communications Network lor Public Administration (NETPAD). The Grantee invites submission of qualifications and proposal data (collectively relerred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to develop a leasibility study for a Data Communications Network for Public Administration (NETPAD). The major aim of this network is to provide a highly efficient and reliable data communications infrastructure, as well as advanced network services, !! support communications and coordination processes specific to Public Administration activities. The National Commission of Informatics would like a feasibility study on developing an interconnected data communications network for national and local public administration ollices. The public administration offices would use this network as a resource to improve communications and share databases. Although many government offices have state-of-the-art communications systems, few are linked due to a lack of technical expertise and inexperience with Internet operations. The National Commission of Informatics needs a feasibility study which would include an engineering study, as well as a business and financing plan to design the network and procure the equipment. The Study will define project goals, review existing network architecture, identity network equipment and systems, identity costs, provide cost/ benefit analysis and a final report. The U.S. firm selected will be paid in U.S. dollars from a $200,000 grant to the Grantee from the U.S. Trade and Development Agency (TDA). The study is estimated to cost U.S. $249,750 and will include an implied cost share of U.S. $49,750 dollars. A detailed Request for Proposals (REP), which includes requirements for the Proposal, the Terms of Relerence, and a background definitional mission are available from TDA, at 1621 N Kent Street, Suite 300, Arlington, VA 22209-2131 Requests for the RFP should be faxed to the IRC, TDA at 703-875-4009. In the fax, please include your firms name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want TDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to TDA to retrieve the RFP should allow one hour alter faxing the request to TDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal tax verification receipt. Because of the large number of RFP requests, TDA cannot

General Services Administration, Federal Technology Service (FTS),
Office of Intormation Security (T1), 7th & D Streets, SW, Room

5060, Washington, DC, 20407 0-ACCESS CERTIFICATES FOR ÉLECTRONIC SERVICES, ACES, PKI, ACCESS AMERICA, ELECTRONIC ACCESS, COMMUNICATIONS SERVICES SOL GSA-TIBA-98003 POC Jon Faye. Contracting Officer. Phone (202) 708-6099, Fax (202) 708-7027. Email jon. - Jon Faye, Contracting Officer. Phone (202) 708-6099. Fax (202) 708-7027Email Notice of intent to issue Access Certificates for Electronic Services Request for Proposals, The General Services Administration, Federal Technology Service (FTS). Office of Information Security (OIS) intends to request proposals for providing Access Certificates for Electronic Services (ACES) support to the Federal government. The Federal government is striving to increase elliciency, productivity, and citizen access to government information and services through the introduction of modern information technologies. This presents new challenges relating to the integrity and availability of information gathered, stored. processed, and transmitted by the government One such challenge is to ensure that access to an individual's personal information is restricted to the individual in question, and that the integrity of the information is protected when transmitted using public networks like the Internet. It is therefore necessary that the individual citizen and the government be able to mutually authenticate each other's identity, and ensure the integrity of the information being transmitted and received. One way to do this is by issuing digital signature public key certificates to participating individuals, businesses, and government agencies. These certificates can then be used during electronic communications to mutually authenticate identity and ensure the integrity of the information. The government believes that ACES-type support is commercially available from multiple sources, and intends to procure services for use by select government agencies and the citizens who wish to communicate with them electronically. The Proof of Concept services to be procured include: verification of certificate 'applicants identity, registration of certificate applicants who have successfully completed the identity verification process, a robust means for generating and protecting applicants private keys: a means of providing and issuing certificales: marketing of the services: on-line validation of certificates 24 hours per day and 7 days per week: renewal of certificales: sospension and revocation of certificates: billing of participating government agencies by registered application (on the basis of cost per certificate validated); 'and operation of a customer service center available 24 hours per day and 7 days per week. In addition, all offerors will be required to offer systems integration, PKI services, and end-to-end communications support, as requested by government agencies on a lask order basis. A Certificate Arbitrator Module (CAM) that will be used by the participating government agencies to receive incoming access requests and route them to the appropriate certificate authority for validation will be provided by GSA. Multiple Award Schedule non-mandatory firm fixed price contract are anticipated Each award is intended to have a base period of performance of not to exceed two years and with two. Iwo-year renewable option periods. Small businesses are encouraged to participate. The solicitation is intended for issuance on op about 30 December 1998. ACES services are intended to commence availability within six months of a contract award. To be placed on a bidders mailing list and receive an electronic copy of the Request for Proposals, please transmit a request to the attention of the General Services Administration, FTS. Office of information Security Center for Business Services (TIB) Acquisilions, 7th & D Sts., SW, Room 5060, Washington, DC 20407. Attention: Jon Faye (ACES). Requests may also be transmitted via facsimile to (202) 708-7027. The Request for Proposals, when issued, will be available in Microsoft Word 7.0 format on GSA's Internet mail address at http:"SLASHSLASH"www.gsa.gov"SLASH"aces. GSA will also make available electronic copies of the Request for Proposals in Microsoft Word 7.0 format on 3.5-inch diskettes to all parties on the bidders mailing list thal presently on the web site. GSA will reserve a limited number of hard copies of the Request for Proposals. All bidders list requests should include company name, point of contact name and title, address, telephone number, fax number, and Internet E-mail address. Companies should also provide their DUNS number and business size, according

National Imagery and Mapping Agency, 4600 Sangamore Road,
PCC-E, MS/D-6, Bethesda, MD 20816-5003

FHAZARDOUS SUBSTANCE REMOVAL, CLEANUP AND DISPOSAL SEM *ICES OPERATIONAL SUPPORT SOL NMA401-99-8-0005 DUE 122838 POL Mr. Keith Holloway. Contract Specialist. (301)227-5130 This is a cabo synopsis/solicitation for commercial items prepared in accordance the format in Subpart 12.6, as supplemented with additional informan included in this notice. This announcement constitutes the only some Quotes are being requested and a written solicitation will not be This solicitation is being issued as a request for quote, the sebe *** number is NMA401-99-8-0005. The solicitation document and incorporate! provisions and clauses are those in effect through Federal Acquisit* Circular 97-06. This solicitation is a 100% Small Business Siei - nude under Standard Industrial Code (SIC) 8744, "Environmental Remediator The business size standard for this SIC code is not more than bok employees for the concern, including its affiliates. The National or "and Mapping Agency(NIMA) intends to issue a Purchase Order

services to remove hazardous materials. The contractor shain all necessary tools, equipment packing material, labets, conlere and personnel to pack, pickup and transport hazardous waste to authorized disposal site. See the list of hazardous waste delow. Hans sa Waste Inventory Storage site --- 6000 MacArthur Boulevard EPA Geet ID # MD1210020037 S WASTE INK, 30 GAL DRUMS 3 FRECH 3 GAL. DRUMS 8 FOUNTAIN SOLUTION, 55 GAL. DRUMS 1 FIXER ** GAL DRUM 2 LEAN-UP, 2 55 GAL DRUMS 3 LATEX BASE PANI GAL DRUMS 3 OIL BASE PAINT. 30 GAL: DRUMS LAB PACK THE FOLLOS SMALL ITEMS: 1. SONIC BRITE PROCESSOR CLEANER, & CONTAR 2. AGFA-REPLENISHER GSCR, 10 CUBES 3. AGFA-DEVELOPER 4 CH 4. FISHER/SCIENTIFIC PHOSPHORIC ACID I LITER CONTAINERS 93 5. KODAK BLEACH ADDITIVE, 5 CUBES 6. KODAK DEVELOPERELLA 3 CUBES 7. ANITEC DEVELOPER REPLENISHER, 2 CUBES 8. HUNT OL? OPER REPLENISHER, 2 CUBES 9. HUNT ULTRALTH STARTER, 202 UT PHOTICA RAPID FIXER/HARDNER. 1 CUBE 12. KOOAK DEVELOPE REPLENISHER, I CUBE 13. PRINTER TONER, 32 BOXES LA 14 de OIL 5 GAL BUCKET, 17 EA Fremont Building Location 1. XV Nike Negalive Developer, Sigal) containers, 45 ea. 2. Versatec (Colos: 172 1.5 (gal) containers, 173 ea. 3. Versatec (Color toner). 5 (gal) 0.0 2 ea. Ruth Building tocation (pressroom) I. Gear OH1 55 (839.99 3 ea. 2. Chemical clean up. 40 (gal) Drums, 10 ea. 3. Fountain sous 56 (gal) Drums, 2 ea. 4. Chemical clean up. 55 (gal) Drum 1 5. Developer. 30° (gal Drum. I ea ink spill

; (40 gal Drama I Pod The contractor shall remove all cardboard boxes, plastic conta or any trash that is a result of transferring hazardous waste *** small containers to bulk drums or tab packs. The contractor ? also remove flammable, and corrosive materials and other fegua**

The event would include a large picnic for everyone who participates at Paxton Park. We would accept donations of food items such as hot dogs, hamburgers, beverages, and other such picnic food. We are also looking for entertainment such as bands. disc jockeys, magicians, and clowns. We are going to be providing entertainment for all who attend the picnic. We are also seeking cash sponsors for the 1-shirts as well as to offset the cost of the event. The total sponsorship for this event would be $16,000 to $20.000. We would accept all or part sponsorship/donation for this event, depending on the sponsor/ donor and what they could provide Advertising would be done at all areas of the base. Sponsors may set up booths and or display banners at the event. Representation from the sponsor for the event drawings will also be accepted and encouraged. All offers will be considered. More than one sponsor/donation may be accepted and addilives will be considered. Request for copies of this solicitation may be recieved no later than 21 May 1999. This is a solicitation for commercial sponsorship by a non-appropriated funds instrumentality of the United States Government. It does not obligate appropriated funds of the government.

http://www.topcover al mil/webl/services/ Screamin' Eagle Newsletterl' 310 Services Squadron

3rd Services Marketing & Publicity Office (W-344 SN279172)

non-regulated hazardous wastes. The contractor shall provide a copy of the Hazardous Waste Manifests and packing list documents for each site from which hazardous waste is removed, to the Contracting Ollicers Representative(COR). Additionally, the contractor will provide a copy of each Hazardous Waste Manifest document, to the appropriate state and/or other local jurisdictions appropriate Hazardous Material Safety office. The contractor shall have on site, a Chemist on site for the duration of the period of performance. The contractor shall ensure that its employees are provided with, and are well versed in the use and care of protective clothing and eye protection that, meet government safety standards. The contractor shall provide over pack containers for any container, which has been damaged and could leak during transportation. Additionally, the contractor shall be responsible for cleanup of spills, which may occur during packing or transporting of Hazardous Material on or off Government property while transporting said Hazardous Waste. The storage facilities are at the following locations: NIMA 6000 MacArthur Boulevard Bethesda, MD 20816-5003 and NIMA Washington Navy Yard (Bldg. 213) 1200 First Street SE Washington D. C. 20505-0001. The contractor must be certified for the handling, packaging, transporting and disposing of hazardous waste and must comply with all applicable rules and regulations of the following local jurisdictions: Maryland, and any counties therein and the District of Columbia. U. S. Citizenship is required for all workers. Quotes shall be valid through January 29. 1999. All work shall be completed not later than 30 days from the date of contract award. The provisions also at Federal Acquisition Regulation (FAR) 52.212-1, "Instructions to offerors-commercial Items“, and FAR 52.212-4 "Contract Terms and Conditions Commercial Items" apply to this solicitation. Also a copy of the FAR 52.212-3, "Offeror Representations and certifications-Commercial Items", must be submitted with each quote. FAR 52.212-5," Contract Terms and Conditions-Commercial Items”, is applicable to this acquisition, including the following additional FAR clauses cited in the clause at 52.212-4: 52.222-26, 52.222-35, 52222-36, 52222-37, 52237-1, 52 222-41 and 52222-42 Quotes should be submitted stating the price for completion of the job. (quantity is 1 JoB). The award will be made based upon price and price related factors in accordance with the Simplified Acquisition Procedures in FAR 13.106-2. A site visit will be held on Thursday, 18 December 1998, at 10:00 a.m. The meeting place for the site visit will be in the lobby of Erskine Hall, at the NIMA Bethesda complex. The address for Erskine Hall is 4600 Sangamore Road, Bethesda, MD. The point of contact for the site visit is Mr. Robert Middleton, phone number (301) 227-3849. All quotes shall be addressed to Mr. Keith E. Holloway. Contract Specialist and must be received by 10:00 a.m., Monday, 28 December 1998. If hand-carried, they should be delivered to 6000 MacArthur Blvd, 'oom 208 Fremont Building, the phone number is (301) 227-5130. I mailed, they shall be sent to the address in number 7. above. jee Note(s): 1. (1-344 SN279296)

SOL SVS-SCS-150-99 DUE 022699 POC Steve Pirkl, (907)552-9249/5823, fax(907)552-9250 We are seeking sponsorship and or in-kind donations for the Elmendorf Air Force Base (AFB) Skills Development Center's Childrens Photography Contest to be held at the Skills Development Center on 28 March 1999. This event would be open to all base personnel (age goups 8 to 16). The event would consist of four categories such as Nature & Scenic, People, Military life, and Special Effects. Each entrant may submitt color or black & white for each of these categories. The purpose of this event is to recognize the artistic talents of the youth of the Elmendorf Community, as well as that of other eligable entrants. The goal of this contest is to promote the Skills Development Center programs and services through the presentation of community based programs. For this event we are seeking door prizes in the form of gift certificates and services from arts, crafts, and phhotography related businesses, cameras, camera equipment and bags, arts and crafts supplies, easels. ETC. We are also seeking grand prizes such as cash to be used to purchase trophies and plaques, cameras, and their respected equipment, as well as artist supplies. We will accept all or part sponsorship for this event. All offers will be considered. Advertising would be done at all areas of the base. Sponsors/Donors may set up booths and or display banners at the event. Representation from the sponsor/donor during drawings at the event would be accpepted and encouraged. More than one sponsor/ donor may be accepted and additives would be considered. Requests for copies of this solicitation ma be recieved no later than 26 Febuary 1999. This is a solicitation for commercial sponsorship by a nonappropriated funds instrumentality of the United States Government. It does not obligate appropriated funds of the government. *****

http//www.topcover af.mil/web1/services/ Screamin' Eagle Newsletter/ 318 Services Squadron

, mil 3rd Services Squadron Marketing & Publicity Office (W-344 SN279275)

I Maintenance, Repair, and Rebuilding of Equipment

3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6-SPONSORSHIP IN-KIND DONATIONS FOR ARCTIC WARRIOR DAY SOL SVS-SCS-154-99 DUE 070999 POC Steve Pirki, (907)552-9249/5823. fax(907)552-9250 We are soliciting in-kind donations of sponsorship for Arctic Warrior Day at Elmendorf AFB to be held 13 August 1999. The event will be open to all base personnel and their family members. Approximate total participation of this event would be 4,000 10 5.000 people. We are looking for the following prizes: certticates ranging from $5 to $500, to be awarded to participants in all of the events, We are also seeking sponsorship for trips, tours, outings, excursions, fishing trips, and airline tickets. The event would include sporting activities between squadrons. We would like trophies for the winners of each event. We would also like T-Shirts for the event planners as well as participants. The event would also include a large picnic for all of those who participate at Paxton Park. We would accept donations/sponsorship of food items such as hot-dogs. hamburgers, chips, beverages, and other picnic like items. We are also looking for entertainment such as bands, disc jockeys, magician, musicians. and clowns. We ar egoing to be providing entertainment for all who attend the picnic. We are also seeking cash sponsors/donors for the T-Shirts as well as to offset the cost of this event. The total sponsorship for this event would be $16,000 to $20,000. We would accept all of part sponsorship/donation for this event, depending on the sponsor/ donor and what they can provide. Advertising would be done al all areas of the base. Sponsors may set up booths and or display banners at the event. Representation from the sponsor for the event drawings would also be accepted and encouraged. All offers would be considered. More than one sponsor/donation may be accepted and additives will be considered. Requests for copis of this solicitation may be recieved no later than 9 July 1999. This is a solicitation for commercial sponsorship by anonappropriated funds instrumentality of the United States Government. It does not obligate apprpriated funds of the government.*

http://www.topcover af.mil/webl/services/ Screamin' Eagle Newsletter/ 3rd Services Squadron

3rd Services Marketing & Publicity Office (W-344 SN279215)

Federal Correction Institution Laluna, Texas Highway 20, Anthony,

Texas 79821 6-HATIVE AMERICAN RELIGIOUS SERVICES SOC146-0006-9 DUE 121099 POC Jeromena Old Mouse, Contract Specialist, (915)886-3422 rt. 240 fax:915-886-4317 Native American Religious Services will be rovided at the Federal Correctional Insitution and Federal Prison Camp. A luna, Anthony, TX. The contractor shall provide religious and cultural struction, spiritual counseling as needed and conduct ceremonial activiles to the Native American inmate population. This contract will require requent contact with inmates. This solicitation is for a base year Hus four (4) options years. Solicitation packages will be issued on about January 13, 1999. Prospective offerors must request information/ ohcitation request in writing to include the solicitation number and the name of the requestor with address and telephone number. See wimbered notes 1 and 23.

or groupwise (W-344 N279081)

Directorate of Contracting/Bldg 1233, 00-Aid 6072 Fir Avenue,

Hill Air Force Base, UT 84056-5820 J_TRAVELING WAVE TUBES SOL F42620-99-R-23656 DUE 012899 POC For copy, Janice Pecklis/[8011777-5768, for additional information contact Janice Pecklis/[8011777-5768 The Government intends to add a new SUBCLIN 0001AD (Total Rebuild Category) with Option SUBCLINS 0011AD and 0022AD, to existing requirements Contract F42620-9800033. for repair of the Traveling Wave Tubes, NSN 5960-01-3415198WF or 5960-01-153-8780WF, P/N 585R224H04 or 585R224H03, 542 EA. Work shall be accomplished IAW the basic contract: To include all required reports and dala. Delivery: 30 days after receipt of reparable end item or funded order whichever is later. Destn: Hill AFB UT The approximate issue/response date will be 29 DEC 1998. To: Lition Systems Inc. San Carlos CA 94070-4116. No telephone requests. Only written or laxed requests received directly from the requestor are acceptable. Al responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 V.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies on services will satisty agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identity their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Brent W. Kendall if your concerns are not satisfied by the contracting officer (801)777. 6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any 000 activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://ccredi disa.mil

http://contracting hill.af.mil/html/2099723656/air 2099r23656 Click on above website to obtain copy of solicitation.

PECKICHILLWPOS.HILLAF.MIL Click Here to E-mail Buyer ***** (l343 SN278872)

3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6-SPONSORSHIP IN-KIND DONATIONS FOR THE ELMENDORF SKILLS DEVELOPMENT CENTER'S CREATIVE FRAMING CONTEST SOL SVS-SCS149.99 DUE 022699 POC Steve Piskl. (907)552-9249/5823. fax (907)5529250 We are seeking sponsorships and or in-kind donations for the Elmendorf Air Force Base (AFB) Skills Development Center's Creative Framing Contest to be held 18 March 1999. This contest would be open to all base personnel, their families, retirees. DOD and federal employees, as well as retirees, and their families. The purpose of this event is to recognize the artistic talents of members of the Elmendorf Community, as well as that of other eligable participants. The goal of the contest is to promote the skills Development Center programs and services through the presentation of community based programs. For this event we are seeking door prizes in the form of gift certificates and services from arts/crafts/photography related businesses, cameras, camera equipment & bags, arts and crafts supplies. artists easels, ETC. We are also seeking grand prices such as cash to be used to purchase trophies and plaques, cameras and their respected equipment, and artists supplies. We will accept all or part sponsorship for this event. All offers will be considered. Advertising will be done at all areas of the base. Sponsors/Donors may set up booths and or display banners at the event. Representation by the sponsor/donor for the event drawings would be accepted and encouraged. More than one sponsor/donation may be accepted and additives will be considered. requests for copies of this solicitation ma be recieved no later than 26 Febuary 1999. This is a solicitation for commercial sponsorship/ donation by a nonappropriated funds instrumentality of the United States Government. It does nol obligate appropriated funds of th egovernment.

http://www.topcover.a1.mil/webl/services/ Screamin' Eagle Newsletter 3rd Services Squadron

3rd Services Squadron Marketing & Publicity Office (W-344 SN279235)

Department of Veterans Affairs Medical Center, 50 Irving Street,

NW, Washington, DC 20422 6-REHABILITATION ASSISTANCE SERVICES SOL 688-18-99 DUE 12999 POC Phyllis Jackson (202) 745-8452 Contractor to provide enabilitation Assistance Services (RAS) for eligible veterans as authorized Y a VA Case Manager. Services required include any and all services eeded to assist the client in meeting the goals of his/her individualized mitten rehabilitation plan (IWRP) and to the maximum extent possible s become employable and to obtain and maintain suitable employment. warded contract shall be for a period of one (1) year with an option * two (2) additional years. Multiple awards, maximum 3. are anticipated. # requests for solicitations must be in writing. Faxed requests will ont be accepted.' This is a total small business set-aside. (W-344 N279105)

3rd SVS/SVK, Bldg 6-920. Elmendorf AFB, AK 99506-2550 6-SPONSORSHIP IN-KIND DONATIONS FOR ARCTIC WARRIOR DAY Olsvs-scs-153-99 DUE 052199 POC Steve Pirkl (907)552-9249/5823. AX (907)552-9250 We are soliciting in-kind donations or sponsorship of Arctic Warrior Day at Elmendor1 AFB to be held 25 June 1999. he event will be open to all base personnel and their family members. Approximate total participation for this event could be 4.000 to 5,000 people. We are looking for the following prizes: certificates ranging com $5 to $500, to be awarded to participants in all of the events. Ne are also seeking sponsorship for trips, tours, outings, excursions, ishing trips, and airline tickets. The event will include sporting activities Jetween squadrons. We would like trophies for the winners of each event. We would also like T-Shirts for event planners and participants.

3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6-SPONSORSHIP IN-KIND DONATIONS FOR THE ELMENDORF AFB SKILLS DEVELOPMENT CENTER'S CHILDRENS PHOTOGRAPHY CONTEST

HSCAYAK, 8107 13th St, Brooks AFB, TX 78235-5218 1-TEARDOWN AND REPAIR OF PILOT SEATS SOL F41608-98-0-1100 POC Juan A. Villarreal, Buyer, 210-536-4907, Fax# 210-536-4563 To obtain a. Firm-Fixed Price contract, Teardown and quote, for overhaul

repair, calibration and functional test as necessary to restore the following items to a serviceable condition IAW 1.0. specifications. Descridtion of items. 1) NSN: 1680-00-701-1935LS: Noun: Pilot Seat: P/N: 5401-5; Applicable: C-141; Quantity: 6 each and 2) NSN: 1680-00188-2946LS: Noun: Flight Check Seat: P/N: 3E21010-111; Applicable: E-3; Quantity: 6 each. Destination: FB2065 Robbins AFB, GA, Delivery: 30 days after receipt of reparables. The approximate issue/response date will be 29 Dec 1998. To: United Electric Motor, 4354 Industrial Ctr, San Antonio TX 78217; To: Texas Aviation Technologies, 7417 Reindeer Iail, San Antonio TX 78238; To: East West Industries, 80 13th Avenue, Ronkonkoma NY 11779. No telephone requests. Only written or faxed requests, received directly from the requestor will be accepted. All responsible sources may submit a bid, proposal, or quotation which shall be considered. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/Cage code for mailing purposes. (W-343 SN278902)

General Services Administration, Public Buildings Service (PBS), Property Management Division (1PM), 10 Causeway Street, Room

985, Boston, MA, 02222-1071 1-OPERATIONS AND MAINTENANCE AT THE PASTORE FB, PROVIDENCE, RI AND SSA, PAWTUCKET, RI SOL GS-O1P-99-BWC-0004 DUE 010699 POC Corey Sackett, Contract Specialist, Phone (617) 565-8965, Fax (617) 565-7146, Email corey Green, Contract Specialist, Phone (617) 565-6548, fax (617), 565-7146. Email Modification to CBD Notice Solicitation will be posted on or about 12/14/98. Contract Base period has been revised to 3/01/99 to 2/28/2001 with two (2) one year oplions. Response date has been revised to 1/6/99.

http://epsarnet.gov/cgi-bin/webObjects/EPS?ACode=P&ProjiD=GS01P-99-BWC-0004&LocID=131 Visit this URL for the latest information about this notice

corey.sackett@gsa gov Corey Sackett (D-344 SN279236)

* Department of Veterans Affairs, VA Puget Sound Health Can

System (663/90C), 1660 S. Columbian Way, Seattle, WA 9010 PREVENTIVE MAINTENANCE & REPAIR OF PHILIPS MEDICAL LINEAR ACCELERATOR ANG SIMULATOR SOL 663-16-99 DUE 123098 POC Varessa Morton, Contracting Officer phone 206-764-2516 This RFQ is being conducted under the Simplified Acquisition Procedures (SAP) for preventing maintenance & repair of Philips Medical Systems Linear Accelerato models SL-15 and SL-25, and Simulator SLS-38. Services provded well ensure that the equipment meets the manufacturer's specificates for the period commencing with contract award thru September 30, 1999, plus four renewal years. Service includes but is not limited to labor performed by fully qualified field service engineers, all parts, diagnostic software, service manuals, and system upgrades in accordance with the equipment manufacturers published procedural guidelines. The applicable SIC code is 7699, and the small business sin standart is $5 million average annual receipts for the preceding 3 years. Corset tion is limited to small business only. The RFQ will be available to qualified ofterors on or about 12/15/98, with responses due o \V 30/98Submit written requests for the RFQ via fax at 206-764-2586 or e-mail to vanessa .

vanessa Click here to contact the contracting ollicer via e-mail. (W-344 SN279210)

HSCNAK, 8107 13th St, Brooks AFB, TX 78235-5218

TEARDOWN AND REPAIR OF PILOT SEATS SOL F41608-98-0-1100 POC Juan A. Villarreal, Buyer, 210-536-4907 The following was left out of the above referenced solicitation notice: "See Numbered Notes I and 26." (W-343 SN278903)

K Modification of Equipment

Naval Inventory Control Point Mechanicsburg. Code M2522, PO Box 2020, Mechanicsburg. PA 17055-0788

DEPOT LEVEL REPAIRABLES BOA. SOL N00104-98-G-A021 POC Specialist: Mel Spigelmyer, (717) 605-6291, Contracting Officer; B. J. Klaiber, (717) 605-2050. For expedited request use fax number (215) 697-3161. The scope of work, which may include the acquisition of piece parts, is for the restoration of depot level repairables of the Fuel Oil Systems. The restored items will be returned to supply system stock or issued for immediate Fleet use. Several major items to be restored are: 74 4320-00-579-3429, P/N E-3691 Pump Unit, Rotrary. NSN 7H 4320-00-063-8575, P/N E 4160 W/256 UNFrans Motor, Pump Unit, NSN 7H 4320-00-070-8241, P/N E-4161 w/286UN Franz Motor, Pump Unit, Rotary. Techical data is not avaiable and cannot be turnsihed. Contact the form of Dover Corp Blackmer Pump Dev, 1809 Century Avenue Southwest, Grand Rapids, MI 49509-1530, for subcontracting opportunties. See Note 22 and 26. (W-344 SN278939)

Department of the Treasury (2024), Federal Law Enforcement Training Center (FLETC), Procurement Division, Bldg. 28, Glynco, GA 31524

- MAINTENANCE, REPAIR, AND REBUILDING OF EQUIPMENT SOL RFQ-9FAC0021 DUE 122898 POC Cindy Doster Contract Specialist (9121267-2886: Guy E. Thompson, Contracting Officer (912)267-2303 Overhaul and conversion from R-1! 10 R-123 (1) Trane centrifugal unit, mdl CVHE071, s/n 188703045. Scope of Work Provide all parts, labor, and equipment necessary to complete the following:1) Remove refrigerant from unit. Turn Ireon over to the Govt (Gov't will supply cylinders). 2) Perform necessary conversion to motors and impellars. 3) Rebuild furst and third stage vanes and replace beanings. 4) Replace gaskets and o-rings with compatible material for R-123 refrigerant. 5) Repair insulation. 6) Replace oil filter and ou charge. 7) Leak check unit. 8) Charge with R-123 refrigerant. 9) Start up and tog machine. 10) Provide and install multi-channel lelrigerant motor (R. 123). 11) Provide acceplance test certificate and wauranty. Work is to be completed within 30 days after award. Anticipated award date is 1/15/98. Unit is located at Bldg 272. Unit 2. Federal Law Enforcement Training Center, Glynco, GA 31524. Copies of the RFQ may be requested by fascimile. (912) 267-3132: Verbal requests will not be honored. This action is set aside for small business all responsible small business sources may submit a quotation which shall be considered by the agency. (W-344 SN279281)

Department of Veterans Affairs, Network Business Center, 590! East Seventh Street, Bldg 149, Long Beach, CA 90822

-CAP NX EQUIPMENT, OS3000-E450 ORACLE SERVER, INCLUDES ENTERPRISE, 300 MHZ, CPU/1GB RAM, 37 GB INTERNAL MAI IU * 100 BASE I ETHERNET INTERFACE, KEYBOARD, MOUSE, INN TAPE DRIVE AND 20 INCH COLOR MONITOR, 1280 X 1024 RESOLUTION DE INSTALLED EVALUATION EQUIPMENT, SERVICE UPGRADE TO THE LIVE 14 OF IM SOL RFQ-600-031-99 DUE 011299 POC Sara Irudeau, Costa 4 Ollicer, Network Business Center/ MP, fax 562-494-5828 The Government intends to negociate a contract with AGFA. The contractor is the on commercial vendor available at this time which can maintain compatty with current investment in software and hardware which can accurate comply with the AGFA impar Version 3 system currently in usa the VA Greater Los Angeles Healthcare System located at 11301 W Boulevard, Los Angeles, California 90073. Qualified businesses within to receive a copy of the solicitation must submit their request : writing or fax with complete name, address, telephone number tal number and point of contact. No verbal request will be acceso The solicitation will be issued on or about December 21, 1998 sa standard industrialization code 3844. Solicitation Number RFQ-500-4R 99. SEE NUMBERED NOTE 22. (W-343 SN278907)

K Modification of Equipment-Potential Sources Sough!

