When wearing the black jacket in uniform The zipper should be closed up to what minimum position?

Try the new Google Books

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

When wearing the black jacket in uniform The zipper should be closed up to what minimum position?


Page 2

submit a proposal which shall be considered by the agency, however 1999. Request bid invitation by letter to the address above. (W-345
a small business set-aside will be invoked in a sufficient number SN279696)
of applications are received from qualified small businesses. Estimated
solicitation issue date is Feb 99. A pre-proposal conference will be
scheduled on about Feb 99 at the AERTS Newscenter, Fantax, Virginia.

U.S. Government Printing Office, Attn: Bid Section, Room B104,
To be eligible to receive an award resulting from this solicitation, Stop: PPSB, North Capitol & N Streets, NW, Washington, DC 20401
contractor must be registered with the Central Contractor Registration 1- MARGINALLY PUNCHED CONTINUOUS FORMS SOL Program Al 1026-
(CCR) database. NO EXCEPTIONS. In order to register, you may apply M POC Bruce Plumb, 202-512-0319 Multiple award term contract for
through the internet at "http://ccredi disa.mil", you must include your the period 04-01-99 to 09-30-99. Carbon interleaved and chemical
Dun & Bradstreet (DUNS) number in order to apply. All responses transfer marginally punched continuous forms. Approximately 20 orders
to this notice should make reference to Request for Proposal number: per month of I to 6 parts per form with a minimum of 1,000 forms
NEWSCENTER, Point of contact in this office is Janet Janes, (916) per order, Various sizes of stock and custom forms. Operations include
543-0322. or e-mail: . (W-345 SN2796427

composition, film making, proofing, printing, perforating, punching, collat-
ing, packing and distribution. Copy pickup in Washington, DC. Quality

level IV. Bid opening anticipated during the month of February. 1999. U.S. Government Printing Office, Attn: Bid Section, Room B104, Request bid invitation by letter to the address above. (W-345 SN279697)

Stop: PPSB, North Capitol & N Streets, NW, Washington, DC 20401 1-BOOKS SOL Program B 442-S POC Stuart M. Spence, (202) 512

U Education and Training Services 1044 Single award term contract for the period 05-01-99 to 04-3010. Pamphlets, 8-112 x 11" text with selfcover, printing in blue ink and paste on fold or saddle-wire stitch. Anticipating 1 to 2 orders Department of the Treasury, Bureau of Engraving and Printing. er month for 500 to 17,000 copies of 4 to 16 pages per order, Office of Procurement, 141h & C. Streets, SW, Washington, DC, Iperations include film making, printing, binding, and distribution. Copy 20228 ackup in the Washington, DC area. Quality tevel Ill. Bid opening anticipated

U-INSTRUCTOR IN ELECTRONIC PREPRESS SOL RFQ-48-1202 DUE uring the month of March, 1999. Request bid invitation by letter

121898 POC Denise Kelly, Purchasing Agent, Phone (202) 874-3138. o the address above. (W-345 SN279688)

Fax (202) 874-3135, Email denise kelly@bep treas.gov- Pamela Switzer,

Sup. Contract Specialist/Contracting Officer. Phone (202) 874-3236, fax U.S. Government Printing Office, Attn: Bid Section, Room 104,

(202) 874-2200. Email pamela switzer@bep treas.gov The purpose of Stop: PPSB, North Capitol & W Streets, NW, Washington, DC 20401

this notice is to notify the Bureau's intent to exercise the (1st) first

option year period with Bozek Desktop. Inc., for an instructor in Electronic 1-BOOKS SOL Program B442-S POC Stuart M. Spence, (202) 512

Prepress to provide Technical Support and Training Services. This 044 Single award term contract for the period 05-01-99 to 04-30.,

requirement was previously announced in the CBD on January 14, 0. Pamphlets, 8-1/2 x 11" text with sellcover, printing in blue ink

1998. (Submission No 158270). The resulting purchase order will not nd paste on fold or saddle-wire stitch. Anticipating 1 to 2 orders

exceed the simplified purchase threshold. The procedures set forth ger month for 500 to 17.000 copies of 4 10 16 pages per order.

in FAR Part 13.106-3 shall be used. If you have any further questions, Derations include film making, printing. binding, and distribution Copy

Please

contact Denise Kelly at (202) 874-3138 or e-mail ckup in the Washington, DC area. Quality level III. Bid opening anticipated

denise kelly@bep treas.gov or pamela Switzer@bep treas.gov uring the month of March, 1999. Request bid invitation by letter the address above. (W-345 SN279690)

http://eps.arnet govicgi-bin/WebObjects/EPS?ACode=P&ProID=RFQ48-1202&LOCID=142 Visit this URL for the latest information about

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

gov Denise Kelly (D-344 SN279325) Stop: PPSB, North Capitol 2 H Streets, NW, Washington, DC 20401 T-MICROFICHE SOL Program B354-S POC Stuart M. Spence, (202)

99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 12-2044 Single award term contract for the period 05-01-99 10 04

89191-7063 1-00. Microfiche produced from furnished books and microfiche. Antici

U-CHILD AND INFANT CPR, FIRST AID