Bureau of the Census, Procurement Office, FOB #3, Room 1541, Washington,(Suitland, MD) DC 20233

RENEWAL OF MAINTENANCE SUPPORT SERVICE SOL 21-9-1557 POC Ethel L. Ayres (301) 457-1811 The Bueau of the Census intends to issue a sole source contract to Storage Technology Corp., 12200 Tech Road, Silver Spring, Md. 20904 for the renewal of maintenance support service on the following equipment: 4 ea. COC 9-Track Tape Controller & Drive, Model 14700-A70; 12 ea. CDC 9-Track Tape Drive (200 IPS) Model #4770-870; 4 ea. 2x8 Switching Feature Model #FC1792. 4 ea. 2 Channel Switch Model #FC-8100. The period of performance for this maintenance is December 31, 1998 through September 30. 1999. No solicatation document exists and request for such document will be considered nonresponsive. Interested parties must submit a capabilities statement including detailed pricing information that delineates the ability to meet the stated requirement. Il no written affirmative responses are received within fifteen (15) days from the date of publication of this notice, award will be made to Storage Technology Corp. No telephone responses will be honored. All responses and information must be in writing to the above address or faxed to (301) 4571785. (W-344 SN278975)

General Services Administration, Public Buildings Service, Contracts Branch (SPMC, M/S 33-3), 230 South Dearborn Street, Room 3324, Chicago, Illinois 60604-1696

-MAINTENANCE, REPAIR REBUILDING OF EQUIPMENT SOL GSOSP99GAC0042 DUE 012999 POC Contact: Sally I. Rygula, 612/6645047 (FAX: 612/664-5805) Mechanical Operations and Maintenance Service, Federal Building. U.S. Courthouse, 515 West First Street, Duluth, MN. Performance based solicitation. Total small business set-aside procurement. Performance perod is for three (3) years with two (2) one year option periods. Service to commence on or about April 1, 1999, Contact Sally J. Rygula. Contract Specialist, at 612/664-5047 -AX: 612/664-5805- sally to obtain copies of this solicitation

http://www.usa gov.procurement/oder html ERRORA sally sally rygula@esa gov (W-344 SN279289)

USA MATERIEL COMMAND ACQUISITION CTR, ABERDEEN BRANCH
ATTN STEAA-AP-A, BLDG 4118 SUSQUEHANNA AVENUE, APG, NO

21005 K-ON SITÉ MACHINING, WELDING, AND FABRICATION SERVICES SY DAADOS-99-R-0507 DUE 020199 POC Contract Specialist Chen & McLaughlin (410) 278-0860 (Site Code DAADO5) The Unded by Almy Aberdeen Test Center located at Aberdeen Proving Grout has a requirement for on-site services as needed to support the end reacting capabilities of the welding and machine shop. Services inus machining, welding, and fabrication. Term of contract will be ! base year and tour one-year options. No telephone requests, only 3 facsimile (410-278-0851), on electronic requests anciangeret emhl.ape.army mil) will be accepted. Solicitation issue and close specified above are estimates only. (1-343 SN 278783)

Supervisor of Shipbuilding Conversion and Repair, USN, 2802

Wet more Ave, Suite 500, Everett, WA 98201-3518 1-SWOB-8 BARGE SOL N62799-99-B-0013 DUE 012799 POCT Mandell, Contracts Specialist, 425-304-5808 )-SWOB 8, availability dates 8 feb---) May 99. Replace cargo fill transter piping (includingy replacement of fiberglass with 90-10 CUNI Diping); repair cargo fuel oil valves; install new cargo fuel & transfer piping strainer; replace cargo valve remote operating gear; install new aeration piping; instalt lifelines. blast & paint tanks; biast, paint & non-skid topside surfaces. Note 1. Sources who currently hold or are qualified for and willing to enter into an Agreement for Boat Repair/Master Ship Repair Agreement DFAR (217.71), prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess an Agreement for Boat Repair/Master Ship Repal Agreement are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSR application to execute the ABR/MSRA without impacting the vessel's availability dates,

http: www-supship.kpt.nuwc.navy.mil business opportunities, award/ sohcitation information

mil 1. Mandell, Contracts Specialist (W344 SN279030)

GREAT PLAINS REGIONAL CONTRACTING OFC, WBAMC/MCAA-GP,

500S N PIEDRAS ST ROOM 418A, EL PASO, TX 79920-5001 1-SHARPENING OR/AND REFURBISHING OF GOVERNMENT-OWNED GENERAL AND SPECIALIZED SURGICAL INSTRUMENTS SOL DADA09-990-0076 DUE 121198 POC Contract Specialist JOSE DEL HIERRO (915) 569-2812 (Site Code DADA09) Sources sought for Non-Personal Service for Contractor to provide on-site sharpening and/or refurbishing of Government-owned general and specialized surgical instruments. Service 15 required to support Witham Beaumont Army Medical Center a 250 bed, eight operating room center. Contractor must have one year expert ence in repair/iefurbishing of general and specialized surgical instrument or related type service. Iwo hour response time on emergency instrument service is required. Contract period will be for a base year and four one yeat op!ton periods (4-343 SN278784)

General Services Administration, Public Buildings Service (PBS). Maryland North Service Delivery Team (WPH), 7th & D Streets

SW. Washington, DC, 20001 M-COMMERCIAL FACILITES MANAGEMENT SOL GSLÍP98YQDODH 012599 POC Sherry Quashie. Contract Specialist, Phone (2024 3075, fax (202) 694-8020. Email, Quashie. Contract

. Specialist, Phone (202) 205-3075, Fa (202) 8020. Email This is to amend the CBD Notice for Solicitation Nur GST 1P98MJC0033. Please note contract number change. The procurer is to provide Commercial faciates Management Services at 2 Massachu selts Avenue, Washington, DC. The contractor will provide all the end *** ment, administrative, and technical support for the acceap 15 of the following services: facilites management, operation and on nance of mechnical/electrical equipment, architectural/strucidas sustaining maintenance/repair, janitorial sevice, reimbursable serve and utility work. The Standard Industrial Classification (SIC) roce this acquisition is 8744. The unifial contract period is ter one! year and the US Government shall have the unilateral option to services for four (4) additional consecutive periods of one ( each GSA is issuing this solicitation only electronically or a December 23, 1998. Interested parties may access the soktatet attp://epsarnet.gov. This 'sile provides instructions for download, solicitation file. There will be no bidders list for this pro The Bid Opening is scheduled for January 25, 1999. Services bet the anticipated awarded contract is scheduled to start May 19 No bonding is required for the acquisition. Note: As SRA kas kur this requirement into the 8(a) program, all interested 8!a) * encouraged to bid. Please direct questions to Sherry Quaste.

ASC/PKW, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson

AFB, OH 45433-5309 -HYDROGENATION REACTION SYSTEM SOL 73360198-R-9032 DUE 011599 POC Constance Turpin (937) 257-6145, Ext: 4235 Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 fax: 1-703-696-0213 Every solicitation issued after 31 May 1998 must include the clause at DFARS 252 204-7004 "Required Central Contractor Registration". Dunns/ CCR Website: http://ccredi disa mil/ccr/cgi-bin/query.pl Nonpersonal service to provide repair and maintenance of hydrogenation reaction system, reduced scale aircraft/engine fuel system, and low temperature fuel tank simulator at Wright-Patterson All Force Base. Ohio. Author

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700. Seattle, WA 98115-0070

REPAIR SHIP AND MARINE EQUIPMENT. SOL WASC9-577 DUE 122498 POC Melvin fondue (206) 526-6043/1 AX (206) 526-6025 Sources Sought--- The Pacific Marine Center located in Seallle, WA requires services to install a GFE hydraulic crane and modily the ship's structure to allow NOAA Ship MCARTHUR to carry and deploy two (2) each one man submarines and their support equipment. This is a simplified acquisition with an estimated value of less than $100,000. Questions concerning this acquisition may be directed to Melvin Fondue at 206. 526-6043 All responsible sources may submit a bid which shall be considered by the agency. (W-344 SN279077),

pr'at 205-3075, Please disregard the tax number listed under Point of contact,

the correct fax number (202) 708-6838. 15 Motp://eps.arnet.gov/cgi-bin/WebObjects/ * EPS?ACode=P&ProjIO GS11P98YQD0033&locID=248 Visit this URL for

the latest information about this notice Tech sherry.quashieesa.gov Sherry Quashie (0-343 SN278779)

will it compensate any respondent for any cost incurred in developing information provided to the Government.

http://www.stewart.army.mil doc/intro.htm DOC Homepage

Connie Skipper. DOC (W-344 SN278978)

Ophthalmology and Optometry services for a period of one year with options to extend for two additional years. Services include ophthalmology and optometry procedures and approximately thirty six (36) outpatient clinics during the contract period. All responsible sources may submit a proposal which shall be considered by the agency. RFP available December 16, 1998 and must be requested in writing. Proposal is due January 18, 1999. (1-343 SN278877)

Q Medical Services-Potential Sources Sought

Department of The Army, Directorate of Contracting, Building 622,

Fort Stewart, Georgia 31314-5189 M-DIRECTORATE OF PUBLIC WORKS SOL DAKF10-99-R-0005 DUE 031599 POC Connie Skipper. Contracting Officer, (912) 767-8468 The solicitation number cited in presolicitation notice submitted Dec 10. 1998 should read DAKF10-99-R-0005.

http://www.stewart.army.mil/doc/intro.htm DOC Home page

Connie Skipper. DOC (W-344 SN279024)

P Salvage Services-Potential Sources Sought

VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215. -PRIMARY CARE SERVICES SOL 528-04-99 DUE 012299 POC Donald J. Boula, 716-862-3662 Provide primary care servics on an out patient basis in Lockport, NY. The community-based provider will be responsible for managing eligible veteran's primary medical care. The Contractor shall provide clinical space, primary care services. clerical support. physician and nursing services, routine radiology services, etc. Contract will be for a one year period with two (1) year renewal options. Solicitations will be available on or about 12/22/98. All requests must be in writing and contain your full street address, telepone and Facsimile numbers. Requests may be facsimilied to 716-862-3398 or via e-mail to . (W-344 SN278960)

R Professional, Administrative and Management Support Services

Floor And Industrial Supply Center Seal Beach Detachment, Naval Weapons Station, Supply Dept., Bldg. 239, Code 2101, 800 Soal Beach Blvd., Seal Beach, CA 90740

-APERATION AND MAINTENANCE (O&M) OF EAST COAST TACTICAL TRAINING RANGE COMPLEX (ECTTRC) SOL NO0244-99-R-0137 POC ConTract Specialist, Debby Reynolds-Estrada (562) 626-7868 Provide O&M services of communication systems, equipment, and facilities at the ECTIRC consisting of four Tactical Aircrew Combat Training System TACTS) ranges, one Electronic Warfare (EW) range, Large Area Tracking lange (LATR) w/deployable capabilities, telemetry (TLM) tracking station, ind bombing range. Contractor shall provide administrative, operational, weistical and engineering efforts required to support range activities

a period of one year commencing 1 Oct 99, with four one-year ations. Sites include Marine Corps Air Station (MCAS) Cherry Point,

C and remote TACTS at Marine Corps Base (MCB) Camp Lejeune Ad MCAS New River; Naval Air Station (NAS) Oceana, VA; Langley

ir Force Base, VA; St. Juliens Creek Annex, Portsmouth, VA; MCAS taufort, SC; Georgia Air National Guard (ANG), Savannah, GA; NAS

y West, FL: Homestead Air Reserve Station, Homestead, FL; NAS done xcksonville Detachment, Altoona, Fl; and Roosevelt Roads Naval Station, aukerto Rico. A site visit is anticipated in Feb 1999. Anticipate CPAF pas etrace. Requests for solicitation documents should be in writing only.

lechnical reference library has been established at the ranges. Some la formation will require a SECRET Clearance for review. Government ieproduction equipment will not be available. Classified documents shall be duplicated. Reference material shall not be removed from library

for any purpose. Access to technical reference libraries is by servation only. Points of contact are: Cherry Point, Gary Barrett, S2) 466-4295; Oceana (LATR and all ILM), Bob Arbuckle (757) 43300; Beautort, Jim Williams (843) 522-7450; Savannah ACTS. Sole Amonte (912) 963-3496; Key West, Mike Feltman (305) 293-2501: Jacksonville, John Childers (352) 759-2931. Alternate POC for all is Sue Senti (909) 273-5081. All reservations must be made days in advance. Libraries will be available until closing date for ript of proposals. The following documents will be available in the aries: Equipment Description Listing for ECTTRC: Concept of Operations Requirements for ECTTRC; and Maintenance Concept for ECTTRC. responsible sources may submit an offer that shall be considered. interested parties are urged to submit their CAGE code with request solicitation documents. attp://www.sd. fisc.navy.mil Click here to find out more about FISC

MK-Ferguson Company. 1295 Highway 94 South, St. Charles, MO 63304 P-DEMOLITION OF PROCESS PLANT SOL REP-3589-SC-WP521 OUE 123198 POC Bill Bryant. (314) 441-8086, extension 3702, facsimile (314) 926-7073. MK-Ferguson Company (MK-F) is currently performing construction management services for the Department of Energy at the Weldon Spring Site Remedial Action Project (WSSRAP) located in St. Charles, Missouri, MK-Ferguson has a requirement to provide: Dismantlement, demolition, and salvage of the CSS Production facility Piant. Floor slabs, toundations, buried piping and conduit, and surrounding earthwork are not included in the work. Furthermore, restoration of the site not included in the work. The majority of the plant is considered contaminated by radiological contaminants; however, selected portions are not contaminated. Both the uncontaminated and contaminated equipment and materials are to be dismantled and transported to laydown areas. The following uncontaminated items shall be dismantled and become salvaged equipment for the Subcontractor: (1) Walkway! Piperacks: (2) Stair Tower: (3) Cement and Fly Ash Baghouse and Support/Access Platforms; (4) 750 Kw Standby Generator and MCC Electrical Building and Instrument Panels; (5) 600 Kw Standby Generator, Cable Trays and MCC Electrical Building, Instrument Panels, and Cable Trays: (6) Fly Ash and Cement Silos and Bins: (7) Transport Blowers, Piping. Feeders, and Conveyors: (8) Portable Storage Pigs (7) with 4,000 cy capacity for cement/lly ash. Interested parties should contact MK-Ferguson Company. 7295 Highway 94 South, St. Charles, Missouri 63304. Alin: W.R. Bryant. (M-344 SN 279276)

U.S. Agency for International Development, RRB, 1300 Pennsylvania
Avenue, NW, M/OP/NFAO, Room 7.10-071, Washington, DC 20523-

7101 R-PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES SOL N/A DUE 122398 POC Contact Point: Charles Mosby. Tel: 202-712-0832, Fax: 202-216-3052, Internet: . Lisa M. Maass, Contracting Ollicer Correction: This action originally publicized in the CBD dated 12/09/98, is hereby cancelled. (1-343 SN278764)

Sa Sreb6040Ceagle.sbeach.navy.mil Bid Branch, FISC Seal Beach

achment (W-344 SN279183)

Department of Veterans Affairs, Great Lakes Healthcare Systems, Great Lakes Acquisition Center, Bldg. 5, 5000 West National Ave.,

Milwaukee, WI 53295 -PHARACOLOGICAL SERVICES-LOCAL PHARMACY SERVICES IN UPPER MICHIGAN COMMUNITIES SOL REQ 690-170-99 DUE 123098 POC Bruce Blackburn. Contracting Officer, (414) 902-5402 Provide first ten-day portion of prescriptions for urgent and controlled substance drugs in support of VA Community Based Outpatient Clinics in Hancock, Marquelle, Menominee, and Sault Ste Marie Michigan. The contracts awarded in all but Menominee. MI are sel-aside for small businesses. The contract awarded in Menominee is offered on an unrestricted basis. Services are to begin approx. 1/15/99 for a period of one year. This requirement has two additional one-year pertormance periods at the option of the Government. Hard copy and electronic versions of the solicitation will be available on or about December 10. 1998. Requests for hard copy solicitations must be submitted in writing. The charge for hard copy solicitations is $5.00 in advance. Checks to be made payable to Department of Veterans Alfairs. No telephone or tax requests will be accepted. Electronic solicitations may be obtained FREE at the following URL: http://www.va.gov/oa&mm/busopp/sols.htm. Any amendments issued to this solicitation will also be available at this URL. Ollerors are advised that they are responsible for obtaining amendments. ***** (W-344 SN279036)

Department of The Army, Directorate of Contracting. Building 622. fort Stewart, Georgia 31314-5189

DIRECTORATE OF PUBLIC WORKS SOL DAKF10-99-R-0005 DUE 599 POC Connie Skipper, Contracting Officer, (912)767-8468

solicitation notice submission No 147511, submitted Dec 03, 1997 © 273228, submitted Nov 20. 1998 is changed as follows: Solicitation

nber is DAKF10-98-R-0005. This Sources Sought Synopsis is being red to assist the contracting officer in determining the leasibility conducting this commercial activity cost comparison study under all business set-aside procedures. The Government is seeking out

small business firms who have the experience and the financial Surces to successfully operate and manage the Directorate of Public tks at Fort Stewart and Hunter Army Airfield, Georgia. To be qualified small business concern. you must meet the small business standard $20.0 million for Standard Industrial Classification Code 8744. The gnitude of this requirement ranges between $10.0 and $20.0 million sally. Interested small business concerns should access the fort mart Homepage at http:thwww.stewart.army.mil/doc/intro.htm to mload the associated market survey. A more comprehensive description the requirement is provided with the market survey. Due date for ponses is 18 December 1998. The intent of this study is to determine most efficient and cost effective method of providing Public Works fices included in the Management and Operations of the Directorate Public Works, fort Stewart and Hunter Army Airfield, Georgia. This ice does not constitute a commitment by the Government. The study

determine whether these services should be performed under a tract with commercial sources of through the federal workforce. Sovernment proposal to provide these services is being developed. la contract may or may not result. Requirements include the following Be of functions that are subject to change based upon mission Wrements: Work Reception and Management, Self Help and Supply Sport Programs, Maintenance and Repair of facilities and Equipment, nagement and Maintenance of GSA and Maintenance and Service ES) Equipment, Pest Control Service, Grounds Maintenance, Surface Maintenance, Refuse Collection and Disposal, Holiday and Seasonal orations, Water Treatment and Distribution Systems. Wastewater Fection and Treatment Systems, Central Energy Plants, High Tempera= Hot and Chilled Water Distribution Systems, Natural Gas (Gas) Eribution Systems, Electrical Distribution Sys-tems, Alarm Systems,

Project Work. Any resulting contract will have a performance period sisting of a base year with four option years and the contract = 15 anticipated to be · Cost Plus Award fee. All responses to subsequent Request for Proposal will require a complete technical, agement and cost proposal with associated documentation. This

! a request for proposals, and no solicitation is available at time. The Government will not pay for information requested, nor

Office of Procurement, USAID Egypt, Unit 64902, APO AE 09839

4902 R-POST AUDITS OF PRIVATE SECTOR COMMODITY IMPORT PROGRAM SOL Egypt 263-99-P-011 DUE 012599 POC Contact Point: Ms. Amani Said, Contract Specialist, Office of Procurement, USAID/Egypt, Tel: 011202-357-3864, Fax: 011-202-357-3818, E-mail: The U.S. Agency for International Development is soliciting proposals from U.S. contractors to conduct post audits of completed Commodity import Program (CIP) transactions. A limited review shall be conducted on all completed CIP transactions to check the reasonableness of pricing. The Contractor shall conduct post audits of completed CIP transactions for a wide range of commodities, review completed CIP transactions, verify compliance with General Circular I and AID Regulation. I, provide adequate supporting documentation to USAID to institute claims against suppliers for price and related violations, and ensure that claims are properly based; recommend that settlements of certain claims should be obtained through the issuance of Bills of Collections, obtain price data from a reasonable number of available sources and maintain contact with U.S. suppliers of commonly procured items to ensure that current data is available for use by commodity managers. For transactions under post audit review, the Contractor shall prepare responses, to address Congressional, General Accounting Office (GAO), IG. supplier complaints, and other inquiries about the particular transactions. The Contractor shall possess knowledge of procurement principles and international trade terminology and practices; knowledge of basic contracting principles; knowledge of USAID price and source/origin regulations and their application; knowledge of market structures, competitive relationships, retail and wholesale trade practices; and, knowledge of shipping and freight forwarding terminology and practices. The contractor shall have at least ten years experience in international trade and at least five years experience of exporting commodities to USAID/financed activities and/or with USAID commodity import programs. The Contractor shall possess skills in communications techniques, both written and oral, sufficient to develop, present, justily, or defend a variety of eligibility determinations, audit findings, and pricing positions. The preferred method of distribution of USAID procurement information is via the Internet or by request of a solicitation on a 3,5" floppy disk (WordPerfect 5.1/5.2 format). This CBD notice can be viewed and downloaded using the Agency Web Site. The RFP, once issued, can be downloaded from the Agency web site. The Worldwide Web address is http://www.info.usaid.gov. Select Business and Procurement Opportunities from the home page, then "USAID Procurements." On the following screen, select "Download Available USAID Solicitations." Receipt of this REP through INTERNET must be confirmed by written notification to the contact person noted above. It is the responsibility of the recipient of this solicitation document to ensure that it has been received from INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes. (1-343 SN278772)

Federal Correction Institution Latuna, Texas Highway 20, Anthony, Texas 79821

- PHARMACY TECHNICIAN SOL 146-0001-9 DUE 021099 POC Jeromena Old Mouse, Contract Specialist. (915)886-3422 ext. 240 Pharmacy Technician services will be provided at the Federal Correctional Institution, LA Tuna, Anthony. TX. This contract will require frequent contact with inmates. Contractor is to provide interpretation of the physician, assistant (PA), nurse practitioner (NP), and dentists prescription order(s). Typing prescriptions, selecting the correct medication, and setting up the prescription for final check by the pharmacist, physician or dentist. The contractor shall inventory medications and supplies. Maintain expiration date log book, prepare list of drugs to be purchased, and other duties as assigned. This soliciation is for a base year plus four (4) options. Soliciation packages will be issued on or about January 13. 1999. Prospective ofterors must request information/solicitation request in writing to include the solicitation number and the name of the requestor with address and telephone number. See numbered note 1 and 23.

or group wise (W-344 SN279058)

Regional Contracting Office, USAID Guatemala-CAP, Unit 3323,

APO AA 34024 R-USAID/GUATEMALA SOL 520-98-020.W51 POC Contact Point: Telma Paz. Acquisition Supervisor, USAID/G-CAP. Tel: (502)332-0202, Fax: (502)331-1506, E-mail: and The United States Agency for International Development (USAID) Mission to Guatemala/Central American Programs (G-CAP) is seeking qualified U.S. organizations interested in implementing, under contract, the activity described in the RFP No. 520-98-P-020 justice Program, published in the internet on September 30, 1998 The activity will improve access to the justice system and improve the quality of justice sector services

Dept of Veterans Affairs Medical Center (900), 2121 North Avenue,

Grand Junction, CO 81501 OPHTHALMOLOGY/OPTOMETRY SERVICES SOL 575-480-99 DUE 011899 POC Denise Boren. Contract Specialist (970) 244-7723 Provide


Page 24

Level III. Bid opening anticipated during the month of March, 1999.
Request bid invitation by letter to the address above. (W-344 SN279097)

U.S. Government Printing Office, Atin: Bid Section, Room 0104,
Stop: PPSB, North Capítol & Stroots, NW, Washington, DC 20401

PRINTING SOL 446-968 POC Jon Carr, 202-512-0307 One time bid for Commerce/Census 2000 Update/Leave Long Form (English) Packages. Approximately 5,000,000 total packages consisting of: 1) a questionnaire (two versions of a 40-page self-covered saddle-wire stitched publications) printing 2-colors on white 50 pound opacified offset book (JCP Code A80 plus other special requirements), size 8-1/2 x 11" bound on the 11” dimension, requires either an address or a processing identification variable imaged on page 1 and a 10-digit Document Integrity (DI) bar code on page 1 or page 40 plus on one side of each of the other 4-page (17 x 119 processing signatures; 2) a letter printing one side only in 2-colors on white 50 pound offset book, size 8-1/2 x 11"; 3) an outgoing window envelope printing in one color on white 24 pound kraft, size 9-15/16 ~ 12-1/4"; and 4) a return window envelope (tour versions) printing in one color with an inside tint on white 24 pound kraft, size 8-7/8 x 11-1/2". Quality Level Ill required (plus other special requirements). Prools and approximately 115,000 variable imaged prior to production sample packages plus 39,000 variable imaged questionnaires required. Award approximately late January 1999. Production electronic media to be furnished approximately May 1999. Production address files to be furnished beginning the end of September through October 1999, Packages to be shipped to approximately 400 nationwide destinations by Mid December, 1999. Request IFB on your firm's letterhead.

(W-344 SN279149)

Chicago Regional Printing Procurement Office, U.S. Government
Printing Office, 200 N. Lasalle St., Suite 010. Chicago, IL 60601-

1055 T-PRINTING OF QUARTERLY PERFECT BOUND PERIODICAL, TRE LINK. SOL Program 2508-S DUE 011299 POC Download specifications from

Chicago's page on GPO website: www.gpo.gov/procurement; or fax request


for specifications and abstract to Chicago GPO front desk at 312- 886-3163. For technical questions, call Pal Plunkett at 312-353-3918. Quarterly periodical, perfect bound, separate cover, generally from disk.

90-120 pages per order plus cover, 80.000 copies, trim size 8-1/


4 x 10-3/4". Extensive mailing required, reimbursable postage. 15 day
schedule including proofs. Do not attempt to bid without complete specifications. (W-344 SN279220)

Chicago Regional Printing Procurement Office, U.S. Government
Printing Office, 200 N. Lasalle St., Suite 810, Chicago, IL 60601-

1055 TUTTERHEADS WITH GREAT SEAL OF US WATERMARK SOL Program 1500-S DUE 011299 POC Download specifications from GPO website at www.gpo.gov/procurement; or fax request for specifications (no abstract available) from Chicago GPO front desk at 312-886-3163. Technical questions call Pat Plunkett at 312-353-3918. New contract for production

of various letterheads printed one color on special recycled 25% rag


stock with the Great Seal of the United States watermark. Do not
attempt to bid without complete specifications. (W-344 SN279313)

and civilian personnel assigned to and working at the Defense Finance of a regular membership to include unlimited access to any of the and Accounting Service-Orlando (DFAS-OR), Orlando, Florida. The govern- contractors facility locations. 1.3.6 Services to include, but not be ment anticipates: a. Purchase of 115 Memberships for DFAS-OR Military limited to, use of an indoor gymnasium, community center or recreation Personnel. b. Availability of Corporate Membership for DFAS-OR Civilian center complex with indoor and outdoor swimming doors, cardiovascular Personnel, c. Memberships waive initial Joining fee and discount 30% equipment (minimum of 6 Stair Masters), stationary (minimum of 2 from the standard open market membership fee. 1.2 PERIOD OF PERFORM- Nautilus type machines) and free weights (to include dumbbelis, bench ANCE. 5 January 1999 THRU 4 January 2000. 1.3 ITEMIZED TASKING. press, etc.), Workout room, showers and secured locker facilities 1.3.1 Access to physical fitness facilities, qualified instructors, formal access to a 2 mile running track or trail. Facility to be wailable health programs and services. 1.3.2 Dedicated access to gymnasium for use from 5:30AM until 9:00PM. Monday through Friday, and on floor for 100 people from 6:40AM until 7:30AM-Monday, Wednesday weekends. 1.3.7 Certified physical fitness instructions, health, weires: and Friday for military/group physicol fitness training. 1.3.3 Access and educational programs. 1.3.8 Screening to ensure that the cirka to the physical fitness facility will be through individual membership

employees enrolled in the DFAS program have completed the fitness cards issued to the individual by the fitness facility personnel. 1.3.4 assessment prior to issuing a corporale membership card. 1.3.9 Quartery The facility must be within a 15 minute driving distance from the

billing to the DFAS-OR (ATTN: DFAS-OR/EC) for the military memberships. Defense Finance and Accounting Service-Orlando, 2500 Leahy Avenue, 1.3.10 Direct billing to the civilian employee for their corporate rendeOrlando, Florida, to reduce the amount of travel time for military

ship costs. 1.3.11 Optional family memberships and variety of family members between the fitness facility and the work location. The facility oriented activities are available at a discount of 30% from the standard must be easily accessible by employees before and after duty hours

open market membership fee. The Defense Finance and Accounting and during the normal business day for those individuals who opt Service-Orlando retains the right to terminate individual military member to use the facility during flex hours, i.e. lunch hour. 1.3.5 Privileges

ships when members are transferred from DFAS-Orlando or are separated of a regular membership to include unlimited access to any of the

from the military service and reassign those memberships to the contractors facility locations. 1.3.6 Services to include, but not be

incoming military members. DFAS-Orlando also retains the right to limited to, use of an indoor gymnasium, community center or recreation

reduce the total number of military memberships if downsizing scous center complex with indoor and outdoor swimming doors, cardiovascular

Length of Contract: Initial one year plus one (1) option year. PART equipment (minimum of 6 Stair Masters), stationary (minimum of 24

2 APPLICABLE REGULATIONS AND DOCUMENTS. The following retrete! Nautilus type machines) and free weights (to include dumbbells, bench

pertain to the physical fitness requirements and guidelines. 21 0 press, etc.), workout room, showers and secured locker facilities and

Directive 1010.10. 2.2 Health Promotion and the American College of access to a 2 mile running track or trail. Facility to be available for use from 5:30AM until 9:00PM. Monday through Friday, and on

Sports Medicine Guidelines (ACSM) for Exercise Testing and Prescription

2.3 AR 216-1, Moral, Welfare and Recreation Activities. 24 AR *** weekends. 1.3.7 Certified physical fitness instructions, health, wellness

.63, Army Health Promotion. END OF STATEMENT OF WORK. The folosinj and educational programs. 1.3.8 Screening to ensure that the civilian

FAR provisions and clauses apply to this acquisition: 52212-1, 52712employees enrolled in the DFAS program have completed the fitness

2. 52.212-4, and 52.212-5. The following evaluation criteria shall be assessment prior to issuing a corporate membership card. 1.3.9 Quartedly

used as addenda 1o FAR 52.212-2(a): (1) Technical capability of in billing to the DFAS-OR (AITN: DFAS-OR/EC) for the military memberships.

item offered to meet the Government requirement; (2) price and 1.3.10 Direct billing to the civilian employee for their corporate member

past performance. The following subparagraphs of FAR 52212-50 ship costs. 1.3.11 Optional family memberships and variety of family

and DFARS addenda thereto, apply: (1), (3), (6), (7), (8) and so oriented activities are available at a discount of 30% from the standard

-252.225-7001 and 252,225-7036. A completed copy of FAR 52.21 open market membership fee. The Defense Finance and Accounting Service-Orlando retains the right to terminate individual military member.

3 and the following DFARS addenda, must be included with each out

252.225-7000 and 252.225-7035. See Note(s) 1 and 12. Quotes ? ships when members are transferred from DFAS-Orlando os are separated

due NLT 4:00 p.m. EST on 31 December 1998 and may be not from the military service and reassign those memberships 10 new

by FAX to (407) 380-4069 (ATTN: Brenda Rhodes). for information incoming military members. OFAS-Orlando also retains the right to

regarding this solicitation, contact Brenda Rhodes at (407) 380-43 reduce the total number of military memberships il downsizing occurs.

ERROR—(W-344 SN278981) Length of Contract: Initial one year plus one (1) option year. PART 2 APPLICABLE REGULATIONS AND DOCUMENTS. The following reference pertain to the physical fitness requirements and guidelines. 2.1 DOD Federal Correction Institution Latuna, Texas Highway 20, Asthon, Directive 1010.10. 2.2 Health Promotion and the American College of Texas 79821 Sports Medicine Guidelines (ACSM) for Exercise Testing and Prescription. -INTRAMURAL SPORTS INSTRUCTOR SOL 146-0004-9 DUE 02.1990 2.3 AR 215-1. Moral, Welfare and Recreation Activities. 2.4 AR 600- POC Jeromena Old Mouse, Contract Specialist, (915)886-3422 ant 2 63, Army Health Promotion. END OF STATEMENT OF WORK. The following fax:915-886-34317 Intramural Sports Instructor services will be provided FAR provisions and clauses apply to this acquisition: 52.212-1, 52.212- at the Federal Correctional Institution and Federal Prison Camp W 2. 52.212-4, and 52.212-5. The following evaluation criteria shall be Tuna. Anthony. IX. The contractor shall provide a structured Intramut used as addenda to FAR 52.212-2(a): (1) Technical capability of the Sports Instructor program and a full description of the scope it item oftered to meet the Government requirement: (2) price; and (3) program. The contractor will be responsible for provisions of service! past performance. The following subparagraphs of FAR 52.212-5(b), in the instructional aspects of team sports such as soccer, satisi and OFARS addenda thereto, apply (1). (3). (6). (7). (8) and (9); basketball. flag football and/or any other team sports, maintaining 252.225-7001 and 252.225-7036. A completed copy of FAR 52.212- records of attendance, testing measurements, and completion a 3 and the following DFARS addenda, must be included with each quote: participants. This contract will require frequent contact with uncates 252.225-7000 and 252.225-7035. See Note(s) 1 and 12. Quotes are This solicitation is for a base year plus four (4) option years. Soc 14:00 due NLT 4:00 p.M. EST on 31 December 1998 and may be made packages will be issued on or about January 13, 1999. Prospect by FAX to (407) 380-4069 (ATTN: Brenda Rhodes). For information ofterors must request information/solicitation request in writing to E.DE regarding this solicitation, contact Brenda Rhodes at (407) 380-4306. the solicitation, number and the name of the requestor with dem Rhodes BK @navair.navy.mil ERROR - (W-344 SN 278976)

and telephone number. See numbered notes 1 and 23.

jaldmouse @bop.gov or groupwise (W-344 Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway,

SN279091) Orlando FL 32826-3275 U-GYM MEMBERSHIP SOL N61339-99-0-0343 DUE 123198 POC Bren- Naval Air Wartare Center TSD, Code 257, 12350 Researd Power da Rhodes, (407) 380-4306 17. This is a combined synopsis /solicitation Orlando FL 32826-3275 for commercial items prepared in accordance with the format in Subpart U-SYM MEMBERSHIP SOL N61339-99-0-0343 DUE 123198 POC SE 12.6. as supplemented with additional information included in this

da Rhodes, (407) 380-4306 Solicitation No. N61339-99-0-0343 is het notice. This nouncement constitutes the only solicitation; quotations

cancelled at no cost to either party, are being requested and a written solicitation will not be issued.

RhodesBK@navain navy.mil ERROR--(W-344 SN279142) Solicitation N61339-99-0-0343 is issued as a request for quotation and incorporates the provisions and clauses in ellect through Federal Acquisition Circular 97-09. This solicitation is set-aside for small business. Naval Air Warlare Center TSD. Code 257, 12350 Research Partes, The SIC Code for this solicitation is 7991 with a size standard of Orlando FL 32826-3275 500 employees. The following items are required: CLIN 0001: Purchase COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAN FORTE of 115 Memberships, as per the following statement of work. Statement C-20C CULFSTREAM IV AIRCRAFT SOL N61339-98-R-0030 DVE 02 ! of Work (SOW). Part 1 GENERAL. Access to full service physical fitness POC Contract Specialist Holly Justice, 407/380-4418; Contracting of facilities for military and civilian personnel assigned to and working cer-Larry I. Gravert, 407-380-4603 17. The Naval Air Warfare Centre at the Defense Finance and Accounting Service-Orlando (DFAS-OR). Training Systems Division (NAWCTSO) has a requirement to saveur Orlando, Florida. The government anticipates: a. Purchase of 115 Member- the Navy's Command Aircraft Crew Training (CACT) Program ships for DFAS-OR Military Personnel. 6. Availability of Corporate Member- includes providing all labor, equipment, training facilities/materas, tová. ship for DFAS-OR Civilian Personnel. c. Memberships waive initial Joining supervision and other services necessary for academic, aircrew con la fee and discount 30% from the standard open market membership tion, and simulator training for initial pilot training, refreste sonder tee. 1.2 PERIOD OF PERFORMANCE. 5 January 1999 THRU 4 January engineer training, and several C-20G maintenance courses (imtul Baik 2000. 1.3 ITEMIZED TASKING. 1.3.1 Access to physical fitness facilities, nance, trouble shooting, maintenance manager, electronics and we qualified instructors, formal health programs and services. 1.3.2 Dedicated and corrosions control prevention training) for the C-200 airti al access to gymnasium floor for 100 people from 6:40AM until 7:30AM- stream IV as configured for U.S. Navy). This requirement will be det Monday, Wednesday and friday for military/group physical fitness training. in accordance with FAR Part 12, Acquisition of Commercial fomu 1.3.3 Access to the physical fitness facility will be through individual The successful offeror will be responsible for maintaining ongo ng epeat membership cards issued to the individual by the fitness facility personnel. cation of pilot courses though the federal Aviation Administration 1.3.4 The facility must be within a 15 minule driving distance from and validation of those courses by the Navy Aviation Model Weapon the Delense Finance and Accounting Service-Oriando, 2500 Leahy Avenue, (through acceptance of course syllabi). The maintenance courses trening Orlando, Florida, to reduce the amount of travel time for military applicable Air Transport Association 104 requirements. The secrets members between the fitness facility and the work location. The facility must be capable of FAA Level C certification or higher interest must be easily accessible by employees before and after duty hours Circular 120-408) with C-206 configured cockpit. A low-cos: scar and during the normal business day for those individuals who opt mockup cockpit familiarization trainer (CFT) is required stess ** to use the facility durin, ller hours, vie. lunch hour. 1.3.5 Privileges simulator is used for cockpit and procedures training. A cockpl rices

U Education and Training Services

55 Broadway; Cambridge, MA 02142 1-TRAINING SOL DTRS57-99-Q-80015 DUE 122498 POC Point of Contact - Karen Marino, Purchasing Agent, (617) 494-2437 The Volpe Center plans to solicit a sole source Simplified Acquisition from Sybase. Inc., Burlington, MA, to provide 100 person-days of training for Sybase s software products as listed in the Sybase Learning Connection, Courses and Training Schedules Catalog "dated September December 1998. The vendor will be required to provide the training facilities in the Boston and Chicago areas. Small Business firms classified under SIC Code 8299 that are interested in proposing on this requirement must respond in writing, within 15 days from the date of this publication that their company can provide the training equal to the training oftered by Sybase. Small business firms will be required to submit a copy of their training catalog in support of the above for evaluation by the Government prior to receiving a solicitation. No telephone requests will be accepted however, we will accept requests via facsimile at 617/494-3649. Attn: Karen Marino, DTS-852.

http://www.volpe.dot.gov/procure/index.html Volpe Center Acquisition Division home page

Purchasing Agent (D-343 SN278755)

Naval Air Warfare Conter TSD, Code 257, 12350 Research Parkway,

Ortando FL 32826-3275 UPHYSICAL FITNESS MEMBERSHIP FOR MICITARY SOL N61339. 99-0-0343 DUE 123198 POC Brenda Rhodes (407) 380-4306 17. This is a combined synopsis /solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation N61339-99-0-0343 is issued as a request for quotation and incorporates the provisions and clauses in effect through federal Acquisition Circular 97-07. This solicitation is set-aside for small business. The SIC Code for this solicitation is with a size standard of 500 employees. The following items are required: CLIN 0001: Purchase of 115 Memberships, as per the following statement of work. Statement of Work (SOW). Part I GENERAL. Access to tull service physical fitness facilities for military


Page 25

Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W

Street, Code 200 Bid Desk, Bremerton, WA 98314-0051 W-RENTAL OF EPT MACHINE SOL N00406-99-0-0057 DUE 010899 POC Dianne Grimes (360)476-5008 Rental of one Hydraulic Fluid Conditioning Machine, instruetion of machine operations, appropriate resin cartridges and filter elements. For on site service at Puget Sound Naval Shipyard. Bremerton Washington, 20 May 99 thru 99 Jul 20. To be procured under simplified acquisition procedures. This is other than full and open. Intended source is Environmental & Power Technologies, CANADA. RYG program is applicable to this requirement. All responsible sources may submit a quotation which, it received in a timely mann, shall be considered. Telephone request will not be honored. Fax request to (360) 476-5652. Notes 22, 26 apply. (W-344 SN279184)

Y Construction of Structures and Facilities

trainer (CPT) is required unless the simulator is used for cockpit and procedures training. A part task trainer (PTT) is required unless the simulator is used for Honeywell SPZ-8000 Integrated Flight Control System/flight Management System training. The flight simulator's cockpit/ functions must duplicate the above aircraft and be capable of simulating all NATOPS normal/emergency procedures. In addition to the flight simulator, a cockpit familiarization trainer shall be available to students All pilot/engineer course contractor instructors provided for training services shall, as a minimum, be FAA certified in the subject and aircraft being laught lie., Simulator Instructors Arline Transport Pilot (ATP) or Certified Flight Instructor-Instrument (CF1.1) type rating: Ground School Instructor: Basic and Instrument FAA Ground School, FAA Flight

Engineer or ATP/CFI-1 FAA rating; FAA exemptions accepted). New DOTFAR fie 142 training center certification in the Gulfstream IV will suffice for

Instructor and course certification. Maintenance course contractor instructors must have demonstrated practical maintenance experience and/ or a FAA Airliame and Power Plants (A&P) license. Contractor will be required to submit for government approval an Approved Training Syllabus (ATS) for each course that meets applicable requirements

of the Naval Air Training and Operations. Procedures Standardization *** (NATOPS) for the above cited aircraft. An indelinte quantity type contract ? with provisions for firm-fixed price delivery orders is anticipated with

a 60-month period of performance. NAWCTSO anticipates release of © y solicitation N61339-98-R-0030 on of about 4 January 1999. Proposals ts will be due by 3:00 PM, LOCAL TIME, on 16 February 1999. The y solicitation will be made available through the World Wide Web, Internet a tocation as follows: http://www.ntsc navy mit contract procure htm. The se solicitation information will be located under the heading Procurement kutaformation. Any questions should be directed to the Contract Specialist, KH. Holly Justice, at 407/380-4418, or Naval Air Warfare Center Training

Eystems Division, 12350 Research Parkway, Alan TSO 25715C/H. Justice. surlando, FL 32826-3275.***** This notice supercedes the previous pub

shed notice No. 266712 dated 29 October 1998. A wa click here to contact the Contract Specialist

Ha e-mail (W-344 SN279150)

and promotes continuous improvements in the ATS The QA program should also be independent from the work or production organization, and insures contract compliance. The contract will contain a rampUp and ten one-year options. The estimate value of this contract is $300 million, which includes upgrades and aircraft concurrency modifications. The contract will be a Service Contract Act contract. Contract performance will occur at the following principal locations: Pope AFB, Dyess AFB. McChord AFB, Minneapolis ANG, Little Rock AFB and Dobbins ARB. Contract performance will also occur at the following remote locations: Ramstein AB, Elmendorf AFB and Yokota AB. It is anticipated that the Avionics Modernization Program (AMP) will be incorporated into the C-130 ATS. Incorporation of AMP may entail significant modification to the existing simulators of the acquisition of new simulators The contract awardee for the C-130 ATS may be required to act as a directed subcontractor to the ancialt contractor. This competitive acquisition will be with full and open competition. The services being procured are non-commercial Contract type will be firm fixed price. cost reimbursable, hourly, and the right is reserved to use any other contract type as needed for future change proposals. The request for proposal will be available on the Hill AFB Acquisition Support Division Homepage http://www.hull.al.milliipso/tipschom.html. No paper copies of information will be provided Point of contract is Ronald L. Rasmussen, Contracting Officer, rasmussi@hillwpos hill at mil or telepbone (801)7178413, fax (801)777-6068 or mail to 6050 Gum Lane Building 1215,

Hill AFB, UT 84056-5825, Questions and answers will be posted on the homepage to all potential oflerors unless the information is proprietary. Approximate issue date of the RIP will be 29 Dec 98. An ombudsman has been appointed to hear concerns from olterors or potential ollelors during the proposal development phase of this acquisition. The purpose of the ombudsman is not to diminish the authority of the program director or contracting officer but to communicate contractor concerns, issues, disagreements and recommendations to appropriate government personnel. When requested the ombudsman will maintain strict confiden

tiality as to source of concern. The ombudsman doesn't participate 5, in the evaluation of proposals or the source selection process. Interested parties are invited to contact the ombudsman, Brent W. Kendall, at (801)777-6991 if your concerns are not resolved by the contracting ollicer. AITENTION Contractor must be registered with the Central • Contractor Registration to be eligible for contract award of payment

from any DoD activity. Information on registration and annual contumaton requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://ccredi.disa mil The approximate issue/response date will be 29 DEC 1998. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered.

http://contracting hill.al, militasolripsohom.html Click here to obtain) view solicitation.

MIL Click Here fo E-mail Buyer (1-344 SN279271)

USDA, Natural Resources Conservation Service, 100 USDA, Suite

203. Stillwater, OK 74074-2655 Y-KICKAPOO NATIONS WATERSHED, SITE NO. 3, LINCOLN COUNTY, OKLAHOMA SOL NRCS-1-OK-99 DUE 020899 POC Contract Section (405) 742-1225 Major items of work--Bermudagrass Sprigging. 6 Ac: Hay Mulch. 6 Ac; Excavation. Common Foundation, 22,856 CY: Earthlill Embankment, 125,086 CY; Draintill, fine filter, 1665 CY; Topsoil, 11,410 SY; Concrete Class 4000, 38.5 CY; Permanent Fence. 4,250 LF; Geotextile, 455 SY Bids will be due approximately 45 days after publication of this notice. Performance time is 167 calendar days. Estimated price range is between $250,000 and $500,000. All responsible sources may submit a bid which shall be considered by the agency. If interested * in getting on the mailing list, send requests to: Contract Section, USDA Natural Resources Conservaiton Service, 100 USDA. Suite 203. Stillwater, Oklahoma, 74074-2655 or requests may be faxed to (405) 742-1295. No lelephone requests will be accepted.

luann Click here to contact the contracting officer via e-mail (W-343 SN278747)

USAED, KANSAS CITY, 157 FEDERAL BUILDING, GOR E 12TH STREET,

KANSAS CITY, MO 64 106-2896 H-LEADERSHIP DEVELOPMENT INTERN PROGRAM, KANSAS CITY DISRICT CORPS OF ENGINEERS, SOLICITATION DACW41-99-R-0006. POCONTACT VALETA KURTZE 016/983-3843 SOL DACW41-99-R-0006 DUE 20599 POC Contract Specialist Valeta A Kurtze 816-983-3843 (Site ode DACWA)) The U.S. Army Corps of Engineers, is seeking a qualified im of university in the Kansas City, Missouri area to design, develop

nd administer a part-rime leadership/management development program mmf ten to twelve Corps of Engineers Employees during the mitial

miod of March 1, 1999 through February 28, 2000 and 2 option bars. The selected firm or university will be responsible for assessing de training needs of the employees, advising and assisting with preparain of individuals development plans, facilitating group development ruties, counseling interns on their program providing oftsite retreats W field trips, overseeing team projects, coordinaling site visits, and aintaining liaison with a Corps of Engineers steering committee which

responsible for overall management of the program. SIC 8299 $5M. de solicitation will be issued on or about December 28, 1998 and e proposal will be due on or about February 5. 1999. Requests the solicitation may be sent via fax number 816/426- 5169 to e attention of Valeta Kurtze. (1-344 SN279174)

DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK

74121-0061 Y-AMMUNITION CONTAINER COMPLEX, MCALESTER ARMY AMMUNIVJON PLANT, OKLAHOMA SOL DACA56-99-B-0009 DUE 012899 POC Susan Killgore, Contracting Division, 918-669-7272 Ammunition Container Complex includes four sites with three pre-engineered buildings, (Container Repair Building, 421.7 square meters (M2); Operations Support Building. ,139 M2: Battery Charging Building, 464.5 M2) iwo large concrete stabs designed for heavy loads, gravel roads, and approximately 4,439 meters of rail road construction, Site work includes lime modification under 4.439 meters of rail, utilities such as electrical, water, sewer, phone and fiber optics to each site, fencing. Buildings include admin facilities. baths, and open bays for work. Estimated cost range of this project is $10,000.000 10 $25,000,000. Plans and specifications will be available on or about December 28, 1998, and will be provided on Compact Disks (CD-ROM) free of charge. It has been determined that the number of Compact Disks will be limited to one (1) per firm. Plans and specifications will not be provided in a printed hard copy format. Requests for plans and specifications must be made in writing (or via home page indicated below) to the Tulsa District, Corps of Engineers, PO Box 61. Tulsa, OK 74121-0061: No phone calls to order please. All orders will be mailed via first class mail. Requests for special handling (Fed-X, etc.) will not be honored. Contracting information (current solicitations, bid results, and contract awards) is available on the Tulsa District home page at www.swt.usace.army.mil. You may also register for solicitation documents and view pianholders lists via our home page. (1-343 SN278765)

Federal Correction Institution Latuna, Texas Highway 20. Anthony,

Texas 79821

U-LIBRARY TECHNICIAN SOL 146-0010-9 DUE 021099 POC Jeromena Old Mouse, Contract Specialist. (915)886-3422 ext. 240 fax:915-886

4317 Library Technician services will be provided at the Federal Correctional Institution, LA Tuna, Anthony. IX. The contractor shall coordinate the operation of the law and leisure libraries, to include the handling of books and magazmes and the control of. library equipment use by inmates. This contract will require trequent contact with inmates. This solicitation is for a base year plus lour (4) option years. Solicitation packages will be issued on or about January 13, 1999. Prospective otterors must request information solicitation request in writing to include the solicitation number and the name of the requestor with address and telephone number. See numbered notes 1 and 23.

or groupwise (W-344 SN279286)

V Transportation, Travel, and Relocation Services

Directorate of Contracting. 00-Alc 6050 Gum Lane/Bldg 1215, in Mill Air Force Base, UT 84056-5825

4-130 ATS SOL F42630-99-R-20262 DUE 021299 POC for copy. n L Rasmussen/Liku(801)777-2627, for additional information contact

L. Rasmussenlikt(801)771-2627 The acquisition includes but is Ilimited to the following: Training, maintenance, operation and support, curity, courseware development and courseware maintenance, hardware! ftware changes, configuration management, hardware and courseware difications and management of the training system. This acquisition Il be a successor contract to the current C-130 ATS contract (F33657. 26-0103) with an option to combine the current C-130 H2/H3 contract 13657-94-C-2200). The acquisition may also contain provisions for grades to the simulators, the acquisition of new simulator systems d relocation of simulator systems and the Training System Support nter (TSSC) and acquisition of a new training management system MS). The overalt objective of the C-130 ATS is to provide a training ogram which results in highly trained aircrews and maintenance isonnel for the C-130 Weapon System Operations. The re-competition lort combines the existing. C-130 ATS contract and the C-130H2/ I contract into one successor contract. The ATS consists of a formal hool and various locations for continuation retresher training. The 130 H2/H3 contract provides continuation training at Dobbins ARB. e following are the specific objectives of this program: Provide Guaraned Student/Throughput with on time graduation and meet projected foughput requirements (availability requirements apply at Dobbins B) to meet Air force standards and pass an Air Force administered st. This includes provisions for variations in quantity of students id content of training. Adequately stall the ATS with qualified personnel Idretain key personnel in all aspects of the AIS. Eflective management

the overall "ATS, including ongoing ettorts, problem identification nd resolution, special projects, reporting and communication, startup ansition, security and safety. Maintain ATS concurrency with the weapon stem program. This includes the capability to incorporate highly techcal modifications into the simulators and the ability to modity/upgrade aining devices/courseware/software prior to the aircraft upgrades. Eltecrely manage and operate the Training System Support Centers (TSSC)

Little Rock AFB and Dobbins ARB, to include the appropriate manning vels to complete Design Requests (DRs) in a timely manner. Provide Quality Assurance (QA) program that is equivalent to ISO 9000.

ACQUISITION & MATERIEL MANAGEMENT (90C), VA MEDICAL CENTER,

1900 E MAIN ST, DANVILLE, IL 61832-5198

-AMBULANCE AND HIRED CAR SERVICES FOR VA MEDICAL CENTER, DANVILLE, ILLINOIS. SOL 550-09.99 DUE 011999 POC Marietta Hance, Contract Specialist, (217)-431-6536 The VA Medical Center, Danville, Illinois is requesting offers for “AMBULANCE AND HIRED CAR SERVICES". Services are to begin approximately February 1, 1999 through January 31, 2000 with options to extend the contract for TWO additional years or through January 31, 2002 Standard Industrial Code Nos. 4119 and 4121 apply to this procurement. This is an UNRESTRICTED PROCURE MENT (not set aside for small business). However, a business is considered small if its average annual receipts for both SIC codes for the preceding three years are no more than $5.0 million. Solicitation documents will be available after December 21. 1998 and may be requested in writing from Marietta Hance at FAX 217-431-6553. Contract award shall be contingent upon the availability of funds. (1-344 SN279298)

US ARMY CORPS OF ENGINERS, SACRAMENTO, CONTRACTING

DIVISION, 1325 ) STREET, SACRAMENTO, CA 95814-2922 Y-DEPLOYABLE MEDICAL SYSTEMS (DEPMEDS) KILL AFB, UTAH SOL DACA05-99-8-0005 DUE 021899 POC PLAN ROOM FAX: (916) 557-7842. CONTRACT SPECIALIST: SHAUNA MARTINEZ (916) 557-5110 OR FAX (916) 557-5278, CONTRACTINO FEICER: MICHAEL HUPP (Site Code DACA05) PROJECT TITLE: DEPLOYABLE MEDICAL SYSTEMS (DEPMEDS). HILL AFB, UTAH This proposed contract is Unrestricted. JOB DESCRIPTION. The project consists of the construction of a permanent General Purpose Warehouse and related facilities to perform the Deployable Medical Systems (DEPMEDS) operation at Hill AFB. The facility is comprised of a concrete foundation system (piles and spread footings), a concrete floor, a steel moment. resisting and naced-frame structural system, a standing seam metal roof supporte, by steel open web joists and beams, and a precast concrete wall enclosure with an exterior masonry facade. The project scope consists of the following three scenarios: Schedule 1. approximately 22.296 square meters (240,000 sf) warehouse and 279 square meters (3000 sf) administration area; Schedule Il. approximately 29.782 square meters (320,000 sf) warehouse and 279 square meters (3000 s) administration area; Schedule ill, approximately

37.160 square meters (400,000 sf) warehouse and 279 square meters 2. (3000 sf) administration area. Each schedule also includes items for

sitework and Government Furnished/Contractor Installed (GF/CI) Equipment, and each schedule includes an optional item for Contractor Furnished/Contractor installed (CF/CI) Equipment. Bidders must submit prices on all items in all three schedules. Only one schedule will be awarded based on the best interest of the Government. Supporting facilities consist of utilities, storm drainage, steam 'distribution, electric service, HVAC, exterior lighting, fire protection and alarm system, landscaping. Daving, walks, curbs and gutters, parking for POV's, handicap accessibility. a new railroad spur connection and all other related support features. SIC CODE. This procurement will be conducted under SIC code: 1542. The size standard for this SIC code is: $17 million. Large businesses competing for this project must comply with the

Issue No. PSA-2241; Monday, December 14, 1998

includes fabricating, installing, and removing a temporary cofferdam system for partial dewatering of the Calcasieu Lock. UNRESTRICTED. NOTE: It is anticipated that this solicitation will be issued by Electronic Bid Set (CD). Therefore, there is no charge for plans and specifications. (W-344 SN279096)

permanent full-time professional and managerial positions in the United States. For the purposes of determining competitive status, bids quality under section (!), above, shall be reduced by 10 percent. Interested applicants must request a "Pre-Qualification Package from Mr. Mart J. Toler at (954) 630-1165 (fax), within 10 days of publication this notice. Fax requests only. Prospective offerors shall submit an! original and two copies of the completed pre-qualification informator to: U.S. Mail and Courier/Overnight Address: U.S. Department of San Regional Procurement Support Office, 4000 North Andrews Anoia, lat 1 Lauderdale, Florida 33309, Attention Mark J. Toler. Completed at qualification packages must be received by January 11, 1999,

www.statebuy.inter.net State Department Interactive Platform RPSO FLORIDA (W-344 SN279104)

FAR 52.219-9 clause regarding the requirement for a subcontracting plan on the part of the work it intends to subcontract. The recommended goals for subcontracting are 62.0% for small business, 10% for small disadvantaged business, and 5% for small business/woman-owned. A firm that submits a plan with lesser goals must submit written rationale to support goals submitted. Estimated cost is over $25 million. For more information regarding the ordering and issuance of the solicitation please contact the plan room at (916) 557-5239, fax technical questions to (916) 557-5278. for all other information, contact the Contract Specialist, Shauna Martinez, at (916)557-5110. This project will provide plans and specifications using CD-ROM only. Hard copies of the plans and specifications will not be available. Because a limited number of sets will be reproduced, copies are limited to one set per firm. The CD-ROM for this project must be ordered by 23 Dec 1998. There is no charge for this solicitation. Orders received beyond this date will not be honored. CD-ROMs will be mailed out on or about 19 Jan 1999. Orders received beyond 23 Dec 1998, will not be honored. Requests may be submitted by mail or in person to USAED, Sacramento, ATTN: Plan Room, 1325 Street, Sacramento, CA 95814-2922. Do not address to the contract specialist for this will delay your order. Firms are requested to provide their name: physical address; mailing address; E-mail address; telephone number; facsimile number; and the solicitation number of the project. All responsible sources may submit a bid or proposal which will be considered by the agency. See Note 26. For a listing of all Sacramento District projects, see Contracting Division's Internet Home Page at http://www.usace.mil/cespk-ct which is updated daily. Please note that all contractors and potential contractors must be registered with the Central Contractor Registration (CCR) database eifective May 31,1998. For instructions on registering with the CCR please see our webpage.

U.S. Postal Servica, Kansas City Facilities Samia Oitia, te

W.84th St., Suite 100, Overland Part, KS 66202-4179 Y-NEW CONSTRUCTION LEASED AT FAIRMONT, MW SOL 192015 99-A-0118 DUE 020299 POC Ruthann Coburn 913/831-1855 & 9 for leasing questions; John Luttig 913/831-1855 Ext 427 for bacheca questions: Martin Thompson 6517224-4831 for design questions. CORE TION: Postal Service soliciting proposals to construct and lease back i a 7,372 sf net interior building on a. 75,210 st site in far sent, MN. Ollerors will be required to construct on a site controliet offeror. The successful offeror will be required to purchase the de and construct a building to USPS standards. DAVIS BACON WAGE RATES WILL APPLY. Alter December 17, 1998 plans and specificaties > be oblained for a NON-refundable fee from Jorji" at Kelly Bean 8877 W 75th Sl., Overland Park, KS 66204-2275, telephone 91934). 2333. Contact Kelly Blueprint in writing for lists of planholders Wer by faxing your request to them at 913/341-7143. No telephone pasta will be accepted by Kelly Blueprint. DO NOT CONTACT THE POST SERVICE FOR PLANS AND SPECIFICATIONS OR PLANHOLDER USTS. 344 SN279132)

U. S. ARMY CORPS OF ENGINEERS, 2000 FT. POINT RO, CONTRACTING

DIVISION, P. O. BOX 1229, GALVESTON TX 77553-1229 Y-HOUSTON-GALVESTON NAVIGATION CHANNELS, TEXAS, (45-FOOT PROJECT), REEF PAD CONSTRUCTION SOL DACW64-99-B-0013 DUE 020999 POC Contract Specialist Carolyn Hilliard (409) 766-3848 Contracting Officer Thomas Benero (409) 766-3850 (Site Code DACW64) The work consists of furnishing plant, labor, and material to construct 118 acres of oyster reef in mid-Galveston Bay near the Houston Ship Channel. The 12 reefs may be constructed of four different types of materials, including oyster shell, which may be dredged from nearby sites: coal combustible by-product; crushed stone; or gravel with or without geotextile. Subcontracting goals for the Galveston District are: 61.2%-Small Business; 9.1%--Small Disadvantaged Business; and 4.5%-Woman-Owned Business Plans and specifications will be available only in electronic format on compact disc at No Cost. It is the contractor's responsibility to reproduce a set of contract drawings from this compact disc. Submit your request via FAX# (409) 766-3010, Price range for this work is between $25,000,000.00 and $50,000,000.00. (1-343 SN278795)

Regional Procurement Support Office (RPSO), 4000 North Andrews

Ave, Fort Lauderdale, FL 33309 Y-PRE-QUALIFICATION OF OFFERORS FOR DESIGN AND CONSTRUCTION OF A NEW USAID BUILDING ON THE V.S. EMBASSY COMPOUND IN LIMA, PERU. SOL S-ARAMR-99-R-0006 POC Mark J. Toler (954) 630-1166 or facsimile 630-1165. The Department of State, Regional Procurement Support Office (RPSO) and the Office of Foreign Buildings Operations (A/FBO), is seeking to pre-quality offerors for design and construction of the new USAID Building on the U.S. Embassy Compound in Monterrico. Lima, Peru. The project entails design and construction of an Office Building, approximate size is 4400 square meters, height of two stories with a mechanical penthouse, designed and constructed to applicable United States Building Codes and Standards. The structure shall consist of a reinforced concrete frame on spread footings. Exterior walls shall be constructed from reinforced concrete with a stucco finish over metal lath articulated with extruded metal reveals and natural stone cladding surrounding the second floor and the mechanical penthouse.. Other exterior finishes may consist of pre-cast concrete, local stone, and fabricated metal. The interior shall consist of typical office finishes such as carpet, ceramic tile, granite and vinyl comp. file, painted gypsum wallboard, lay-in-lile ceiling, and vinyl wall covering. Special spaces include a security guard booth in the lobby, an emergency generator, print room, connections to existing utilities, and site modifications. Special construction for exterior doors, windows, and exterior walls will also be required. Other systems shall include all electrical and mechanical systems, plumbing, full HVAC, and fire protection. The Government will provide a 35% conceptual design and the selected design/build firm will deliver 60% and 100% working drawing and technical specification submissions which shall require Government approval. Construction of the facility will then be based on the design/ builder's "approved 100% construction drawings and technical specifications. The project's estimated value is between $5,500,000 and $7,500,000. Award will be made using a negotiated Request for Proposal approach. Solicitation documents will be issued in March 1999 with an anticipated award in June 1999. The contract type will be firm fixed-price. This project is an "unclassified procurement and therefore, the successful design/build firm will not be required to possess a security clearance. In order to obtain the solicitation and be eligible for award, each offeror must demonstrate the ability to undertake both design and construction of a facility of this type. The Government will evaluate each firm's ability to design, build, finance and manage this project. Prospective offerors may be a single entity or a combination of Construction and AE firms forming joint ventures. Offerors must pre-quality by meeting each of the criteria listed in the "Pre-Qualification Package“, and detailing those qualifications in a written format specifically addressing each of the qualification criterion, by the closing date listed below. Failure to address each of the criteria in writing will result in failure to pre-qualifiy. The pre-qualification criteria are as follows: a) Ollerors must demonstrate successful design experience on projects of similar complexity and type, with design/build experience preferred. b). Olierors must demonstrate successful construction experience, similar in complexity and type, with experience on two completed projects valued at a minimum of $5,500.000 U.S. Dollars. c). Ollerors must demonstrate satisfactory performance on a similar U.S. Government contract, if any. Although previous or ongoing performance of a similar U.S. Government of Embassy contract is not a requirement, il such contracts have been performed, the Contractor must have satisfactorily performed said contracts. When responding to criteria a, b and c above, oflerors must list the owner's name, address, telephone number, and contact person for each project listed. d). Offerors must demonstrate that all entities proposed for this project have been in the design and construction business for over three years prior to the date of this announcement. e). Olterors must demonstrate both the financial capability and resources to undertake this project to the magnitude and dollar level detailed in criterion b) above, and be able to obtain the required performance and payment bonds, or bank letters of credit of guarantee. Olferors must provide a letter of intent from a bank or other lending institution which it intends to use in order to finance this project. Credit references are also required. 1). Offerors must demonstrate that they can be registered to conduct business in Peru, and have no legal restrictions associated therewith. 8). Ollerors must show their proposed plan for coordination and prosecution of design and construction of a facility of the magnitudes and dollar thresholds indicated in criterion b) above. The plan must demonstrate the offerors ability to merge and manage both design and construction functions. Submit resumes of design and construction personnel, as well as a proposed organizational chart reflecting responsibilities. Additional "Percy Amendment" qualification requirements are as follows: As the estimated value of this project exceeds $5.000.000, olferors are notified that this procurement will be conducted under Section 1l of the Foreign Service Buildings Act, 22 U.S.C. 302. If it is determined that adequate competition exists, eligibility for award of contracts under Section 11 is limited to: (1). American-owned offerors and (2) Ofterors from countries which permit substantially equal access to American offerors for comparable diplomatic and consular projects. Olleror qualification shall be determined based on the nationalily of ownership. the burden of which shall be on the prospective ofteror. Qualification as an "AmericanOwned Offeror under section (1) above, shall require evidence of: (a) performance of similar design and construction work in the United Slates, and (b) either (i) ownership in excess of fifty percent by V.S. Citizens or permanent residents, or (ii) incorporation in the United Stales for more than three years and employment of United States citizens or permanent residents in more than half of the corporation's

Eldorado National forest, 100 Formi Road, Placerville, CA $5881 Y-RECONSTRUCTION OF SECOND FIDOLE TURNBACK ROAD SUH R5-03-99-08 DUE 021699 POC Larry Taylor, COR, 530622-581 Kathryn Griffin, CO. 530/622-5061 Project consists of minor to moderat reconstruction work on 11 Timber Sale Roads. Items of work schon clearing and grubbing, excavation, reconditioning of roadded, piaceres of AC hol mix, aggregate base, Class V riprap, and borreu ested. Other items of work include installing 8" PMP underdrain, corrugate metal pipes, steel gates, steel guardrail barricades, and roadside face There will be no Pre-Bid Meeting or Tour. Project is located from Placerville, travel east on US Route 50 approx. 15 miles te Park Road turnoff. Travel south on Sly Park Road (C-16) POPOL miles to the Morman Emmigrant Trail. Travel east on the Wor Emmigrant Trail (10N50) approx. 3 miles to Bonetti Ross (laba turnoff (or approximately 10 miles to the North-South Road (18) turnoff. Then follow the location map in the plans to each oth road. Government Price estimate is between $25.000 and $100 Estimated start work date is May 2, 1999. There is no need for small business. Package will be ready approximately 01/11/99

acquisitions/ RFQ RS-03-99-28 Second Fille Turnback (W-344 SN279141)

Officer in Charge of Construction, South Texas Area, Building 19, Nas, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419-

5525 Y-TRAINING FACILITY, NAS, CORPUS CHRISTI, TX SOL N6246797-8-9360 DUE 012899 POC POC Shirley McGinnis of Contracting Officer Charlotte Cummins 512-961-2154 As of 1 October 1998, all solicitations are no longer unrestricted but are now subject to the "Reinstatement of Small Business Set-Asides under the Small Business Competitiveness Demonstrations Program.” The work will done at Building 1727 and will include site work, reinforced concrete slab on grade, load bearing concrete masonry, structural steel columns, beams, joists, metal roof deck, built up root, modular face brick, glazed brick with associated hardware, mechanical, electrical and plumbing equipment etc., for a new one story 5,250 square foot training facilitiy. SIC Code is 1542. Contract completion is 240 days. Contract price is between $250,000$500,000. Plans and specifications should be available on of about 28 December 1998 and will distributed until the supply is exhausted. No telephone requests for solicitation packages will be accepted. Our fax number is 512/961-5175***** (W-344 SN279060)

U.S. ARMY CORPS OF ENGINEERS, ROOM 324, FEDERAL RUK

334 MEETING ST., CHARLESTON, SC 23403 Y CONSTRUCTION OF MALLAN TRACT MCCLELLANVILLE, CHARLESTON COUNTY, SOUTH CAROLINA SOM 99-6-0001 DUE 011299 POC Contract Specialist Yolanda Brendan (843) 727-4249 (Site Code DACW60) SOL DACW60-99-B-0001 QUE HD POC Contract Specialist Yolanda Brown-Grant (843) 727-4269 Str C "DACW60) SOLICITATION NOTICE. Construction of new tredred met disposal area (4000 linear feet) to include clearing. earthwort, e installation of spill- way, grassing, and all associated work. The las value of work is $360,000. Plans and specifications we tes Max Payment must be in the form of a cashier's check, compon den certified check or money order and made payable to FAO. USON Charleston, SC. Mail request to U.S. Army Corps of Engineers

. Data District, PO 919, Charleston SC 29402-0919, Atta: Contractions and Telephone requests will not be honored and relunds will not be al Money must accompany request. SICC is 1629. Site standard s $ million. This project is 100% SMALL BUSINESS SET-ASIDE

. SN279178)

Regional Contracting Office, 3600 Spurr Rd. Quarters 14, Lexington,

KY, 40511 Y-CONSTRUCT MANLIFT STORAGE BUILDING SOL REQ 405-0041 POC Michelle L. Davy, Regional Contract Specialist, 606-253-8892 MODIFICATION: This solicitation is hereby canceled. Questions should be addressed to the contracting officer at 606-253-8892. (1-344 SN279066)

Officer in Charge of Construction, South Texas Area, Building 19, Nas, 8851 Ocean Drive, Suite 101. Corpus Christi, TX 78419-

5525 V-INFRA-RED HEATING FOR ASSEMBLY LINE, NAS, CORPUS CHRISTI, IX SOL N62467-97-8-9374 DUE 012899 POC POC Shirley McGinnis or Contracting Officer Charlotte Cummins 512/961-2154 Bid Opening Date for the above referenced soliciation has be changed to 28 January 1999***** (W-344 SN279071)

Willamette National Forest, 211 Last 7th Avenue, Eugene, Briga

97401 VALUE POOL CAMPGROUND WATER TREATMENT SYSTEM. SA - 18-99-906 DUE 030199 POC Contract Specialist (541-465-6506) A Pearl to construct a complete potable water treament system locales components include, construction of a concrete masonry buildid distribution line and hydrants, design and installment of treatment system, and related plumbing and electrical work on the Weste is Ranger District, Lane County, Oregon: Estimated start work ! March 15, 1999. Contract performance time is 150 calentsi le Governments's estimate is between $100.000.00 and $250,000 contract is NOT sel-aside for small business pursuant to Post 100-656. Small Business Competitive Demonstration Act

. p.W SN279185)

US Army Corps of Engineers, Dist New Orleans, PO Box 60267,

New Orleans, LA 70160 Y-GULF INTRACOASTAL WATERWAY, CALCASIEU LOCK, SPARE SECTOR GATES (ED-96-030) SOL DACW29-99-B-0043 DUE 020499 POC POC Sheila W. Enclade. (504) 862 14 The work consists of fabricating, delivering, installing and testing of a new set of sector gale leaves for Calcasieu Lock and the removing of an existing set of sector gate leaves and placing them in the storage area at Calcasieu Lock. The work also

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, AGE CEU

CT, 26 Federal Plaza, Rm 1843, New York, NY 10276-4903 Y-EMERGENCY BREACH CLOSURE PROJECT –FIRE ISUND ERLET SOUTHAMPTON, SUFFOLK COUNTY, NY SOL DACW51-99-6400 m2

new ductwork for FTU- and FTU-2, and other miscellaneous repairs and enhancements to the HVAC and DDC system. The government intends to solicit and negotiate with only one source, Siebe Controls, under the authority of FAR 6302 Interested firms should submit in writing, your proposal addressing your company's capability to provide the specified services. Also, include at list of businesses or other Government agencies in which your company has provided the same or similar services. The information should be submitted to the addresses stated herein or may be laxed to (816) 426-7532, ALIN: Palsy Willins, 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 SIC code is 1542. (W-343 SN278752)

a controlled environment for Electronic Countermeasure (ECM) Pod maintenance and storage. Work includes limited site work, structural, architectural, plumbing, mechanical and electrical work for a complete facility. Asbestos work is not contemplated in the proposed construction area, The estimated magnitude of the project is between $250,000 and $500,000 with construction performance of 150 calendar days from the date of notice to proceed. The Standard Industrial Classification is 1541. Bid documents are anticipated to be available on or about 30 days from this notice. Only written requests for drawings and specifications, accompanied by a check in the amount of $49.00 will be accepted. Make check or money order payable to United States Treasury and mail to the Contract Specialist at the address shown above. This is a nonrefundable charge. Telephone requests for bid packages or bidder mailing list will not be accepted. A firm foedprice contract will be awarded to the lowest responsive responsible bidder as a result of this solicitation. This solicitation is advertised on an unrestricted basis. (1-343 SN278791)

010499 POC Anthony P. De Stefano, Contract Specialist. 212-264-4874. FAX No. 212-264-3013. Through this solicitation, the V.S. Army Corps of Engineers is seeking sources for the following services for the purpose of establishing Basic Ordering Agreements (BOAs), Services: It is the Government's intention to utilize this Agreement and issue an order as an emergency action to close breaches within the fire Island Intet to Southampton, Suffolk County, NY. The Contractor shall furnish all labor, material, equipment and services (except those furnished by the Government) for the placement of sand for breach closure utilizing upland sand sources delivered by trucking, and for the installation

and extraction of sheet piling in association with the sand placement - operation for the area between Smith Point Park to Southampton. The

hours of operation will be 24 hours per day. The Contractor shall submit with his letter of interest the number of pieces of equipment that will be available for use on this agreement. The following is the minimum number of pieces of equipment that the Contractor shall have available for this contract: One (1) crane, minimum 40 tons: One (I) Bucketed Crane, 2 CY minimum; Fifteen (15) trucks, 17 to 23 CY Capacity: Two (2) Front End Loaders, minimum 3 CY; Four (4) Dozers, D7 to 09; Three Barges and two (2) marine tenders for bucketed cranes (minimum 2 cy). All sources are required to submit the information requested above and the following information: 1) The company's full name and address (to include mailing address and physical address for the purpose of sending packages via overnight mail), 2) the company's telephone number, FAX number and any other relevant phone numbers, including pager numbers, etc. 3) how the company plans on making personnel available 24 hours, A) whether or not the compat has the equipment enumerated above, 5) a list of similar projects performed within the last five years along with references for each project and the point of contact for each project (to include phone numbers). 6) bank references and other business references to include at least three creditors with whom the contractor had dealings within the last three years (please provide phone numbers and points of contact for each reference) 7) financial statements audited by the company's CPAs 'for the last two years, 8) whether or not

the company is a small business, 9) whether or not the company His a small disadvantaged business. The period of performance of the

agreement will be one (I) year with the possible extension of one (1) to two (2) option years. The contract will have no minimum guarantee and the annual Basic Ordering Agreement limit will be $7.5 million, with a maximum order limit of $3.5 million. All work shall be in accordance with drawings, specifications or instructions issued at the time of the order. The contractor shall be required to pay liquidated damages for failure to complete work within the time specified for pach order and for failure to mobilize within one (1) day after the ssuance of the Notice To Proceed for each order. Small business entities are encouraged to respond to this solicitation. Il a sufficient tumber of small business firms respond, we reserve the right to setside the procurement for small businesses only. The SIC Code for his solicitation is 1629 with a size standard of $13.5 million. The teadline for the submission of the required information is 4 January 1999. The required information may be submitted by mail (to be postnarked by the due date shown above), or by FAX at 212-264-3013 1-344 SN279297) "".

National Imagery and Mapping Agency, 3200 South Second Street,

St. Louis MO 63118-3399 1 RENOVATE BUILDING 37, 3200 SOUTH SECOND STREET SOL NMA402-99-7-0009 DUE 012799 POC Frank Yonce, Contract Specialist, 314-260-1206/Antoinette R HamelContracting Officer The scope of work shall consist of furnishing all labor, materials, supplies, and equipment necessary to Renovate Building 37. Work is to include demolition of drywall and demountable partitions. New diywall partitions will be installed. New fence partitions will be installed. Walls will be painted. Large pallet racks will be installed. Existing receptacles will be removed and new receptacles will be installed. Minor plumbing and HVAC work will be performed. Lights will be relocated. The work shall be performed by a general contractor who has several years experience in general office/warehouse renovations. Al work is to be accomplished in strict accordance with applicable NIMA, EPA, NFPA, and OSHA requirements. The performance period for this project is 60 days. The range of this project is $25.000 and $100.000. The work is located at the National Imagery and Mapping Agency facilities at 3200 South Second Street, St. Louis, MO 63118-3399. This project is 100 percent setaside for small business. The SIC code is 1542, size standard $17.0 Million. Simplified Acquisition Procedures will be used for this procurement. Al sources interested in acquiring the solicitation and specifications may submit a written request or lax a request of Frank Yonce (314) 2601-1221, no phone requests will be accepted. Drawings must be purchased from Quality Reprographics, 7546 Watson Road. St. Louis. MO 63119, Bob Beetmann, 314-961-4041, Fax 314-961-4746. All documents will be available on or about 1 January 1999. All responsible sources may submit a quote which will be considered by the Agency. See Note 1. (1-343 SN278771),

Department of the Army, US Army Engineer District, Buffalo, 1776

Niagara Street, Buffalo, NY 14207-3199 2-MAINTENANCE DREDGING, BUFFALO RIVER, BUFFALO, ERIE COUNTY, NEW YORK SOL DACW49-99-8-0006 DUE 021899 POC Point of Contact Contact Point, Sharon R. Aíkin, 716-879-4254 Work

and equipment necessary to remove and dispose of approximately 90,000 cubic yards is not limited to, furnishing all plant, labor, materia, consists of, but of dredged material, other than ledge rock, from Buffalo River, Buffalo, Erie County, New York. Estimated magnitude of construction in terms of physical characteristics is between $500,000.00 and $1,000,000 00. Period of performance is 60 calendar days. This procurement will be available for no charge on CD-ROM only. All programs and software necessary to view documents are contained on each CD. Computer requirements to view documents: PC with Windows 3.1 or later. SIC CODE: 1629. THIS PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. (AC1209014-01) (1-343 SN278861)

General Services Administration, Public Buildings Service (PBS). Eastern Area, New Orleans District (IPEN), 501Magazine Street,

Room 1044, Now Orleans, LA, 70130 2-REPLACE EXISTING FIRE ALARM SYSTEM WITH A NEW FIRE ALARM SYSTEM AT THE FEDERAL BUILDING/POST OFFICE/COURTHOUSE, 250 SOUTH UNION STREET, OPELOUSAS, U 70570, PER GSA PLANS AND SPECIFICATIONS. SOL GS-07P-99-UUM-0013 DUE 021999 POC Jason Duronslet, Purchasing Agent, Phone (504) 589-6094, Fax (504). 589. 6698, Emailjason,duronslet@gsa.gov SIC Code 1799: Furnish all necessary labor, materials and equipment to replace the existing fire alarm system with a new fire alarm system with new puht stations, smoke/heat detectors, alarms, and control panel at the Federal Building/Post Office Courthouse at 250 South Union Street, Opelousas, LA 70570. The system shall be capable of sending remote signals and identifying what individual detector(s) is in the alarm state. Solicitation to be issued on or around 01/04/99 and may be downloaded from website http://eps.arnet.gov after this date. On-site walk-through tentatively scheduled for 01/26/ 99 at 11:00 AM. Proposed bid opening date is 02/22/99. Estimated cost is under $100,000.00, This procurement is set-aside for Small Business. Bid/performance/payment bonds will NOT be required, All responsive offers from responsible sources will be considered.

http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS07P-99-UUM-0013&LocID=17 Visit this URL for the latest information about this notice

jason Jason Duronslet (D-343 SN278882)

Maintenance, Repair or Alteration of Real Property

Commanding Officer, USCG Civil Engineering Unit Miami, 15608

SW 117th Ave., Miami, FL 33171-1630 L-REPAIRS TO TWO STRUCTRES LOCATED AT USCG MSO HOUSTON NO USCG BASE GALVESTON, TEXAS SOL DICG82-99-B-3WCA08 POC zabeth Phillips, (305) 278-6723 PRE-SOLICITATION NOTICE: Work inludes furnishing all labor, tools, equipment and materials required o renovate two structures and paint a tower/ demolish existing walls, looring and ceilings with ancillary systems and a reconfigured layout De restrooms, showers and locker rooms along support systems; replace The Ballasted roofs at both structures and replace the structure's roof ackaged HVAC units along with furnaces at the Command structure: eplace unit's rooftop commuications tower. The estimated price range s between $500,000.00 and '$1,000,000.00. A $30.00 charge will be ssessed for the plans and specifications. Interested parties should end their request for the plans and specifications together with a ashier's check of money orders made out to the United States Coast uard. This project was previously advertised on 19. May 1997 under olicitation number DTCG82-98-B-3WCA25. Bidders who previously rejuested plans and specifications under that number and submitted

Check need not resubmit their request. No bid date has been established et. The solicitation will be issued pursuant to the Small Business ompetitiveness Demonstration Program and is open to large and small Business participation. Alt resposible sources may submit a bid, which will be considered by this agency. Bid guarantee, payment and performince bonds are required. No telephone requests; only written requests eceived directly from the requestor will be accepted. (W-343 SN278746)

US PROPERTY & FISCAL OFFICE-NY, ATTN MNPF-PC, 330 OLD

NISKAYUNA ROAD, LATHAM NY 12110-2224 1-REPAIR EXTERIOR BASE FACILITIES 1071H ARW NYANG, NIAGARA FALLS INTERNATIONAL AIRPORT, NIAGARA FALLS, NY SOL DAHA30-99. B-0002 DUE 020499 POC Contract Specialist John Ryan (518) 7864986 (Site Code DAHA30) The project consists of, furnishing all materials. Tabor, equipment, and supervision required to Repair Exterior Base Facilities at the Air National Guard Portion of the Niagara Falls International Airport, Niagara Falls. New York. The project consists of repairs to Building(s) 902, 204 and 215. The overall scope of the work entails demolition, removal and disposal of existing metal windows and reinstallation with new, preparation and painting of exterior metal siding and other components. preparation for and installation of EIFS: Alternative Bid Items include Removal and replacement of boiler flue at Bldg 915. Remove parachute drying tower Bldg 902 and install metal canopies over exterior doors at Bldg 204. All work will be performed in strict accordance with plans and specifications provided by the Government.

The construction schedule and all elements of the project will be closely coordinated with The Base Engineering Officer, The magnitude of this proposed project is between $100.000.00 and $500.000.00 The work will be bid a lump sum, firm fixed price contract. The anticipated performance time for this project is 150 calendar days alter notice to proceed is issued IFB DAHA30-99-8-0002 will be issued on of about 29 December 1999, with a bid opening date on or about 4 February 1999.- A pre bid. conference will be held at the Niagara Falls International Air Force Base on 14 Jan 1999 at 0900. Representatives of interested forms attending the above meeting should proceed to Building 202 (Base Civil Engineer Olhce) 15 minutes prior to this time. Please contact MAJ Dan Green @[716)-236-2531 if planning to attend). Interested forms may request an IfB package by submitting a written request to the USPFO-NY, 330 Old Niskayuna Road, Latham, New York 12210-2224, ATIN: John J. Ryan, Contracting Officer. IMPORTANT: All requests for IFB packages must be accompanied by a non refundable cashiers check, bank draft of money order in the amount of $50.00 made payable to the Treasury of the United States. Company or Personal checks WILL NOT be accepted. The Standard Industrial Code (SIC) applicable to this project is 1542 This project is 100% restricted to small business. The small business size standard is $17,000.00 Interested firms must identity, in writing whether they will be bidding the project as prime contractor, subcontractor or supplier and their firms small business classification (ie, small, women owned, disadvantaged or SBA). Funds are presently not available for this acquisition. Contract award WILL NOT be made until appropriated funds are made available for which payment for contract purposes can be made. *(1-343 SN278788)

V. S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City.

Missouri 64106 2-HVAC UPGRADE/TEMPERATURE CONTROL SYSTEM AT WFO, PHILA DELPHIA, PA SOL NAAW8320900072PW DUE 122498 POC Patsy A. Willins (816) 426-6823, 230 SERVICES SOURCES SOUGHT: The V.S. Department of Commerce, NOAA, Central Administrative Support Center, is acquiring repairs for the Heating, Ventilation, and Air Conditioning (HVAC) system, which includes the temperature control system, at the National Weather Service Forecast Office in Philadelphia, PA. The current control system is Barber Coleman, now Siebe Controls, Renovation of the HVAC system will include, but is not limited to, new sequence of operations, replacement of annunciator panel, replacement of outside air return and supply air temperature sensors for all AHU's, repair operation of VAV boxes, new ductwork for FTU-T and FTU-2, and other miscellaneous repairs and enhancements to the HVAC and DDC system. The government intends to solicit and negotiate with only one source, Siebe Controls, under the authority of FAR 6.302. Interested forms should submit in the specified services. Also, include a list of businesses or other Government agencies in which your company has provided the same

similar services. The information should be submitted to the addresses stated herein or may be taxed to (816) 426-7532, ATIN: Patsy Willins. 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 SIC code is 1542. (W-343 SN278890)

V. $. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City.

Missouri 64106 1-HVAC UPGRADE TEMPERATURE CONTROL SYSTEM AT WFO, CHICAGO, IL SOL NAAW8320900075PW DUE 122498 POC Patsy Willins, 2816) 426-6823, 230 SERVICES SOURCES SOUGHT: The U.S. Department of Commerce, NOAA, Central Administrative Support Center, 'is acquiring repairs for the Heating. Ventilation, and Air Conditioning (MYAC) system, which includes the temperature control system, at the National Weather Service Forecast Office in Chicago, it. The current control system is Barber Coleman, now Siebe Controls. Renovation of the HVAC system nill include, but is not limited to, new sequence of operations, replacement af annunciator panel, replacement of outside air seturn and supply 44 temperature sensors for all AHU's, repair operation of VAV boxes,

DA & AF NATIONAL GUARD BUREAU, USPFO FOR MONTANA, P

O BOX 1157, HELENA MT 59624-1157 LADD/ALTER ECM POD SHOP SOL DAHA24-99-B-0001 DUE 022499 POC Contract Specialist Robert ), Kipper (406)841-3407 (Site Code DAHA24) Presolicitation Notice. Addition/Alteration to Building #70 al the Montana Air National Guard Facilities, Great Falls, Montana. The work includes a 1,435 square foot, single story, masonry addition with

U. S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City, Missouri 64106

A 2-HVAC UPGRADE TEMPERATURE CONTROL SYSTEM AT WFO, US VEGAS, NV SOL NAAW9320900071PW DUE 122498 POC Patsy A. Willins, (816) 426-6823, X230 SERVICES SOURCES SOUGHT: The U.S. Department of Commerce, NOAA, Central Administrative Support Center, is acquiring

Issue Nó. PSA-2241; Monday, December 14, 1998

repairs for the Heating, Ventilation, and Air Conditioning (HVAC) system, which includes the temperature control system, at the National Weather Service Forecast Office in Philadelphia, PA. The current control system is Barber Coleman, now Siebe Controls. Renovation of the HVAC system will include, but is not limited to, new sequence of operations, replacement of annunciator panel, replacement of outside air return and supply air temperature sensors for all AHU's, repair operation of VAV boxes, new ductwork for FTU-1 and FTU-2, and other miscellaneous repairs and enhancements to the HVAC and DDC system. The government intends to solicit and negotiate with only one source, Siebe Controls, under the authority of FAR 6.302. Interested firms should submit in writing. your proposal addressing your company's capability to provide the specified services. Also, include at list of businesses or other Government agencies in which your company has provided the same or similar services. The information should be submitted to the addresses stated herein or may be faxed to (816) 426-7532, ATIN: Patsy Willins. 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 SIC code is 1542. (W-343 SN278893)

Officer in Charge of Construction, South Texas Area, Building 19, Nas, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419,

5525 I-REPAIR COOLING TOWER, BLDG 1846, NAS, CORPUS CHRISTI, TX SOL N62467-98-8-9361 DUE 012899 POC POC Shirley McGinnis or Contracting Officer Charlotte Cummins 512-961-2154 As of 1 October 1998, all solicitations are no longer unrestricted but are now subject to the "Reinstatement of Small Business Set-Asides under the Small Business Competitiveness Demonstrations Program.” The work work will be done at Building 1846 and will include renovation and repairs to the existing two cell ceramic filled brick constructed cooling tower. The tile fill will be removed and replaced following replacement of the internal liner. The distribution piping system will be replaced along with the drift eliminaator. Ian deck and stack, fans with motors, gearboxes, and drive-shalts. The contractor shall provide temporary cooling towers prior to taking the existing cooling towers out of service. Associated piping, valves, electrical structural supports, and incidental related work will also be included. SIC code is 1541. Contract completion is 180 days. Contract price is between $100,000-$250,000. Plans and specifications should be available on or about 28 December 1998 and will be distributed until the supply is exhausted. No telephone requests for solicitation packages will be accepted. Our lax number is 512/961-5175***** (W-344 SN279042)

The Postal S= ervice reserves the option to increase the potential value of the co= ntract in increments of $250,000 (as deemed necessary by the Contractio= n Officer) not to exceed $3,000,000. The contracte will not b= e required to perform a job where the value of the work require= d in any one building is less than $500 per mon order. Specific Work= Orderts will be issued by the Contracting Officer in accordance with = the Unit Price Schedule and Specifications. Olterers will be required= to submit One (1) "Multiplier" to be applied to the various Unit= Prices established in the Unit Price Schedule The Multiplier mus= | contain the Olteror's overhead, profit, orada insurance and all othe= | contingencies. No allowance for such itens will be made afte= r contract award. Offers are doe by 3:00 N on January 13. 199= 9. Plans and Specifications will be available on or about December 14,= 1998 at $30.00 per set, Non-Retuntake, referencing Solicitation #232092-99-A-0010. Please Do Not Send Cash igrati Solicitation pa= ckages may be obtained at the Capital Metro Facides 3 Service Offic= e, U S Postal Service, Suite 400, 10400 Little Patent Parkway, Col= umbia MD 21044-3510. Personal visits and teleptere calls for the purp=' ose of discussing this project are discouraged Contractors may fax= questions and/or comments 10 (410) 184-18 attn: Conni Bra isson. Since this is a negotiated Solicitation, ettes will not be pe ublicly opened. The number of offers received, the sea identity of the o= flerors, the amount of any one offer, or relatives standing of the ofte= I will not be disclosed to anyone except these postal personnel whos= e official duties require such information ti ! award of contra act is made. The Postal Service reserves the to reject any of = all offers.!!

http://www.usps.gov United States Postal Service

Conni A. Brisson may be contacted by email at this adde ress. (D-344 SN279059)

U. S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City.

Missouri 64106 K-HVAC UPGRADE TEMPERATURE CONTROL SYSTEM AT WFO, RENO, NV SOL NAAW8320900074PW DUE 122498 POC Patsy A. Willins, (816) 426-6823, X230 SERVICES SOURCES SOUGHT: The U.S. Department of Commerce, NOAA, Central Administrative Support Center, is acquiring repairs for the Heating, Ventilation, and Air Conditioning (HVAC) system, which includes the temperature control system, at the National Weather Service Forecast Office in Reno, NV. The current control system is Barber Coleman, now Siebe Controls, Renovation of the HVAC system will include, but is not limited to, new sequence of operations, replacement of annunciator panel, replacemeot of outside air return and supply air temperature sensors for all AHU's, repair operation of VAV boxes. new ductwork for FTU-1 and FTU-2, and other miscellaneous repairs and enhancements to the HVAC and DOC system. The government intends to solicit and negotiate with only one source, Siebe Controls, under the authority of FAR 6.302. Interested firms should submit in writing, your proposal addressing your company's capability to provide the specified services. Also, include at list of businesses or other Government agencies in which your company has provided the same or similar services. The information should be submitted to the addresses stated herein or may be faxed to (816) 426-7532, AUIN: Patsy Willins. 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 SIC code is 1542. (W-343 SN278895)

EFA Chesapeake, Washington Navy Yard, Building 212, 901 M

Street, SE, Washington, DC 20374-5018 1- REPLACE ROOF, BUILDING 1180 AT THE NSWC DAHLGREN, VA SOL N62477-98-8-2708 POC Lillian Suges. Contracting Officer or Tracy Pickeral, Procurement Tech., 540-653-8940 Provide all plant, labor, materials, equipment, and performance of all work incidental to construction of a metal standing seam roof replacement and metal wall panels. Project includes demolition and removal of existing metal ladder and calwalk. The estimated date for the availability of plans and specifications is January 1999. The estimated Bid Opening Date is February 1999. The time for completion is 150 calendar days. The estimated cost range is between $25.000 and $100,000. The Sic code is for this project is 1761. Cost of bid documents are $40.00 per set for plans and specifications which is non-refundable. No cash or personal checks will be accepted. Business checks or money orders shall be made payable 10 Treasurer of the United States. Please mail checks to DICC. Naval Surface Warfare Center, Building 108. Code TKO. Dahlgren, Virginia, 22448-5000. This solicitation is advertised on an unrestricted basis. Payment must accompany your request. No telephone or faxed request will be accepted. (W-344 SN279048)

USPFO for Missouri, Purchasing and Contracting. 7101 Military

Circle, Jefferson City, MO 65101-1200 2- BEST VALUE TASK ORDER CONTRACT SOL DAHA23-98-R-0002 DUE 121798 POC Kerrey Renkemeyer (573) 526-9550 Request for Proposal DAHA23-98-R-0002, Best Value Construction Task Order Contract (TOC) is hereby cancelled.

(W-344 SN279049)

Commander, Lantnavlacengcom, 1510 Gilbert Street, Nortolk, VA

23511-2699 (attn: Code 0222) 1-FIRE STATION, FRENCH CREEK, MARINE CORPS BASE, CINE LEJEUNE, NORTH CAROLINA SOL N62470-97-8-7048 DUE 012799 PX Tua Printing Assistant, Priscilla Schaefer, 757-444-5968-Contract Specialist Milton S. Epperson, 757-322-8233 Construction of a new fire stato complete with sleeping rooms and apparatus bays including block and brick cavity walls, steel joists, asphalt shingle roof, interior finishes. mechanical, electrical, telephone, fire alarm, site improvements are incidental related work. The approximate Solicitation Release Date 29 December 1998. This solicitation is available in electronic formal only. All documents will be in the Adobe Acrobat PDF file teraz on CD ROM. The free Acrobat Reader, sequired to view the POF llege is provided on the CD or can be downloaded from the Adobe website Drawings are additionally included in the generic TIF graphic forme A charge will be made for each CD. The cost is $12.50 foi ed CO. This price includes priority mail postage. These sets will be available upon receipt of a written request, and a non-refundade check of money order made payable to the U.S. Treasury WC requests shall be sent to: DEFENSE AUTOMATED PRINTING SEP OL ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET, BUILDING KBR TO $11 FOLK, VIRGINIA 23511-2898. Please stale area code, telephone ? street address, nine-digit zip code and whether you are partie same as a prime or subcontractor. Any inquiries regarding plans and Spect tions shall be directed to Ms. Priscilla Schaefer at 757-441-5952 Technical inquiries shall be laxed to 757-322-8264, Attention on ir S. Epperson. Code 02227. The Estimated Cost Range is een $1,000,000 and $5,000,000. The Standard Industrial Classification 50 Code for this project is "1542 with a Sire Standard of $17.00 DO This project is set aside for small business."

Eppersonas@eldiant. navfac.navy.mil Click here to contact the Contract Specialist via e-mail (W-344 SN279061)

U. S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City,

Missouri 64106 1-HVAC UPGRADE TEMPERATURE CONTROL SYSTEM AT WFO, MOREHEAD CITY, NC SOL NAAW8320900073PW DUE 122498 POC Patsy A. Willins, (816) 426-6823, X230 SERVICES SOURCES SOUGHT: The U.S. Department of Commerce, NOAA, Central Administrative Support Center, is acquiring repairs for the Heating, Ventilation, and Air Conditioning (HVAC) system, which includes the temperature control system, at the National Weather Service Forecast Office in Morehead City, NC. The current control system is Barber Coleman, now Siebe Controls. Renovation of the HVAC system will include, but is not limited to, new sequence of operations, replacement of annunciator panel, replacement of outside air return and supply air temperature sensors for all AHU's, repair operation of VAV boxes, new ductwork for FTU-1 and FTU-2, and other miscellaneous repairs and enhancements to the HVAC and DDC system. The government intends to solicit and negotiate with only one source, Siebe Controls, under the authority of FAR 6.302. Interested firms should submit in writing. your proposal addressing your company's capability to provide the specified services. Also, include at list of businesses or other Government agencies in which your company has provided the same or similar services. The information should be submitted to the addresses stated herein or may be faxed to (816) 426-7532. ATTN: Patsy Willins. 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 SIC code is 1542. (W-343 SN278900)

Officer in Charge of Construction, South Texas Area, Building 19. Nas, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419.

5525 Z-MOODIFICATION OF REVERSE OSMOSIS SYSTEM, CAD, NAS, CORPUS CHRISTI, TX SOL N62467-98-8-9352 DUE 012899 POC POC Shirley McGinnis or Contracting Officer Charlotte Cummins 512-961-2154 As of | October 1998. all solicitations are no longer unrestricted but are now subject to the "Reinstalement of Small Business Set-Asides under the Small Business Competitiveness Demonstrations Program." The work will done at Building 8 and will include upgrading the reverse Osmosis water system, the installation of new deionized water system with storage tank, deionized water pump, reverse Osmosis pump and distribution piping. This modification work will include relocation of an existing water chiller, erection of pre-engineered buildidng. placement of concrete for the new structure and equipment pads, associated piping. valveselectrical, structural supports, and incidental related work will also be included. SIC Code is 1541. Contract completion is 180 days. Contract price is between $2520,000-$500,000. Plans and specifications should be available on or about 28 December 1998 and will be distributed until the supply is exhausted. No telephone requests for solicitation packages will be accepted. Our fax number is 512/961-5175***** (W-344 SN279053)

National Imagery and Mapping Agency, 3200 South Second Street

St. Louis, MO 63118-33 1-SITE PREP FOR SCEN, CABLE TRAYS AND POWER SOL NMAA 99-8-0001 DUE 120299 POC Frank Yonce. Contract Specialist !! 260-1206 / Antoinette R. Hamel. Contracting Officer The sense work shall consist of furnishing all labor, materials, supplies, titel equipment necessary for the Site Preparation for the SCEN in Sector D & E. Work is to include installing electrical receptacles, como and cable trays on each floor of D-Wing (live floors) and 6-** (seven floors). All work is accomplished in strict accordance with 100cm ble NIMA, EPA, NFPA, and OSHA requirements. The performance de for this project is 90 days. The price range of this project is $1@ to $250,000. The work is located at the National Imagery and N2004 Agency facilities at Building 36, Sections D & E, 3200 South Seca Street, St. Louis, MO 63118-3399. This project is 100 percent aside for small business. The SIC code is 1731. size standard $! Million. Sealed Bid Procedures will be used for this procurement sources interested in acquiring the solicitation, specifications and run ings may submit a written request or fax a request to Frank You (314)260-1221, no phone requests will be accepted. All docume* will be available on of about 7 January 1999. All responsible self may submit a bid which will be considered by the Agency See More 1, 11-344 SN279065)

Commanding Officer, USCG Civil Engineering Unit Miami, 15608

SW 117th Ave., Miami, FL 33171-1630 I-REMOVAL OF WASTE WATER TREATMENT PLANT, WATER TREATMENT PLANT AND CONSTRUCT A FORCE MAIN, LIFT STATION SOL DICG8299-B-3WCA12 POČ Elizabeth Phillips, 305-278-6723 MODIFICATION: This project has been cancelled. (W-344 SN278958)

C1(10) F110, OIC of Navlac Contracts, Naval Wpns Sta Earle,

Bldg C-9, 201 Wwy 34 South, Colts Neck, NJ 07122-5025 I-REPLACING WINDOWS AT BUILDING C-15 SOL N39849-99-M-0602 DUE 011299 POC Brian K. New (732) 866-2482 On orignal submision of this project the wrong fax number was entered this is the correct one. FAX 'O request will be honored @ FAX NO. (732) 866-1122 Not (732) 866-2482

http://www.usa.gov/procurement/index.html http://www.usa.gov/ procurement index.html

(W-344 SN279033)

Capital Metro Facilities Service Office, V. S. Postal= Service, 10400

Little Patuxent Pkwy, #400, Columbia, MD 21044-3510 1-NDEFINITE QUANTITY CONSTRUCTION CONTRACT FOR GEN= ERAL CONSTRUCTION (RLA) PROJECTS AT VARIOUS LEASED AND POSTAL OWNE= D FACILITIES IN CAPITAL METRO AREA. SOL Solicitation #23209299-A-0010 DUE 011399 POC Conni A. Brisson, Facilities Contract Specialist, (4= 10) 884-1822 The contract resulting from this solicitation will incl= ude various General Construction (R&A) projects at Postal owned a= nd leased facilities within the Maryland, District of Columbia and Nort= hern Virginia Areas. Al the discretion of the Contracting Ollicer=, one or more contracts may be awarded to the same ofteror, Contracts= may be issued for the Capital Metro FSO, covering all three district = $. and/or to District Administrative Service Offices. Contractors must = have a minimum of four (4) years experience as of ihe date of issue = in general construction work as a general contractor. Contractor is must also possess the capabilities of working at least four (4) to= eight (8) jobs at the same time. The initial contract value is $250=, 000 where the total quantity of work ordered during the two (2) y= ear term of this contract will not be less than $10,000

Commander, Lantnavtacangcom, 1510 Gilbert Street, Norfolk YA

23511-2699 (attn: Code 0222) 2-CONSTRUCTION, RENOVATION, ALTERATION AND REPAIR ON IT ERAL CONSTRUCTION PROJECTS FOR THE NAMPTON ROADS APEI VIRGINIA SOL N62470-99-R-9008 DVE 012299 POC Printing 45*** **. Priscilla Schaefer, 757-444-5968-Contract Specialist, Kim Ribaud 322-8235 The work consists of new construction, renovation aler!** and repair of general construction projects for the Hampt Area, Virginia. This is a firm-fixed price Indefinite Delivery. Indien

via First Class Mail. NO PICKUPS are authorized. After the issue date, requests will be filled only on Friday of each week. Requests must be received by COB Tuesday of each week to meet the friday nu date. Notification of any changes to this solicitation (amendments) shall be made ONLY on the Internet. It is therefore the contractor's responsibility to check the listed Internet addresses daily for any posted changes to the solicitation http://scotty.etanw.naviac aavy.mil/ebs/default.htm. A copy of a Plan Holder's test may be obtained by written request of tax to (360) 396-0998 See the solicitation for proper addiess to delivery of proposals for inquiries on this synopsis, contact Jackie Korchak. (360) 396-0234. Ofterors, if a large Business, shall submit a subcontracting plan with their proposals. This solicitation will be open to all business concerns. (W-344 SN279074)

Quantity Solution Order Concept (SOC) solicitation. The duration of the contract is for one (1) year from date of contract award. The solicitation includes two (2), one year option periods for the same scope of services. This procurement is for one solicitation that may result in multiple awards. The Government may consider volume of work under this contract when requesting bids for new projects in order to attect an equitable distribution of work. The requirements for the technical Source Selection criteria factors are as follows: Factor | Corporate Experience: Factor 2 Past Performance: Factor 3 Support of the Small, Small Disadvantaged and Women-Owned Small Business Program, Subfactor 3A Past Performance, Subfactor 3B Subcontracting Plan for purposes of evaluation of offers the technical factors, when combined, are as important as the price. The Government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all proposers; to award the contract to other than the proposer submitting the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government, PROPOSERS ARE ADVISED THAT AN AWARD MAY BE MADE WITHOUT EXCHANGES OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume that they will be contacted or afforded an opportunity to quality, discuss, or revise their proposals. The Request for Technical Proposals will be issued on 23 December 1998 The receipt date of technical proposals is 22 January 1999 at 2:00p.m. Price proposals All be requested after the competitive range has been established. This solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format on CD-ROM. The free crobat Reader, required to view the PDF files, is provided on the D or can be downloaded from the Adobe website. Drawings are additionilly included in the generic Tlf graphic format. A charge of $12.50 ill be made for each CD. This price includes priority mail postage. hese sets will be made available upon receipt of a written request, ind a non-refundable check of money order made payable to the IS Treasury. Written requests shall be sent to DEFENSE AUTOMATED RINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET. UILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, zlephone number, street address, nine-digit Zip code and whether ou are participating as a prime or subcontractor. Any inquiries regarding lans and specifications shall be directed to Ms. Priscilla Schaefer 1 757-444-5968. A copy of the placholder's list can be obtained n the internet at www.norfolk.sebt.daps.mil. The estimated maximum ollar value of the contract including the base year and any option la's is not to exceed $40,000,000. The Standard Industrial Classification C) Code for this project is 1542 with a Size Standard of $17,000,000. hus project is not set aside for small business. Large businesses wall submit a subcontracting plan prior to award of the contract.

Ribaudoki@eldiant, navlac.navy.mil Click here to contact the Contract, pecialist via e-mail (W-344 SN279068)

319 CONS/LGC, 575 6th Ave, Bldg 418, Grand Forks AFB, ND 58205-6436 1- REPAIR BUR GARAGE ROOFS MILITARY FAMILY HOUSING SOL 53260599R0004 POC Sheryl Scheer (701) 747-5305 or Queen E. McCartney (701) 747-5287 Contractor shall furnish all plant, labor, materials, supplies and supervision necessary to complete IFSD 960049P1, Repair BUR Garages Roots-Military Family Housing at Grand Forks AFB, ND in strict accordance with the Technical Provisions and drawings for this project. The contract is for replacement of Military Family Housing garage built-up roots including all associated appurtenances, by methods inherent to type of defect, imperfection, or deterioration thereby restoring walerproof/weatherproof reliability. The magnitude of this project is between $500,000 and $1,000,000. This action is being issued untestricted. All requests for this project must be made in writing and can be faxed to 319 CONSALGCC, Grand Forks AFB, ND, (701) 7474215. Your requests should indicale exact name and address you wish the solicitation to be sent. All contractors MUST be registered in the Central Contractor Registration database of their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration at website http://www.salaq.nq.af.mil/contracting CCIO.html. Plans and specifications will be issued on a CD-Rom. Plans will be AutoCADO 13 file and specifications will be Microsoft Word for Windows 7,0 files. This project was previously synopsized as 53260598R0025, it has been changed to F3260599R0004. (W-344 SN279099)

92d Contracting Squadron W. 110 Ent S1. (Suite 200), Fairchild

AFB, WA 99011-9403 1-AIRFIELD PAVEMENT MARKING AND RUBBER REMOVAL SOL F4561399R0006 QUE 021299 POC Michelle Smid. Contract Administrator, Barbara Hicks, Contracting Officer THIS SOLICITATION WILL BE ISSUED USING 100% ELECTRONIC PROCEDURES NO PAPER COPIES WILL BE PROVIDED. The work includes but is not limited to, the following airfield work at Fairchild AFB, WA (1) Removal of rubber deposits of all types from specified areas of Runway 05/23 (2) Removal of old paint from specified areas of the airfield (3) Layout work for new markings on specified areas of the airfield (4) Application of reflective and non-reflective traffic paint to airfield pavement surfaces. This acquisition will use a combination of Best Value and Past Performance Tradeoft procedures. The magnitude of this project is estimated to be between $100,000 and $250,000 Performance period for this project is 50 calendar days. This time period is further broken out into two separate phases. The first phase 15 20 calendar days for submittals; the second phase is 30 for the contractor to complete the physical portion of the work. A Notice to proceed will be issued for both phases. This work is located in a controlled area: This project is 100% unrestricted. This SIC Code for this acquisition is 1611. The business size standard is $17 million. Any responsible source may submit a proposal. The solicitation will be available through the 92 Contracting Squadron webpage at the following address www.fairchild at inilligcons/busopp him. However, unless otherwise notified, proposers will be required to submit their proposals via paper copy. The solicitation will be available on the Fairchild APB Home page on or about 12 January 1999. Point of contact for this project is Michelle Smid She may be reached via e-mail at michelle smid@lairchild af mil.

www.fairchild.at.milligcons/busopp.htm 92 Contracting Squadron Business Opportunity Page

michelle smid@lauchild at mil Contract Administrator (W-344 SN279086)

319 CONSALGC, 575 6th Ave, Bldg 418, Grand Forks AFB, ND

58205-6436 2 REPAIR BUR GARAGE ROOFS-MILITARY FAMILY HOUSING SOL $3260599R0004 POC Sheryl Scheer (701) 747-5305 or Queen E. McCartney (701) 747-5287 Contractor shall furnish all plant, labor, materials. supplies and supervision necessary to complete JFSD 960049P1, Repair BUR Garages Roots-Military Family Housing at Grand Forks AFB. ND in strict accordance with the Technical Provisions and drawings for this project. The contract is for replacement of Military Family Housing garage built-up roots including all associated appurtenances, by methods inherent to type of defect, imperfection, or deterioration thereby restoring waterproof/weatherproof reliability. The magnitude of this project is between $500.000 and $1,000,000. This action is being issued unrestricted. All requests for this project must be made in writing and can be faxed to 319 CONSALGCC, Grand Forks AFB, ND. (701) 7474215. Your requests should indicate exact name and address you wish the solicitation to be sent. All contractors MUST be registered in the Central Contractor Registration database of their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration at website http://www.safag.no.al.mil/contracting/ CCIO.html. Plans and specifications will be issued on a CD-Rom. Plans will be AutoCADD 13 file and specifications will be Microsoft Word for Windows 7.0 files. This project was previously synopsized as F3260598R0025, it has been changed to f3260599R0004. (W-344 SN279101)

6th Contracting Squadron, Attn: LGCC, 2606 Brown Pelican Ave,

Macdil AFB, FL 33621-5000 L-REPAIR/REPLACE AIR HANDLING UNITS, CENTCOM, PHASE IM, ACOIUL AFB FL SOL F0860299R0002 POC SSgt J.S. Krempasky. 81328-3815 x352. Ms. D.K. Parent, Contracting Officer The presolicitation It ice previously issued did not mention this solicitation will be issued ther vía paper copy or internet download. Contractors who are interested

bidding may download the solicitation from our web page as listed Flow or request hard copies by mailing their request or sending fax to 813-828-3667. Mtp://www.macdillal, mil/61g/6cons/bizops/gcc.htm MacDill AFB zastruction Business Opportunities Web Page

mil James S. Krempasky, Contract Specialist, 13-828-3815x352 (W-344 SN279069)

Officer in charge of Construction, South Texas Area, Building 19, Nas, 8851 Ocean Drive, Suite 101, Corpus Christi, TX 78419.

5525 1-COMFORT HEATING SYSTEM, PSA HANGAR, CCAD, NAS, CORPUS CHRISTI, IX SOL N622467-97-8-9375 DUE 012899 POC POC Shirlely McGinn or Contracting Officer Charlotte Cummins 512/961-2154 As of October 1998, all solicitations are no longer unrestricted but are now subject to the "Reinstatement of Small Business Set-Asides under the Small Business Competitiveness Demonstration Program". The work will be done at Building 8 and will include removal of the existing heating/ventilating units. Rool repairs will be required where existing equipment was removed New high intensity natural Diding. Vaa-red heaters and exhaust fans will be installed. Associated

electrical structural supoorts, and incidental related wok will also be inclluded. SIC Code is 1711. Contract completion is 120 days. Contract price is between $100,000 --- $250.000. Plans and specifications should be available on or about 28 December 1998 and will be distributed until the supply is exhausted. No telephone requests for solicitation packages will be accepted. Our fax number is 512/961-5175***** (W-344 SN279094)

.

Engineering Field Activity, NW, NAVFACENGCOM, 19911 71h Ave

NE, Poulsbo, WA 98370-1570 L-RECOAT EXPLOSIVE HANDLING WHARF (EHW) STRUCTURE AT THE AVAL SUBMARINE BASE BANGOR, SILVERDALE, WA SOL N44265-98-9877 DUE 012999 POC Jackie Korchak. Contracting Officer. (360) 26-0234 The work includes coating all existing painted and galvanized eel within the Explosive Handling Wharf (EHW) Building envelope cluding the building structure, bridge cranes, piping. conduits, control d power panels from 'whart deck level upwards excluding metal ling, roofing the deluge sprinkler system, the interior office space,

booms, and miscellaneous Dier appurtenances and incidental ated work. The Standard Industrial Classification Code is 1921. The ated small business size standard is $7 Million. The estimated cost procurement will be between $IM and $5M. This project will be Kured using Source Selection procedures; therefore, a technical price 1 management proposal will be required. The technical evaluation tors are: Past Performance. Company Experience, Key Personnel and perience in Environmental Plans. The management factor will be Econtracting Experience. Achievements and Goals. The Government ends to issue this solicitation through the use of CD-ROM and - Internet. Plans and specifications will NOT be provided in a paper id copy) format. Plans and specifications will be on CD and available

or about 30 December 1998. There will be a NON-REFUNDABLE urge of $32.00 for each CD. CDs may be obtained by mailing a uest, with payment, to: EFA NW, ATTN: Plan Issue. 19917. ith

NE, Poulsbo. WA 98370-7570. or FAX request with credit card nber and expiration date to (360) 396-0998. Telephone requests

not be honored. All requests for plans and specifications MUST ude: (1) Complete solicitation number and project title: (2) Name. dress and Phone number of company: (3) Number of CDs requested:

Payment: VISA, MasterCard, or Discover Card (include account expiration date), or check or money order payable to the SUPERENDENT OF DOCUMENTS. Cash will not be accepted. CDs will not issued until proper payment has been received. CDs will be issued

USCG, CEU Providence, 300 Metro Center Blvd, Warwick, RI 02886 2-DREDGING AND WATERFRONT REPAIRS AT V.S. COAST GUARD SANDY HOOK STATION, NJ SOL IFB DTCGGI-99-B-3WK053 DUE 012999 POC Mr. John O'Boyle, Contracting Officer, 718-354-4017 Furnish all labor, material and equipment necessary to perform dredging of the boat basin and perform miscellaneous repairs to two breakwaters and a solid fill whart at U.S. Coast Guard Sandy Hook Station, Monmouth County, NJ. This Invitation for Bids is being issued pursuant to the Small Business Competitiveness Demonstration Program and is open 10 both large and small business participation. It is estimated between $100,000 and $250.000. The applicable SIC Code is 1629. Bid packages will be available on or about 2 9 December 1998 at a non-refundable charge of $45. Checks of money orders should be made payable 10 Commercial Blue Print and Supply and mailed to the firm at: 83 Waverly Street, Jersey City, NJ 07306. For minority. women owned and disadvantaged business enterprises: the Department of Transportation (OSDBU) has programs to assist minority, women owned and disadvantaged business enterprises to acquire short term working capital and bonding assistance for transportation related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT bonding assistance program enables firms to apply for bid, performance and payment bonds up to $1 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the bonding assistance program and or the STLP, please call the OSDBV at (800) 532-1169. All responsible sources are invited to submit a proposal, which shall be considered by the Coast Guard. (W-344 SN279223)

Contracting Officer, RLR VA Medical Center, 1481 West 10th Street,

Indianapolis. 4-CLEAN CHILLERS SOL 583-27-99 DUE 020299 POC Billy I. Cooper, Contracting Officer, 317/554-0047 Contractor shall chemically treat and "soften“ scale in (4) four YORK chülers (both evaporator and condenser sides)(3. (three) 1000 ton and 1 (one) 450 ton chillers. Contractor shall completely remove the brush system all chillers including the cages. brushes and reversing valves. Each and every tube shall be brushed clean to remove any debris, Tubes shall be inspected and defective tubes identified. Reversing Valves shall be replaced with a spool piece. Once the system is "clean" the chillers shall be chemically treated again to ensure cleanliness. Contractors shall then perform an eddy-lest of all 4 chillers. In addition, contractor shall perform a vibration analysis to determine any problems based upon Manufacturers date (.e. compressor) which would require complete tear down of system for component, replacement (tear down of required to be covered as change order): Units shall be shown to achieve then rated manufactures capacities (ie. Total capacity of 3450 tons). Information to be provided in writing and field tested in the presence of Resident Engineer. Contractor must maintain 2 operable chillers at all times. SIC Code 1711 applies. The cost range is estimated at $25,000.00---$100,000.00. This solicitation is issued pursuant to the Small Business Competitiveness Demonstration Program Bid documents will be available OJA 12/18/98. Bid opening date 0/A 22/99. Award is subject to availability of funds. All responsible sources may submit a bid which shall be considered by this agency. (W-344 SN279095)Liit,

QICC ROICC Norfolk, NAVFACENGCOM Contracts, Building 2-140,

Room 309, 9324 Virginia Avenue, Nortolk, VA 23511-3689 2-INSTALL SECURITY LIGHTING, PIERS 11. 12. 241 AND 25T, NAVAL STATION, NORFOLK, VIRGINIA SOL N62470-98-8-5715 DUE 020499 POC Contact Point, Viki Pond (757) 322-4474. Contracting Officer, Georgia B. Owens, (757) 322-4500 The work includes the installation of 100' high mast lighting poles and fixtures at Piers 11, 12, 241 and 25T and incidental related work, This project is 100% set aside for small business. Plans and specifications will be available on or about 4 January 1999. A check or money order for $25.00 payable to the Treasury of the United States is required as a non-refundable charge for each set of bidding data. Written requests must be received in the office of the Defense Automated Printing Service (DAPS). 1641 Mor:us Street, Norfolk, Virginia 23511-2898 (Telephone (757) 444-5968).


Page 26

Issue No. PSA-2241; Monday, December 14, 1998

Estimated cost tange: between $250,000.00 and $500.000.00. All responsible small business sources may submit an offer which will be considered. (1-344 SN279243)

692-6270 PR-NO: YPC98314000334 NSN 1005-00-754-5291, CAGE 19204 Part No 11010336 CAGE 19205 Part No 11010336 clamp Assembly, muzzle. VANW army owg 11010336, CAGE 19200. 55 -EA Del to Men Cumberland PA 17070 Del by 05 Oct 98 or deliver within 90 days after award. 83 -EA Del to Hill AFB UT 84056 Del by 03 Jan 9 or deliver within 90 days after award. Amendment 0001 is issuet to remove purchase request YPC98314000305 from this solicitation thereby reducing the quantity from 164 each to 138 each. OX close date is changed to January 8,1999 by reason of this amendment (1-344 SN279008)

awarded in 1994 for $3,630,000.00 (firm fixed-price) and $5,450,723.00 estimated (indefinite quantity) per year. Interested sources must submit a Statement of Capability (SOC) which describes in detail the source's capability to 1) Provide maintenance and repair to approximately 2.600 military family housing units, associated playgrounds/tot lots and common grounds, the post commander's office, and other related real property and facilities at Aliamanu Military Reservation. Oahu, Hawaii. 2) perform service calls, change of occupancy housing maintenance (COOHM), other indefinite quantity work, and collateral work. Service calls are interior and exterior maintenance and repair that are normally generated by calls into the work reception desk by designated Government representa: tives and housing occupants. 3) COOHM work including various combinations of plumbing, electrical, miscellaneous quarters maintenance, interior painting, custodial services, and grounds maintenance work required to make vacant housing quarters ready for the next occupant. 4) other indefinite quantity work that involves maintenance and repair/ replacement work not covered under service calls or COOHM. SOCS must be submitted with 10 days of the dale of this notice. The SOC must specify the full name of the company, business size, evidence of 8(a) eligibility, relevant past performance that indicate the firm has experience in the type of services described, and any proposed leaming arrangements. For the past performance information, SOCS shall include a list of contracts with dollar value, scope of work relevant to the scope described above and Administrative contracting officer with phone number. SOCs must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work and business size eligibility. The SOC$ will be the basis for the Government's decision to establish this requirement as an Bla) set-aside for competitive acquisition. Il adequate responses are not received from 8(a) companies, the Government will not set aside this requirement for 8(a) firms. Responses to this notice may be made by facsimile to (808) 471-9342, or mailed to Regional Officer in Charge of Contracts, Naval Facilities Engineering Command (Code R120), 4262 Radford Drive. Honolulu, Hawaii 96818-3296. This synopsis is for information and planning purposes only and does not constitute a solicitation. The Government will not pay for any effort expended in, responding to this notice. Estimated award date is 9/ 1/99: contract start date is 10/1/99,

http://cbdnet access.gpo.gov/N62742-98-R-2116

(W-343 SN278918)

Defense Supply Center Columbus, PO BX 16595, OSCC-PBAR

Columbus, ON 43216-6595 10-SWITCH ASSEMBLY, ELEVATION. ON ZOMM GUN FOR BEUL A I HELICOPTER. SOL SP0740-99-0-5931 DUE 011599 POC Contact: rantcheryl Offenburger PHONE-614-692-4744 FAX AUM BER-614-692-1603 PR-NO: YPC98308001858 NSN 1005-00-518-4523, CAGE 05606 Part No 114C2024 switch Assembly, elevation. In accordance with General Electric Co. Drawing number 11402024. P/N 114C2024. And all requirt ment of the current solicitation. 32 -EA Del to Lathrop CA 95370 Del 220 days after award. All responsible sources may submit a offer/quote which shall be considered. See NOTE 26. This solicdzen will be available on the internet at http: I/WWW.DSCC DU MUHA

15 days aller this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted, Written requests for drawings are to be submitted to Defense Supply Center, Colustat atin: DSCC-VICO, PO, Box 3990. Columbus, OH 43216-5000. by FAX

BA (614) 692-2998 or call (614)692-2344. Requests should include the IFB/RFP/RFQ number, opening/closing date, NSN, purchase request nende (E.G. YPC/YPE), buyer's name and your complete name and address Federal, Military and commercial specifications cannot be provided by bong DSCC. While price may be A significant factor in the evaluaithe ollers, the final award decision will be based upon A combinate tu of price, delivery, past performance and other evaluation factors o pery described in the solicitation. All responsible sources may submit ofte en which DCSC shall consider. (1-344 SN279011)

Northern Division, NAVFACENGCOM, 10 Industrial Highway, Mail

Stop N82, Laster, PA 19113-2090 2-S-SECURITY GUARD SERVICES, NAVAL INVENTORY CONTROL POINT, PHILADELPHIA, PA SOL N62472-99-0-0800 DUE 011599 POC Angela Christiansen, Contract Specialist, 610-595-0626. The Department of Navy intends to issue an IFB by means of competitive 8(a) set-aside procedures with qualified (SBA certified) bidders. The contract will be a combination firm-fixed price, indefinite quantity contract with Service Contract Wages. The contractor shall furnish everything needed to provide guard services in accordance with the contract requirements. Work incudes but it not limited to: Deter and Report unauthorized personnel or vehicular entry into areas designated by the activity Commander as secure area(s). Deter and report the damage. pilterage, removal, destruction, secreting, misappropriation, misuse, larceny, theft or other improper or unlawful threats to, or disposition of, Government or personal property or acts of espionage or sabotage within the secured area(s). Endeavor to prevent the occurences of fires, explosions, collapses. and other catastrophes. In such an event, the contractor shall summon appropriate response forces and then notity government personnel as identified in the SOP; assist in minimizing the effects, therefore; and, assist in restoring the area to a safe condition. Safeguard personnel. deter the commission of crimes against persons, summon appropriate response forces, and assist those response forces required. Deter and report violations of base regulations, and enforce tratfic regulations. Provide proper documentation and reports of all incidents and investigations. Conduct vehicle inspections. Provide additional accepted guard force personnel for special details/events. Receive, receipt lor, an secure prohibited personal property as well as lost and found articles pending transler to security office for appropriate disposition. Receive, secure. issue, control and account for all keys issue to the Contractor or placed under the contractor's control. Provide fixed post guards and roving patrol(s). Provide escorts for visitors or materials when required. Provide intrusion and fire alarm monitoring and response. Provide emergency assistance to Government security personnel, as required. Provide on-call contingent of accepted guard force personnel to quickly and decisively back-up any contractor employee confronted with at situation requiring additional personnel. The contractor shall maintain a current copy of the SOP at each guard post. A detailed review of the SOP shall be part of each employee's initial training, and each time the SOP is modilied. No employee shall be assigned to duty unless her she is thoroughly knowledgeable of and understands the SOP. The SOP wil be modified periodically in accordance witb the "CHANGES" clause, Section 1, to reflect required changes in the Government's guard services policies and procedures. Special Orders are short term and one-time changes to the SOP. The term of this contract is for a Base period of twelve (12) months plus four (4) twelve month option years. Services to begin 1 February 1998. The SIC Code is 7381 and the Small Business Size Standard is $9.0 million are applicable to this contract. The proposed contract (solicitation) will be issues as an 8(a) set-aside, all forms responding to this synopsis must be certified by the SBA. The estimated issue date is 16. December 1998 and the estimated bid opening date is 15 January 1999 at Northern Division, Naval Facilities Engineering Command, 10 Industrial Highway, MS 82, Lester, PA 19113-2090. The contract completion date for the base period is (one year) from the date of award. Bidders/Olterors interested in obtaining plans and specification for this project, must send in their request on company letterhead stating if you are bidding as a prime contractor or sub-contractor/supplier, your complete address, telephone number and fax number along with a Company Check, Cashier's check, Money Order in the amount of $51.00 to: DEFENSE AUTOMATED PRINTING SERVICES, BUILDING 4/0, ATTN: ROY BOWSER, 700 ROBBINS AVE., PHILADELPHIA, PA 19111-5094. Each check must be made payable to the Superintendent of Documents and annotated with the applicable solicitation number. Two sets of plans and specifications will be sent via First Class Mail upon availability to those contractors who have tendered payment. If a contract number is not annotated as required or your check is not made payable to the SUPERINTENDENT OF DOCUMENTS, your check with 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 io formation on the mailing of the solicitation package via expedited courier service, please contact: ROY BOWSER AT (215) 697-1126. For technical questions concerning subject notice, please faxed to Mrs Angela Christiansen at (610) 595-0644. For assistance in interpreting the CBD announcement, please see the CBD Reader's Guide. (1-344 SN279248)

90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB,

WY 82005 7--1711 SOL F48608-99-B0002 DUE 021599 POC Darlene Faulkner. (307) 173-4751 Golf Course Filtration System, FE Warren AFB Golf Course. First step of a two- step formally advertised procurement. Only those firms submitting qualified responses on the first step will receive Invitation for Bid when issued: Only technical proposals will be accepted in Step 1. The work consists ol providing an effective filtration system for the Base' Golf Course Irrigation System's lake water supply line and correct existing problems in the main pumping system. Work includes, but is not limited to dredging of area in lake for water inlet, installation of filter and automatic llusing system, electrical and control systems, balancing of existing pumps, and installation of check valves and flexible connectors, Project NO GHLN 975008. Technical Proposal will be accepted until ciose of business on 15 feb 1999. The estimated cost of the proposed construction is between $25,000 and $100.000. Construction performance period is 60 calendar days. The issue date for step I will be on or about 15 Jan 99. (W-344 SN279302)

Commercial Acquisition Department, Bldg 11, Naval Underso Wartare Conter Division, Newport, Code 59, Simonpietri Dr. Neupart

RI 02841-1708 10-DEVELOP, FABRICATE AND TEST PROTOTYPE GAS GENERATORS SOL N66604-99-R-1401 DUE 013099 POC L. Brazil, Contract Negotias

at (401) 832-1437; 1. Masterson, Contracting Officer at (401) ?


1585; FAX (401) 832-4820 The Naval Undersea Warfare Center, Drso
Newport is soliciting proposals, on a Firm Fired Price basis, to develo
and test a replacement for the Mk 77 Mod-O Gas Generator that a
safer and environmentally benign. A total of 14 prototypes w *
fabricated. Of the 14 prototypes, 12 will be used for in-air 2007
water testing to be performed by the contractor and 2 will be delivered
to NSWC, Crane Division for government use. The prototype pas generates
will be fabricated and tested in accordance with the solicitation statement
of work and Code 83 Gas Generator Specification. The solido
will also include Option Line Items for the following: 1) Propela
Qualification; (2) 14 Additional Prototype Gas Generators: (3) Gas Q** tor Qualification; (4) In-Air testing of 3 government-furnished gas ferment

lors; and (5) In-Water testing of 3 government-furnished gas peneral


A Confidential security clearance will be required of the selected conte

Bl tor. Acquisition is unrestricted; standard industry code (SIC) & 1754 Award will be made on the basis of Best Value. Evaluatiga ta' HU Technical Approach/Capability including Past Performance and Cars Our department no longer issues solicitations or amendments is form. Instead, they may be accessed at our web site to! www.npt.nuwc.navy.mil/contracts. We also provide electronic access our Bid Room, Estimated RFP release date: 31 December 1998

http://www.npt.nuwc.navy.mil/contract Naval Undersea Warfare Center Division, Newport su Lisa Brazil, Contract Negotiator (W-344 SN279234)

„Supplies, Equipment, and Materials

13 Ammunition and Explosivos

NAVAL INVENTORY CONTROL POINTMECHANICSBURG, Code

M2522, PO Box 2020, Mechanicsburg, PA 17055-0788 10- ELECTRONIC COMPONEN SOL N0010499QCA81 DUE 012699 POC Point of Contact Contact Point, James G Hoffman, 0211.10, (717)6055774, fax, (215)697-3161, Tw, Not-avail NSN 7H-1075-00-467-9635, SPEC NR TOP VER 001, Ref Nr PC 10900355:1, Qty 2 EA, Deliver to Defense Distrbution Depot San Diego San Diego CA. See Note 22 (ACNSPCC1208016-019) (1-343 SN278857)

7 Maintenance, Repair or Alteration of Real Property Potential Sources Sought

Regional Officer in Charge of Contracts, Naval Facilities Engineering Command, Code R120, 1262 Radford Drive, Honolulu, HI 96818-

3296 1-FAMILY HOUSING MAINTENANCE, ALIAMANU RESERVATION, DAHU, HAWAN SOL REP No. N62742-98-R-2116 POC 1. Shimoda (808) 4743385: Contracting Officer: A. Yuen. (808) 474-3385 Family Housing Maintenance. Ahamanu Military Reservation. Oahu, Hawaii. This acquisition is being considered as a set-aside under section 8(a) of the Small Business Act. All interested sources are encouraged to respond. SIC Code 1799 applies. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government is contemplating privatizing the Aliamanu Military Reservation housing area 18 months after the start date. Should this occur, the Government will not exercise the remaining option periods. This contract will replace a contract

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595, 10-CHUTE ELEMENT: SOL SPO760-99-Q-3228 DVE 010499 POC Contact: NAME-KAREN BANE@DSCC DLA MIL PHONE-614-692-1373 FA X NUMBER-614-692-6270 PR-NO: YPC98313000760 NSN 1005-01-2335115. CAGE 24617 Part No 5191123-4 CAGE 53711 Part No 51911234 CAGE 76793 Part No 0721C22692 CAGE 97993 Part No 519H1234 CAGE 99584 Part No 5194123-4 chute element. Nobles Mfg Inc (CAGE 76793) part number 0721C22692. **** 15 - ŁA Del to Lathrop CA 95330 Del by 22 Jun 99 or deliver within 90 days after award. 7-ŁA Del to Norfolk VA 23512-0001 Del by 22 Sun 99 or deliver within 90 days after award. Amendment 0001 is issued to add clause 137, total small Business set-aside to this solicitation. No change in open/close dale by reason of this amendment. 11-344 SN279007)

Directorate of Contracting. Do-Alc 6050 Gwrn Lane/Bldg 1215,

Mill Air Force Base, UT 84056-5825 13--HANGER, ROCKET MOTOR SOL F42630-99-Q-20516 OUE 01209 POC For copy. PKX-2/Pamala Chaltee/(FAX)801-717-7527. for additions

intormation contact Genee Ringelikm/18011775-2093 Item 000119 $1338-01-192-7412 P/N: 8121427-01, Hanger attaches to the most

by abolts. "The bottom side has a 2.50* radius. on top are two larges · which slide on the tail in the launcher. 3.54" wide x 200 X 1.61" high St bar 4130 mil-s-6758 heat treated to 150,000 $ per mil-h-6875 Cadmium plate per 90-0-416 class I type II to skut missile to aircraft launcher. 500ea. Applicable to Aim 9. Desta: * Air Force Base, UT 84056-5825. Delivery:30 Jul 1999 $00 am approximate issue response date will be 29 DEC 1998. The anticipate award date will be 20 Jan 1999. Written procedure will be used

this solicitation. No telephone requests. Only written a fared regres? i received directly from the requestor are acceptable. Al responsive

sources solicited may submit a bid, proposal, or quotation which sa be considered: Request for copies of solicitations musi reference * entire solicitation number, including purchasing office identification nu ber. To expedite your request, limit the number of individual secara numbers requested per letter to not more than 10 Don't revesi information on this requirement until after the issue date. This proposer procurement is under a 100 percent small business set aside the size standard for which is 1,000 employees. An Ombudsmae has been appointed to hear concerns from offerors or potential aftens cum 95the proposal development phase of this acquisition. The purpose ir

Defense Supply Center Columbus, PO BX 16595, OSCC-PBAB.

Columbus, OH 43216-6595 10_CLAMP ASSEMBLY, MUZZLE. NOTE: USE ASTM E1444 WO MIL1-6868, AND/OR SOL SP0760-99-0-3427 DUE 010499 POC Contact: NAMEKAREN MIL PHONE 614-692-1373 AX NUMBER614.

Not-avail NSN OR-1560-01-455-4868-B4, Ref Nr 320-4-50162-103, Qty 5 EA, Delivery FOB Origin-DRAWINGS ARE NOT AVAILABLE. SEE NOTE 26.. See Note 22 (ACAVI 1209014-139) (1-343 SN278862)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15 AIRCRAFT & AIRFRAME STRUCTURAL COMPONENTS SOL SP046099R0712 DUE 011598 POC Janice Admas/BT961/JAPA 8042796360/F AX8042796499 YPG98321000193, NSN 1560-01-179-7940, trailing edge, wing, note 26 applies, iaw McDonnell Douglas, p/n 7. 311130291-3. delivery is 180 DARO. note 22 applies, intended source is McDonnell Douglas. (W-343 SN278894)

to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentially as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the SA-ALC Acquisition Ombudsman at AC 210-925-5133 or send E-Mail to: See Note(s) 26

http://www.kelly-afb.org/links/proc/ifa/solicitations/index.html Click Here To Go To The Solicitation Index

Send E-Mail to the POC (0-344 SN279227)

the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues.

disagreements, and recommendations to the appropriate government 112 personnel. When requested, the Ombudsman will maintain strict confideo515) tiality as to the source of the concern. The Ombudsman does not

participate in the evaluation of proposals or in the source selection

process. Interested parties are invited to call Brent W. Kendall it 1}} your concerns are not satisfied by the contracting officer (801)777

6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http:J/cer.edi.disa.mil This acquisition involves data that are subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center (OLSC) shall

be provided copies of the solicitation or other data subject to foreign lui disclosure restrictions. Contact the Defense Logistics Services Center,

JA Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800

352-3572) for further information on the certification process. You I must submit a copy of your approved DD Form 2345, Military Critical k! Technical Data Agreement, with your request for the solicitation. See 23 Note (s) 1.26.

http://contracting.hill.al.mil/html/3099920516/com3099920516.htm Click on above website to obtain copy of solicitation.

RINGELGOHILLWPOS. MILLAF MIL Click Here to E-mail Buyer ***** (l. 343 SN278874)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 15_SKIN, AIRCRAFT SOL SP0460-99-0-2492 DVE 011499 POC Contact: for copies of REPAFB solicitations (available 15 days after announcement). write or phone: DSCR did request hotline, atin: DSCR-JAB. Richmond, VA 23297-5312. (804)279-3350 for copies of RFQ solicitations, cont act C. Moore/BC979/804-279-3999 Contracting officer 80 4-279-4914 PR-NO: YPG98323000195 NSN 1560-00-157-5002. skin, Aircraft IAW Boeing helicopters CAGE 17272 Dwg 1142505 Rev N DID 11/14/ 79 Dwg P/N 11432505-3 & Atcom CAGE 81996 procurement package 11452505 Rev basic 11-EA Del to Stockton CA 95296 Del 90 DARO unrestricted, first article test required. OPL-FAR 52.209-1 OR 52.2092--see NOTE 23. specifications, plans of drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. (1-344 SN279121)

Detonse Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15—TRACK, AIRCRAFT SEAT, INDICATOR PANEL CONTROL, ELECT, SOL SP047098R0749 DUE 010799 POC poc:Larry Christian /Bu810/804279-5581. For copy of solicitation send a fax to Arletha Rollins/tax 804-279-4165 . This solicitation is for two combined nsn's purchase request numbers:YPG97343000262; YPG97217001476 and YPG97219001058; P/N'S: 20000531360-037, 20000532092-001. Source: Boeing North American Inc, cage 43999. Delivery: FOB origin- 300 days ARO. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. Reference notes 22 and 26. (W-344 SN279251)

US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000 13 GIMN, MELT POURWULTRASONIC TESTING INSPECTION SOL DAAE30-99-R-0303 DUE 012999 POC L. Messineo, Contract Specialist 973-724-6633; or Lou Sylvain, 973-724-3965 The U.S. Army TACOMARDEC at Picatinny Arsenal, NJ intends to solicit) negotiate/award a sole source contract to the Canadian Commercial Corporation, (100% subcontracted to SNC Industrial Technologies, Inc.), for production to melt pour, load (and inspect) 81mm M821A1/M889A1 high explosive (HE)cartridge body assemblies. Based on a Justification and Approval

for Other Than Full and Open Competition approved on 19 Nov 98. Wat they are the only source having the unique technical capability and

facilities to meet the specification/quality requirements of this cartridge

within the time and funding contraints of the program; however, any Tresponding firms will be considered. The basic quantity to be procured his 60.000 melt poured M821A1/M889A1 81mm HE cartridge body assemmen blies. There are options for additional quantities not to exceed 65.000

melt poured M821A1/M889A1 cartridge body assemblies. for the met inspection ultrasonic tesing (UT), the basic requirement includes UT

for 60,000 empty bodies with an option up to 140,000 empty at Milan, IN; and an option for 65,000 empty at SNC; and a UT basic requirement for 60,000 filled bodies with an option up to 250,000 filled at Milan. These UT efforts are based on limited competition between SNC, Milan AAP, DZIKS and lowa AAP. See Numbered Note 22 in Monday's edition of the CBD.

http://procnet.pica.army.milcbd/RFP/99R0303/99R0303.htm US ARMY TACOM-ARDEC Procurement Network

Linda Messineo (D-343 SN278885)

Defense General Supply Center, 8000 Jeff Davis Mory., Richmond,

VA 23297-5312 15 REGULATOR, FUEL TANK SOL SP0460-99-X-4274 DUE 011499 POC Contact: for copies of REPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, attn: DSCR-JAB, Richmond, VA 23297-5312 (804)279-3350 for copies of RFQ solicitations, contact C. Moore/BE979/804-279-3999 Contracting officer DA le Cottrell 804-279-4914 PR-NO: YPG98324000298 NSN 156001-328-1983, regulator, fuel Tank HR Textron Inc CAGE 96124 PIN 750003-1 23 EA Del to New Cumberland PA 17070 Del 90 DARO other than full and open and unrestricted. OPL-FAR 52.209.1 OR 52.209-2-- see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. (1-344 SN279122)

0c-Alc/Dir Of Contracting Aircraft, 3001 Staff Dr Ste Zag85a, Tinker

Air Force Base, OK 73145-3020 15-STEP, AIRCRAFT SOL F34601-99-0-00729 DUE 012999 POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Lt Brad Miller/ladab(4053739-7095 Item 0001 NSN 156001-431-7453EK P/N: L3058088-002, Alt overwing moveable fairing no. 7 inflatable seal platform assy. Nha: L30 58065: c/o 3 support. I Platform. 3EA. Applicable to: 8-1b. Destn: Tinker Air Force Base, OK 73145-3020. Delivery:30 Apr 1999 3 ea May respond electronically at (405) 739-2817 or e-mail: The approximate issue/response date will be 30 DEC 1998. The anticipated award date will be 19 Feb 1999, Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, quotation which shall be considered Note: faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB, OK 73145-3015, FAX NUMBER (405)739-5411. Electronic address for solicitation: http://www.linker-contracting.com/pkbizops/LADI LADA LADA.NET WARNING: Offerors electing to respond electronically via E-Mail/FAX should be aware that these means of communication are unsecure. See Note (s) 1.26. (1-344 SN279260)

16 Aircraft Components and Accessories

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 15-CUTTER ASSY, UPPER SOL SPO460-99-X-4271 DUE O1 1499 POC Contact: for copies of REPAIFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, atto: DSCRJJAB, Richmond, VA 23297-5312 (804)279-3350. for copies of RFQ solicitations, contact C. Moore/8c979/804-279-3999 Contracting officer DA le CottrelV804-279.4914 PR-NO: YPG98327000412 NSN 1560-01142-6402. Cutter assy. upper Bristol Aerospace LID CAGE 35951 PI N 364-83027-11 26 EA Del to Richmond VA 23297 Del 90 DARO other than full and open and unrestricted. OPL-FAR 52.209.1 OR 52.209-2--see NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. All responsible sources may submit ofter which DGSC shall consider. (1-344 SN279123)

HEADQUARTERS IOC, ATTN AMSIO-ACI, BLDG 350 5TH FLOOR MIDDLE

BAY, ROCK ISLANO, IL 61299-6000 13-TAIL CONE ASSEMBLY, 81MM, FOR M819 SMOKE CARTRIDGES SOL DAAA09-99-R-2018 DUE 013099 POC Contract Specialist Helen ** Ostrander (309) 782-8663 (Site Code DAAA09) Stock Number: ** 131501X880397; Tail Cone Assembly. M819 Smoke Cartridges for use

on the 81MM Mortar M252, in accordance with Drawing 9300233 dated 11 Jul 86. Assembly consists of tail cone, rear support disc, and

silastic. Quantities 13,150 each with a 100% option. Option will be 5. evaluated at the time of award and contingent upon receipt of funding.

Delivery is FOB Destination at Pine Bluff Arsenal, Pine Bluff, Arkansas, 120 days after date of award. Certificate of Compliance and First Article Testing will be required. Award of a contract will be based on the comparative advantages and disadvantages of the competing proposals, with award to the proposal considered to provide the Best Value“ to the Government, Award is contingent upon receipt of funds. Approximate issue date is 30 Dec 98 with closing date 30 days from ISSUE. Firms interested in receiving a solicitation package should fax their request to (309) 782-4955. A request for bid package shall include: Company name, address, phone and fax numbers, cage code and taxpayer identification number and the solicitation number being requested. Written request must contain the same information and mailed to the above addre ss. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services to the department of Defense (DOC) must De registered in the Central Contractors Register (CCR). You cannot be awarded a DOD contract whose solicitation is issued alter 31 May 98 if you are not registered in the CCR. You may register via the nternet at http://ccr.edi.disa.mil. Further information may be obtained hrough the Internet at: http://www.acq.osd.mil/ec/taqs. if you do not lave Internet access and want to register you may contact the CCR egistration Assistance Center at 1-800-227-2423. The proposed contract • 100% set aside for small business concerns. Standard Industry ode is 3483, 1,500 employees. (1-344 SN279181)

NASMLyndon B. Johnson Space Center, Houston, Texas 77058

3696, Mail Code: BE 164-36 GPS RF FRONT-END EQUIPMENT SOL 9-BE13-27-8-280 POC Wendy L. Boudreaux, Contract Specialist, Phone (281) 483-5338, Fax (281) 244-5331, Email wendy.l.boudreaux Ojsc.nasa.gov— Yolande B. Harden. Contracting Officer, Phone (281) 483-9953. Far (281) 244. 5337, Email This is a cancellation of the synopsis entitled X-38 GPS RF FRONT-END EQUIPMENT, 9-BE1327-8-28Q which was posted October 20, 1998. The subject equipment: 17 GPS antennas, 17 filters/preamplifiers, 9 RF switches, 9 4-way power dividers, and corresponding RF coaxial cables/connectors will be procured individually as the technical specifications for all of this equipment have not been determined. Purchases will be made for that equipment with defined specifications although no synopsis or solicitation currently exists. All prospective bidders will be given the opportunity to bid on any future requirement for this type of supply. When a solicitation is released, it will be available on the NASA Acquisition Internet Service (NAIS). It is the potential offerors responsibility to monitor that site for the release of any solicitation. Inquiries in regard to the referenced equipment should contact the technical representative, James Keiser at (281) 483-0207. The URL for the NAIS is http:// nais.msfc.nasa.gov/EPS/JSC/date.html.

http://nais.nasa.gov/EPS/JSC/date.html19-8E13-27-8-28Q Click here for the latest information about this notice

wendy.l.boudreaux Wendy L. Boudreaux (D-343 SN278761)

Defense General Supply Center. 8000 Jett Davis Hwy., Richmond,

VA 23297-5312 15—BUSHING ASSEMBLY PYLON MOUNT SOL SP0460-99-X-4284 DUE 011499 POC Contact: for copies of RFP/IFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg vest hotline, alin: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RFQ solicitations, contact C. Moore/BE979/804-279-3999 Contracting officer DA le Cottrell/804-279-4914 PR-NO: YPG98329000235 NSN 156000-891-1391, bushing Assembly pylon mount Lord Corp CAGE 76005 PAN 1-8088-1 Eagle-Picher Ind Inc CAGE 44608 PN 3202876 229 •EA Del to Stockton CA 95296 Del 90 DARO 138 - EA Del to New Cumberland PA 17070 Del 90 DARO 105 .EA Del to San Diego CA 92132-5044 Del 90 DARO other than full and open and unrestricted. OPL-FAR 52.209-1 OR 52.209-2---see NOTE 23. specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. All responsible sources may submit offer which DGSC shall consider. (1-344 SN279205)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 16-ACTUATOR, ELECTRO-ME—AND OTHER REPLACEMENT PARTS SOL N0038399RP125 DUE 011999 POC Point of Contact Contact Point. Let M Wagman, 0222.05, (215)697-0316, Fax, (215)697-3161, Twx, Not-avail NSN OR-1680-01-455-2561-84, Ref Nr 2A32010, Qty 14 EA, Delivery FOB Origin- The subject item requires Government source approval prior to contract award, as the item is flight critical and/ of the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such thal award cannot be delayed pending, approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the http://www.navicp.navy.mil/ prodserv/source/source.htm U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similiar item, or if this is an item you have never

SA-ALC/Contracting Directorate/LCK Telephone: (210) 925-6837 Ext 2589; 485 Quentin Roosevelt Road Suite 12; Kelly AFB, TX 78241

6419 15-PANEL, STRUCTURAL SOL F41608-98-0-74454 DUE 012999 POC The Point of contact is Beverly McIntosh Size/Dimensions: 45" x 40" x 2" (estimate) form/fil/function Description: Provides aerodynamic cover of wing to fuselage internal structure. Predominant Material of Manufacture: Plastic Phenolic and Aramid. Full and Open Competition will be solicited to large and small business. Fax or email request for government drawings will be accepted. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of an acquisition. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but commu. nicates Contractor concerns, issues, disagreements, and recommendations

5 Aircraft and Airframe Structural Components

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 15—TANK, FUEL, AIRCRAFT—AND SIMILAR REPLACEMENT PART SOL 038399RPI28 DUE 011999 POC Point of Contact Contact Point, a A Zimmermann, 0222.04, (215)697-1178, fax, (215)697-3161, Twx,

made, This brochure can be obtained by calling NAVICP-P at (215) 697- 4243. If your request for source approval is currently being evaluated at NAVICP-P, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, il evaluation of a source approval request submitted hereunder cannot be processed in time and/ or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVICP Commercial item Identification Brochure and information regarding the Submission of Market Research Data is now available at: hip://www.navicp navy.mil/cn/cubrohim hitp:/ www.navcip.navy.mil/ciclibro.htm there are no drawings available. See Note 26. See Note 22 (ACAVIT 208015-134) (1-343 SN278846)

Detense General Supply Center, 8000 Jeff Davis Hory, Richmond,

VA 23297-5312 164 PENDANT CONTROL ASSEMBLY SOL SP0460-99-X-4291 DUE 011499 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid reg test hotine, atin: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350. for cooks "Of RFO solicitations, contact C. Moore/BE979/804-279-3999 Contracting

officer DA le CottrelV/804-279-4914 PR-NO: YPG98341000742 NSN 168 01-070-7556, pendant Control Assembly Lucas Western Ire Applied

Technology Div CAGE 00462 P/N 42305E 720 14 - EA Del to New Cumberland PA 17070 Del 90 DARO other than full and open and unrestrcted. OPL -FAR 52.209-1 'OR 52.209-2see NOTE 23. Specifications, plans or drawings relating to the procurement described are not sailable and cannot be furnished by the government. All responsible sources may submit offer which DGSC shall consider. (1-344 SN279124)

Commander, Naval Air Systems Command (Code 2.3), Patuxent

Naval Air Station, Bldg 2272, Lexington Park, MD 20670 16-5-3B AYK-23 DATA PROCESSING SET SOL N00019-96-C-0129 DUE 021099 POC Matt Marshman, Air-2.3.2.1, (301) 757-5251 The Naval Air Systems Command intends to modify Contract N00019-96C-0129 to place an order with Lockheed Martin Technical Data Systems Company (MIDS) 3333 Pilot Knob Road, Cagan, MN 55121-2034. to manufacture and deliver a maximum of fifteen (15) production S. 3B AN/AYK-23(V), Data Processing Set (DPS) developed under contract aumber N00019-96-C-0129 This elfort includes delivery of the AN/ AYK 23(V)'s with the latest hardware and software contigurations approved by the NAVAIR S-3 APM Systems & Engineering. LMIDS is the Original Equipment Manufacturer (OEM) and supplier of the AN/AYK 23(V) developed and integrated into the S-3B under contract N00019-96-C-0129. As the designer and developer of the AN/AYK 23/V), LMIDS is the only source that possesses the necessary technical expertise, engineering drawings and data to provide deliveries in the required timely manner. See Note 22.

none none

marshmanmm.jik@navau .navy.mil (W-344 SN278977)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 16-PISTON ASSEMBLY, HYD SOL NOO383990A064 DUE 011999 POC Point of Contact Contact Point, Kenneth Smith. 0223.04. (215)697. 2836, Fax, (215)697-3161, Twx, Not-avail NSN 7R-1630-99-441-9657. SR, Ref Nr 200887238, Qly 20 EA, Delivery FOB Origin- NO drawings are available., See Note 22 (ACAVI 1209014-140) (1-343 SN278863)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 16-PUMP, AXIAL PISTONS SOL N003839903028 DUE 011999 POC Point of Contact Contact Point, Yaima Shepp. 0231.15, (215)697-3146. Fax, (215)697-3161, 1wx, Not-avail, Contracting Officer. Charles J Hagee, 0231.22. (215)697-3339 NSN OR-1650-01-455-3668-B4. Ref Nr 997706, Qly 9 EA, Delivery FOB Origin-- The subject item sequires Government source approval prior to contract award, as the item is flight crtical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit together with your proposal, the information detailed in the http://www.navicp.navy mill prodserv/source/source.htm U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697. 4243. If your request for source approval is currently being evaluated at NAVICP-P. submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, il evaluation of a source approval request submitted here. under cannot be processed in time and/ or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs, The NAVICP Commercial Item Identification Brochure and information regarding the Submission of Market Research Data is now available at: http://www.navicp navy.mil/ciclibro.htm hilp! /www.navcip.navy.mil/cucubro.htm Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial llems, in its solicitations for the described supplies or services. However, interested persons may identity to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. See Note 22 (ACAYI 1209014-141) 0-343 SN278864)

Defense Supply Center Columbus, PO Box 16595, DSCC-P8AB,

Columbus, OH 43216-6595 16-VALVE, REGULATING, FLUID ORESSURE SOL SP07409905806 DUE 013199 POC for Information only. Point of contact-- Name; Joseph Locke Phone: 614-692-4740 FAX: 614-692-4672 NSN: 1650-00-8871973. Valve. Regulating. Fluid Pressure, used on Lockheed Model P. 3 Aircrall, Lockheed Marti Corp. (98897) Part Number 668372-9, Vickers Inc., 199643) Part Number 9900-18-9. Quanlity 8 each to be delivered do Nortolk VA 23512-0001 90 days after date of award. All responsible sources may submit an ollei/quote which shall be considered. Please see Note 26. This solicitation will be available on the Internet at http://www.dscc dla miela. 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. The small business size standard is 1500 employees. Specifications plans or drawings are not available. This acquisition is for supplies fos which the Government does not possess complele, unrestrictive, technical; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(c)(1). Approved sources are: Vickers Inc. (99643): Lockheed Martin Corp. 198897). 53

http://www.dscc.dia.mil/la OSCC Solicitations on the Web (W-344 SN278082)

Detense Supply Center Columbus, PO Box 16595, OSCC-PBAD,

Columbus, OH 43216-6595 16-DISCONNECT, FILTERED SOL SP07409905944 DUE 020899 PLC Connie Giggi 614-692-4719 Fax 614-692-4645 NSN 4730-01-129-3635, DISCONNECT, FILTEREO "ASO/NAVSENJAVSCOM CRITICAL ITEM CRITICAL APPUCATION ITEM. AEROQUIP CORP (00614) PAN AE81043G, SIKORSKY AIRCRAFT CORP (78286) PIN 65664-09960-101. To be delivered 20 days after date of award. Qty of 27 Ea to be delivered to 120 CA 95376-5000, Oty of 10 Ea to be delivered to Cherry Port NC 28533-5001. See Notes(s): (X) 26. This solicitation will be availaste on the Internet at http://www.dscc.da.mil/fa/ 15 days after this rette is published in the CBD Requests for hard copies of this sokcitation will not be accepted. Specification, plans or drawings are not available This acquisition is for supplies for which the Government does no? possess complete unrestricted, technical dala; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304 (c)(1). Approved sources are 78286,00624 'It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. While price may be a significant ordering agreement. While price may be a signifiant factor in the evaluation of offers, the final award decision will be based upon i combination of price, delivery.past performance and other evalualon láttors as described in the solicitation. (W-344 SN279151)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 16-CONNECTING LINK, RIGID SOL SP07409905103 DUE 122898 POC CONNIE GIGGI 614-692-4719 Fax 614-692-4645 NSN 3040-01-1520946CONNECTING LINK, RIGIO, CRITICAL APPUCATION ITEM, SIKORSKY AIRCRAFT CORP (78286) P/N 65410-041. To be delivered 400 days alter dale ol award Qty of 35 Ea to be delivered to Stockton CA 95296-0130. Qty of 21 Ca to be delivered to Cherry Point NC 285335001. See Notes(s): (X) 26. This solicitation will be available on the Internet at http://www.dsce dla millilol. 15 days alter this notice is published in the CBD Request for hard copies of this solicitation will not be accepted. Specifications, plans or drawings are not available. This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 V.S.C.2304(c)(1). Approved sources are:78286 It is anticipated that award will be made via a delivery order to an existing basic ordering agreement. While price may be a significant factor in the evaluation of osters. The final award decision will be based upan a combination of price, delivery, past performance and other evalua tion factors as described in the solicitation, (W-344 SN278983),

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 1911-5098, 16_-TRACK ASSEMBLY, SLAT AND SIMILAR REPLACEMENT PANT SOL NO038399RB031 DUE 011999 POC Point of contact-- Contact Post Charles I Hagee. 0231.22. (215)697-3339, fax, (215)697-5938, 1m. Not-avail NSN 7R-1680-01-023-4283-PF, IAW Ref NI ASIM9008-29, 51 46 EA, Delivery FOB Origin- The subject item requires Government source approval prior to contract award, as the item is thight tcr and/or the technical data available has not been determined adecc to support acquisition via full and open competition. Only the ser23 previously approved by the government for this item have been saics The lime required for approval of a new source is noemzay suot that award cannot be delayed pending approval of a new Sout! If you are not an approved source you must submit, together your proposal, the information detailed in the http://www.naviCE.SIWE prodserv/source/source.htm U.S. Navy Aviation Supply Office Source de proval Information Brochure. This brochure identifies technical 22 required to be submitted based on your company's experience in produc** of the same or similiar item, or if this is an item you have been made. This brochure can be obtained by calling NAVICP-P at 697- 4243. If your request for source approval is currently set evaluated at NAVICP-P. submit with your offer a copy of the cover letter which forwarded your request for source approval Oilers rec?W which fail to provide all data required by the Source Approval Brochet Ol document previous submission of all data required by the Socce Approval Brochure will not be considered for award under this solicitate Please note, il evaluation of a source approval request submitted her under" cannot be processed in time and/ or approval requitteet preclude the ability to obtain subject ilems in time to meet government" requirements, award of the subject requirement may continue base on Fleet support needs. The NAVICP Commercial item Identlicato Brochure and information regarding the Submission of Market Reser Data is now available at: http://www.navicp.navy.mil/ciiciibro.br) www.navcip navy.mil/ci/ciibrohim Drawings are not available! S: cm Grumman. Linthicum Heights.. See Note 22 (ACAVI1210020-1441 344 SN279158)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway.

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIE ŠOL SPO46099R0784 DUE 010898 POC Janice Admas/8T961/JAPA/8042796360/FAX 8042796499 YPG98331000488, NSN 1630-01-089-2850, brake, multiple disk, note 26 applies, lat required, iaw Sikorsky p/n 70250-12060-102 Rev K & AMCOM #70250-12060 Rev D. option to increase quantity by 100%, delivery is 120 DARO, intended sources are Parker Hannifin, Sikorsky, Aircraft Braking Systems Corp. and National Machine Co. (W-343 SN278891)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway.

Richmond, VA 23297-5000 16-TORQUE TUBE, FLAP AND DUCT ASSY, STARTER SOL SP047099-R-0832 DUE 021999 POC Chris Hutnan (804)279-3099. fax (804)279. 6478 The government intends to establish a firm loxed price contract for NSNS 1560-01-290-5141, 1560-01-019-0364. DSCR does not currently have an approved technical data package available for these NSNS. The requirement is a sole source procurement to Boeing Co. Alternate plterors must submit a complete data package to DSCR for approval. The government is anticipating a opening date of 12/18/98 10: this requirement with closing date of 02/19/99. (W-344 SN279027)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 16-CLUTCH ASSEMBLY, CEN, NSN: 1615-01-346-0978, P/N: 3010CM470-2/9 SOL DAAH23-99-R-0046 DUE 012599 POC : John Moore, Contract Specialist, AMSAM-AC-AL-C, 256/955-9265, FAX: 256/955-8582, email: moore-jf@redstone army.mil, or Daniel ). Fuller, Contracting Officer. 256/955-9258 SYNOPSIS: NSN: 1615-01-346-0978, P/N: 3010CH4702/9, for a quantity of 95 each, applicable to the CH-47 Aircraft. FO.B. Destination with deliveries to Texarkana, TX and New Cumberland. PA. This part must be acquired from a manufactuning source(s) specified on a source control or selected item drawing as defined by the current version of DOD-STD-100. This procurement is currently restricted to Approved Sources. Firms that recognize and can produce the required item(s) described above are encouraged to identity themselves to the Contracting Officer, that they may be permitted to become an approved source once they have met source approval requirements, which will permit their participation in the current or future solicitations. The approved sources are Boeing Helicopter, PO Box 16858. Philadelphia, PA, Borg-Warner Corp. 700 S 25th Ave, Bellwood, IL and formsprag

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 16-TANK UNIT, FUEL QTY SOL SP0460-99-X-4281 DUE 011499 POC Contact: for copies of RIPAFB solicitations (available 15 days after announcement), wiile or phone: DSCR bid reg vest hotline, atin: DSCRDAB, Richmond, VA 23297-5312. (804)279-3350. for copies of RIO solicitations, cont act C. Moore/BC979/804-279-3999 Contracting officer DA le CottrelV804-279.4914 PR-NO YPG98322000306 NSN 1680-01154-5647, Tank unit. Juel gly Parker-Hannitin CoID CAGE 36055 P/

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia.

PA 19111-5098 16--SHOCK ABSORBER, DIRE AND OTHER REPLACEMENT PLATS SH N0038399RP123 QUE 011999 POC Point of contact Contact Page Sandra A Parker, 0222.03. (215)697-3374. far. (215)697-3161.lv Not avail. Contracting Officer, Brian Byrnes, 0222. (215)697-6534 USA OR-1620-01-455-3612-84, Ref Nr 74A400600-1013. Oly 11 EA. Dane? FOB Onigin. The subject item (equires Government source app23 prior to contract award, as the item is flight critical and/or the lectores data available has not been determined adequate to support acquistot via full and open competition. Only the source(s) previously appears by the government for this item have been solicited. The time recent

Issue. No. PSA-2241; Monday, December 14, 1998

CATION ITEM. SIKORSKY AIRCARAFT CORP (78286) P/N 65391-11691 -101. To be delivered 300 days after date of award. Qty of 15 Ea to be delivered to Cherry Point NC. 28533-5001. See Notes(s); (X) 12.(X) 26. Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and will not be available until 15 days after this notice is published in the CBD Requests for hard copies of this solicitation will not be accepted. Specilications,plans or drawings are not available. This is an unrestricted acquisition with a 10% preference for SDB concerns. This acquisition is for supplies for which the Government does not possess complete.unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are; 78286 It is anticipated that award will be made via å delivery order to an existing basic ordering agreement. While price may be a significant factor in the evaluation of offers the final award decision will be based upon a combination of price, delivery.past performance as described in the solicitation. (W-344 SN279240)

until 15 days after published in the CBD. Automated Best Value Model (ABVM) applies. While price may be a significant factor in the evaluation ofotters, the final award decision will be based upon a combiantion of price and past performance, as described in the solicitation. While price will be a significant factor in the evaluation of ofters, the final contract award price may be based upon a combination of price and delivery as described in this solicitation. This solicitation will be available on the Internet at http://www.dscc.dla.mil/ifa

http://www.dscc.dla.millia ERROR--(W-344 SN279238)

for approval of a new source is normally such that award cannot

be delayed pending approval of a new source. If you are not an 17

approved source you must submit, together with your proposal, the information detailed in the http://www.navicp.navy.mil/prodserw/source/ source.htm U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similar item, or if this is an item you have never made. This brochure

can be obtained by calling NAVICP-P at (215) 697. 4243. If your A request for source approval is currently being evaluated at NAVICP

P, submit with your offer a copy of the cover letter which forwarded int your request for source approval. Offers received which fail to provide 39

all data required by the Source Approval Brochure or document previous 11 submission of all data required by the Source Approval Brochure will or not be considered for award under this solicitation. Please note, it

evaluation of a source approval request submitted hereunder cannot be processed in time and/ or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on fleet support needs. The NAVICP Commercial Item Identification Brochure and information regarding the Submission of Market Research Data is now available at: http://www.navicp.navy.mil/ciiciibro.htm http://www.navcip.navy.mil/ en/ciibro.htm Drawings are NOT available. See note 26., See Note 22 (ACAVI1210020-145) (1-344 SN279159)

28 Engines, Turbines and Components

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 28-LINER, PUMP SOL SPO480-98-Q-5404 DUE 011899 POC Buyer Myra Jones/BP155/804-279-6446; Fax: 3123; Contracting Officer Capt. R. Murphy NSN 2840-01-122-7884. Sundstrand Aerospace (99167) PI N 5004252. Deliver 130 each to Jacksonville, FL FOB: Destination, Inspection/Acceptance at Origin. Small business set-aside does not apply. DSCR does not currently have an approved technical data package available for this NSN. Data is proprietary or insufficient for competitive procurement

http://www.dscr.dia.mil DSCR homepage

click here to contact the buyer via e-mail (W-343 SN278750)

SA-ALC/Contracting DirectoratoPKAN; 485 Quentin Roosevelt Road

Suite 12; Kelly AFB, TX 78241-6419 28—RING AND SUPPORT ASSY SOL F41608-98-0-45064 DUE 010499 POC The Point of contact is Irene Mireles, LPKAH, Phone: 210-9256385, FAX: 210-925-6659, E-Mail: irmirele@lpgate 1.kelly.at.mil 284001-265-0978PT, Ring and Support Assy, P/N: 4073982, 2 ea. Function: Supports the 1st Stage Vane which direct engine Gas as exiting the combustion chamber onto the 1st Stage Turbine Blades. Material: PWA655 Nickel Base. Dimensions: 18" DIA X 4" High. See Note(s) 22,26

ir mirele@logatel kelly.af.mil Send your E-Mail request to the POC (D-343 SN278776)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000

16-POWER SUPPLY, LIGHT SOL SPO470-99-Q-P145 DUE 012599 POC an

Buyer:Suzanne Angus, 804-279-5410; Contracting Officer: Patrick Finegan, 804-279-4949 NSN: 1680-01-420-0212: Nomenclature: Power Supply. Light: Configuration Control Applies; Manufacturer: Grimes Aerospace Co., Cage 72914: Part Number: 60-3281-5; Quantity: 5: Unit of issue: Each; Delivery To: Richmond, VA 140 Days ARO; FOB: Destination, Inspection Acceptance: Origin; Solicitations between $25,000-$100,000 will be made in writing. Unrestricted. Award will be made only if the ofteror, the product/service or the manufacturer meets qualification requirement at the time of award, in accordance with the FAR Clause 52-209-1 or 52-209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research,

the Government is not using the policies contained in Part 12, Acquisition 11 of Commercial Items, in its solicitation for the described supplies or

services. However, interested persons may identify to the Contracting Ollicer their interest and capability to satisty the Government's requirement with a commercial item within 15 days of this notice. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Contracting Office will accept requests for solicitations through facsimile. Fax Number: (804) 279-4005. Technical Data Package Availability: Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation.

http://www.dscr.dla.mil DSCR homepage click here to contact the buyer via e-mail (W-344 SN279219)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 16-CAM ASSEMBLY, LOWER E/1 F-18 AIRCRAFT POTENTIALLY MAZARDOUS CRITICAL APPLICATION ITEM SOL SP0740-97.0-3331 DUE 121898 POC Name: Vicky Fuller -Allen: Phone: 614-692-3899; Fax: 614-6926270 Solicitation Number: SP0740-97-0-3331 PR Numbers: YPC9802800-0133 and YPC97262-00-0696 and YPC98232-00-0412 All responsible sources may submit an offer/quote which shall be considered. See applicable note 26. NSN: 1620-01-135-8824 Cam Assembly, lower / 17-18 Aircraft. Part Number 74A450791-1001. Critical Application Item. Far requests for copies of this solicitation will not be accepted. This solicitation is available on the Internet at http://www.dscc dla mil/b/ na search.html. PR: YPC98028-00-0133 8-Each Deliver to N00244 NSC San Diego. CA 92132 Deliver 120 days after date of award. 134ach Deliver to W62G21 Sharpe Army Dep Lathrop, CA 95331 Deliver 120 days after dale of award. The Total Quantity of this PR is 21. PR: YPC98232-00-0412 14- Each Deliver to N00189 Fleet and Industrial Supply Center, Norfolk, VA 23511-3392 Deliver 120 days after date of award. 13--Each Deliver to N68836 Fleet and Industrial Supply Center, Jacksonville, Florida 32212-0097 Deliver 120 days after date of award. 25-{ach Deliver to W62G2T Distribution Distribution Region West Distribution Depot San Joaquin, Trans Office Building 330 CRP Lathrop. CA 95330 Deliver 120 days after date of award. The Total Quantity of this PR is 52 PR: YPC97262-000696 8-tach Deliver to N00189 Fleet and Industrial Supply Center, Norfolk, VA 23511-3392 Deliver 120 days after date of award. 8Each Deliver to N00244 Fleet and Industrial Supply Center, San Diego. CA 92132-5044 Deliver 120 days after date of award. 25- Each Deliver to W62621 Defense Distribution Region West. Lathrop, CA 95330-0130 Deliver 120 days after date of award. The total Quantity of this PR is 41 Specifications, plans or drawings are not available. This acquisition is for supplies for which the Government does not possess complete, unrestrictive, technical data: therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(c)(1). Approved sources is: McDonnell Douglas (Cage Code 76301) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery. past performance and other evaluation factors are described in the solicitation

codnet access.gpo.gov DSCC Solicitations on the Web (W-344 SN279295)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 28-VANE ASSEMBLY, TURBI SOL 982260032 DUE 012799 POC Point of Contact - Contact Point, David J Russial, 0232.21, (215)697-2557, Fax. (215)697-3161, Twi, Not-avail NSN 7R-2840-01-078-0083-NQ, Ref Nr 3029051, Qty 17 EA, Delivery FOB Origin, Approx Due Date 0/ A Jan 27 99- The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the http://www.navicp.navy.mil/prodserv/source/ source htm U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similiar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697- 4243. If your request for source approval is currently being evaluated at NAVICPP, submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/ or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVICP Commercial Item Identification Brochure and information regarding the Submission of Market Research Data is now available al: http://www.navicp.navy.mil/cii/ciibro.htm http://www.navcip.navy.mil/ cii/ciibro.htm See Note 26. Drawings are not available. Since this is a "source controlled" item, competition shall be limited to Pratt & Whitney, Canada., See Note 22 (ACAVI1208015-135) (1-343 SN278847)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-DUCT, ASSEMBLY BLEED AIR SOL SP0470-99-Q-P146 DUE 012599 POC Buyer: Suzanne Angus, 804-279-5410: Contracting Officer: Patrick Finegan, 804-279-4949 NSN: 1660-01-359-3141; Nomenclature: Duct. Assembly Bleed Air; Configuration Control Applies: Manufacturer: Boeing

Co., Cage 88277; Part Number: 17P8N 1002-505: Quantity: 4; Unit of · Issue: Each; Delivery To: Richmond, VA 155 Days ARO: FOB: Destination,

Inspection/Acceptance: Origin; Solicitations between $25,000-$100,000 will be made in writing. Unrestricted. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at the time of award, in accordance with the FAR Clause 52-209-1 or 52-209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained in Part 12. Acquisition of Commercial Items, in its solicitalion for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Contracting Office will accept requests for solicitations through facsimile. Fax Number: (804) 279-4005. Technical Data Package Availability: Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described n the solicitation.

http://www.dscr.dia.mil DSCR homepage

click here to contact the buyer via e-mail W-344 SN279237)

20 Ships and Marine Equipment

NAVAL INVENTORY CONTROL POINT-MECHANICSBURG, Code 846,

PO Box 2020, Mechanicsburg, PA 17055-0788 20-BEARING, STERN TUBE SOL N0010499RAB54 DUE 021099 POC Point of Contact Contact Point, Carol A Hall, 846:1c. (717)605-1770. Fax. (717)605-4863. Twx, Not, Contracting Officer, Janel C Machamer, 846.1, (717)605-2373 NSN 7H-2010-01-164-9846. SPEC NR TOP VER 004, Qty 1 EA, Deliver to Receiving Officer Fisc Norfolk Nortolk VA, Contract 100 percent Small Business Set Aside ----BASED UPON MARKET RESEARCH, THE GOVERNMENT IS NOT USING THE POLICIES CONTAINED IN PART 12, ACQUISITION OF COMMERCIAL ITEMS, IN ITS SOLICITATIONS FOR THE DESCRIBED SUPPLIES AND SERVICES. HOWEVER, INTERESTED PERSONS MAY IDENTIFY TO THE CONTRACTING OFFICER THEIR INTEREST AND CAPABILITY TO SATISFY THE GOVERNMENT'S REQUIREMENT WITH A COMMERCIAL ITEM WITHIN 15 DAYS OF THIS NOTICE. (ACNSPCC1208016-020) (1-343 SN278858)

Naval Inventory Control Point - Hechanicsburg. Code M2522, PO

Box 2020, Mechanicsburg, PA 17055-0788 20-COMMERCIAL REVERSE OSMOSIS UNIT SOCN00104-99-E-D001 DUE 020199 POC Nick STELLHORN (717) 605-1457 Notes 22 and 26 apply: Parts include Desalinator, Flowmeter, carbon filter. Manufactured by Village Marine Tec., Gardena, Ca. (CAGE 62144). Complete data is not available. Notice is given that specifications, plans, or drawings relating to the items described are not available and cannot be furnished by the Government

Nicholas D Stellhorn@icpmech, navy.mil (W-344 SN279156)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 28-BLADE, TURBINE ENGINE SOL DAAH23-99-0-0225 DUE 012999 POC Ruth Jackson, Contract Specialist. 256-955-9195, Eugene Walton, Contracting Officer, 256-955-7761 17. Noun: Blade, Turbine Engine, NSN: 2840-01-337-6789, P/N: 1-100-563-01, Quantity: 17,354 each. with a 100% oplion requirement, Applicable to the T-53 Engine, FOB Origin to New Cumberland, PA 17070, Stockton, CA 95296, and Texarkana, TX 75507. Required delivery is 554 each 365 DACA, 800 each per month for next 21 months. This procurement requires prequalification. This item is a Flight Sately part which requires Engineering Testing. All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1, only one source or only a limited number of responsible sources. This proposed contract action is for supplies for which the government does not have specifications and drawings to permit full and open competition. Approved source is Allied-Signal Inc., Phoenix, AZ 85072. The time required for approval of new suppliers is such thal award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations. Intormation on meeting of qualifications

25 Vehicular Equipment Components

Defense Supply Canter Columbus, PO Box 16595, OSCC-PBAB,

Columbus, OH 43216-6595 16_FEAR BEVEL SOL SPO74099R3012 DUE 020199 POC Connie Giggi 514-692_4719 Fax 692–4645 NSN 3020-01-130-2980, GEAR, LEVEL LAD 52.246-9004, PRODUCT VERTIFICATION TESTING, APPLIES. THIS LAUSE IS A GOVERNMENT OPTION THAT CAN ONLY BE UNVOKED UPON HE COGNIZANT CONTRACT ADMINISTRATION OFFICE NOTIFYING THE ONTRACTOR THAT PVT SAMPLES ARE TO BE SELECTED. CRITICAL APPU

Detonse Supply Center Columbus, PO Box 16595, DSCC-PBAB,

Columbus, OH 43216-6595 25-SLEEVE, SLINDING, MECH SOU SPO7509991760 DUE 011399 POC For Info Only_Sarah Heyward (614) 692-1054 Solicitation not avaialde

can be obtained from AMCOM, ATTN: AMSAM-AR-E-I-F-S. Subject to Availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAM-AC-AL-E, Ruth Jackson, Contract Specialist, on 256-955-9196. Numbered Note(s) 22 and 26 apply. (W-344 SN279045)

Item Identification Brochure and information regarding the Submission of Market Research Data is now available at: http://www.navicp.navy.mil cii/ciibro.htm http://www.navcip.navy.mil/cii/ciibro.htm . See Note 26. Drawings are not available. Since this a "source controlled" item, competition shall be limited to (03350) GE Supply Co. See Note 22 (ACAVI1210020-146) (1-344 SN279160)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg.

4488, Radstong Arsenal, AL 35898-5280 28—CARRIER ASSEMBLY SOL DAAH23-99-0-0226 DUE 012999 POC Ruth Jackson, Contract Specialist, 256-955-9195, Eugene Walton, Con. tracting Officer, 256-955-7761 17. Noun: Carrier Assembly. NSN: 2840. 01-458-8639, P/N: 1-070-220-10, Quantity: 180 each, with a 100% option requirement, Applicable to the T-53 Engine, FOB Origin to Corpus Chrisiti, TX 78419. Required delivery is 30 each 240 DACA, 25 each Der month for next 7 months. This procurement requires prequalification. All responsible sources may submit a proposal which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302-1, only one source or only a limited number of responsible sources. This proposed contract action is for supplies for which the government does not have specifications and drawings to permit full and open competition. Approved source is Allied-Signal Inc., Phoenix, AZ 85072. The time required for approval of new suppliers is such that award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for future solicitations, Information on meeting of qualifications can be obtained from AMCOM, ATTN: AMSAM-AR-E-I-F-S. Subject to Availability of funds. No telephone requests will be accepted. You may fax your request ATTN: AMSAM-AC-AL-E, Ruth Jackson, Contract Specialist, on 256-955-9196. Numbered Note(s) 22 and 26 apply. (W-344 SN279051)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 28—CASE, AFTERBURNER SOL 983100058 DUE 012999 POC Point of Contact Contact Point. David Russial, 0232.21, (215)697-2557, Fax. (215)697-3161, Twx. Not avail. Contracting Officer, Charles J Farrell, 0232.03. (215)697-2572 NSN 7R-2840-01-142-8815-IN. Ref Nr 6045738G03, Qty 10 EA, Delivery FOB Origin, Approx Due Date 0/ A Jan 29 99- The subject item requires Government source approval prior to contract award, as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detaited in the http://www.navicp.navy.mil/prodserv/sourcel source.htm U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identifies technical data required to be submitted based on your company's experience in production of the same or similiar item. or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697- 4243. Il your request for source approval is currently being evaluated at NAVICPP. submit with your offer a copy of the cover letter which forwarded your request for source approval. Offers received which tail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note. if evaluation of a source, approval request submitted hereunder, cannot be processed in time and/ or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. The NAYICP Commercialllem Identification Brochure and information regarding the Submission of Market Research Data is now available at: http://www.navicp.navy.mil/ciiciibro.htm http://www.navcip.navy.mil CH/clibro.htm. See Nole 26. wing are not available. Since this is a source controlled item, competition shall be limited to GE-Lynn.. See Note 22 (ACAVI 210020-147) (1-344 SN279161)

proposal, or quotation which shall be considered. Award will be made only if the olteror, the product/service, or the manufactuer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additanal information can be obtained concerning qualification requirements as cited in each individual soticitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the finis) listed Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation Note: An Ombudsman has been appointed to hear concerns from ellerers or potential Offerors during the proposal development phase of the acquisition. The purpose of the Ombudsman is not to diminish the authos ity of the program director or contracting officer, but to come nicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombuds. man will maintain strict confidentiality as to source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are inded to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA. Tinker AFB, OK 73145-3015, FAX NUMEEN (405)739-5411. Electronic address for solicitation: www.tinker)contracting.com/pkbizops/PKZMLPDPALPDP.htm See Note (s) 25. (1-344 SN279262)

Ú.S. Army Aviation and Missile Command, Acquisition Conter, Bldg

4488, Redstone Arsonal, AL 35898-5280 28—NOZZLE TURBINE, TURB, NSN:2840-01-324-4511, P/N:6058T13/ 608, QUANTITY:20 EACH WITH 100% OPTION SOL DAAH23-99-P-0165 DUE 020599 POC Point of contact is Edgar F. Sanchez. AMSAM-ACAL-E. Contract Specialist, 1256)955-9191, Marsha Flakes, Contracting Officer, (256)955-9187 NSN: 2840-01-324-4511, P/N: 6058113/G03, Quantity: 20 each with 100% option, Applicable to the 1-701 Turbine Engine. The Government intends to award a firm fixed Price Contract with a 100% option. Delivery will be FOB Origin to: RedRiver Army Depot, Texarkana, IX. This procurement requires pre-qualification. All responsible sources may submit a proposal, which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302, Only One source or Only a limited number of responsible sources. Approved sources are: General Electric Co. Only approved Sources will be considered for award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for Future Solicitations IAW the instructions contained in section 1 of the Solicitation. Information on meeting qualitication may also be obtained from AMCOM: ASAM-AR-E---F-S, subject to availability of funds. No telephone request will be accepted. You may fax your request ATIN: AMSAM-AC-AL-E, Edgar F. Sanchez, Contract Specialist, on (256)-953-9196, Numbered Note(s)22 and 23 apply. ***** (W-344 SN279092)

Commander, Naval Air Systems Command (Code 2.3), Patuxent

Naval Air Station, Bldg 2272, Lexington Park, MD 20670 28- VH HELICOPTER 1-700 ENGINE COMPONENTS SOL na POC AL Hill, Air-2.3.2.7.2, (301) 757-5232 The Naval Air Systems Command intends to contract with General Electric Aircraft Engines (GEAC) for the procurement of 1-700 low stress rotor and gas generator turbine engine components. GEAC is the only known firm with the knowledge. experience and adequate technical data capable of providing the engine components within the required timelrame.

none none hilla@navam navy.mil (W-344 SN279093)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg

4488, Redstone Arsenal, AL 35898-5280 28-DUCT, TURBINE, CUTER, NSN: 2840-01-230-6971,"P/N: 6038788/ PO4, QUANTITY:25 EACH WITH 100% OPTION, SOL DAAH23-99-0-0142 DUE 020899 POC Point of contact is Edgar Sanchez, 1256) 955-9191, AMSAM-AC-AI-E, Marsha Flakes, Contracting Officer, (256)955-9187 NSN 2840-01-230-6971. P/N 6038T88/P04, Quantity: 25 with 100% option. Applicable to the 1-700 The Government intends to issue a Firm Fixed Price contract with 100% option. FOB Destination to: XU Trans Olc, Red River Army Depot, Texarkana, 1X 75507-5000 Required Delivery with first article Testing is 5 Each. 300 DACA, and 10 each per month thereafter, first article test report due 258. DACA Required delivery without first article test is 5 each 270 DACA, and 10 each month after completion. This Procurement requires pre-qualification. All responsible sources may submit a proposal, which shall be considered by the agency. Justification for other than full and open competition is FAR 6.302. Only One source or Only a limited number of responsible sources. This requirement is restricted to the following approved sources: General Electric Co. and Walbar Inc.. Only approved Sources will be considered for award. The time required for approval of new supplies is such the award and delivery cannot be delayed pending approval of a new source. Firms are encouraged to seek source approval in order to compete for Future Solicitations, Information on meeting qualification may also be obtained from AMCOM AMSAM-AR-E-1-F-S, subject to availability of funds. No telephone request will be accepted. You may Fax your request AIIN: AMSAM-AC-AL-E. Edgar Sanchez. Contract Specialist, on (256)955-9196, Numbered Note(s) 23 and 26 apply. (W-344 SN279209)

Oc-Alc/Dir Of Contracting. 300] Staff Dr Ste lag76a, Tinker Air

Force Base, OK 73145-3015 28-DISK 14 STAGE SOL F34601-99-R-49446 DUE 012899 POC fare copy. OC-ALC/PKXDA TINKER AFB OK 73145-3015, for additional inom tion contact Dean Sparkman/Lodpa (405)739-5475 Item 0001 NSN 2048 00-799-0114RV P/N: 702414, Disk Compressor Rotor 14th stage Wate predominately of stainless steel. Precision machined with equally soket Serrations to retain 81.compressor blades. Blades slots are &0393 Dim. 24,5 ins OD XI in thick. Material: Stainless steel function retains 85 compressor blades. 124EA. Applicable to: 1133-P3/103.6520 Destn: Tinker Air Force Base, OK 73145-3015. Delivery:26 Feb 19 124 ea Qualification requirements: Sources must be qualified pret to being considered for award. The solicitation will contain instructees for obtaining further information on this requirement. The qualitçalo requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR.9.202(A) do oot apply. These quaklicate requirements apply to line item(s) 0001 The approximate issue/respez date will be 29 DEC 1998. To: United Technologies Corp, East Hartier CT 06118-1888. No telephone requests. Only written or fared represents received directly from the requestor are acceptable. All response sources solicited may submit a bid, proposal, or quotation which shal be considered. Authority: 10 U.S.C. 2304(0)0). Justification: Swacie (or Services) sequired are available from only one or a limited number of responsible source(s) and no other type of supplies or serre will satisfy agency requirements. The proposed contract action is supplies and services for which the Government intends to solat di negotiate with only one, or a limited number of sources under the authority.of. FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit propese This notice of intent is not a request for competitive proposals. Penki. all proposals received within forty five-days (thirty days ils issued under an existing basic ordering agreement) after date of pubice tion of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based 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. Axel will be made only if the offeror, the product service, or the manufacturing meets qualification requirements at the time of award in accorti? with FAR clause 52.209-1. The solicitation identifies the office weet additional information can be obtained concerning qualification test ments as cited in each individual solicitation. It is suggested small business firms or others interested in subcontracting emporterade in connection with the described procurement make contact with me firmis) listed Note: While price will be a significant factor in the evaluation of others, the final contract award decision may be based upon a combination of price and past performance factors as del in the sohcitalion. Note: An Ombudsman has been appointed to best concerns from olterors of potential Otterors during the proposal develop ment phase of this acquisition. The purpose of the Ombudsman 6 not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government persente. *** requested, the Ombudsman will maintain strict coalidentiality ** source of the concern: The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3773 6 NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: fed solicitation requests can be submitted to OC-ALCAPKXDA, Iader 198 OK 73145-3015, FAX NUMBER (4051739-5411. Electronic address to solicitation: http://www.tinker contracting.com/plbizoos/PR API LPDP.htm See Note (s) 26. (1-344 SN279264)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 28-SPRAYBAR, FUEL AUGME SOL NO0383990M066 DUE 011999 POC Point of Contact Contact Point, David J Russial, 0232.21, (215)697. 2557, Fax. (215)697-3161, Twx, Not-avail NSN 1R-2840-01-316-7179. XN, Ref Nr 5054M72606, Qty 302 EA, Delivery FOB Origin- The subject item requires Government source approval prior to contract award. as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and open competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the http://www.navicp.navy.mil/prodserv/source/source.htm U.S. Navy Aviation Supply Office Source Approval Information Brochure. This brochure identities technical data required to be submitted based on your company's experience in production of the same or similiar item, or if this is an item you have never made. This brochure can be obtained by calling NAVICP-P at (215) 697- 4243. Il your request for source approval is currently being evaluated at NAVICP-P. submit with your offer a copy of the cover letter which forwarded your request for source approval. Ollers received which tail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, il evaluation of a source approval sequest submitted hereunder cannot be processed in time and/ or approval requirements preclude the ability to obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. The NAVICP Commercial

Oc-Alc/Dir Of Contracting, 3001 Staff Dr Ste lag16a, Tinker Air

Force Base, OK 73145-3015 28-INNER RING SOL F34601-99.0-49454 DUE 012899 POC For copy. OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information contact Chris Mcmillan/Lodpb/4051739-5387 Item 0001 NSN 2840-01199-0545PR P/N: 5054M78603, Inner ring of the flameholder, which positions the llame in the exhaust nozzle. Matl: AMS 5608 & AMS 5801, Inner gutter ring for F110-100/129 engines. 132ea. Applicable to: F110ge100. Desin: Tinker Air Force Base. OK 73145-3015. Delivery:30 Nov 1999 132 ea Qualification requirements: Sources must be qualified prior to being considered for award, The solicitation will contain instructions for obtaining further information on this requirement, The qualitica. tion requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. These qualification requirements apply to line item(s) 0001 The approximale issue/response date will be 29 DEC 1998. The anticipated award date will be 30 Mar 1999. Writien procedure will be used for this solicitation. To: General Electric COAircralt Engine, Cincinnati OH 45215-6301. TO: Gentz Industries Inc, Warren MI 48089-2624. To: Electro-Methods Inc, South Windsor CT 06074-0054. lof Turbocombustor Technology Inc, Stuart FL 34997-0000. First article test required. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid,

Oc-Atc/Dir 01 Contracting. 3001 Staff Dr Ste lag 762. Tinhar din

Force Base, OK 73145-3015 1, 28-LINER STG 2 SOL F34601-99-R-49456 QUE 012199 ABC ip copy. OC-ALC/PKXDA TINKER AFB OK 73145-3015, for additional infort fion contact Chris Mcmillan/Lipdpb/(4053739-5387 ilem 0001 SN 2842 01-146-56371€ P/N: 9512M]4PO1, PN 9550M 15G06, F101AITO ME !! F16 aclt, funt: item acts to help direct ait through the CTP1838 and to keep compressor blad lips from rubbing the stator case. Mater's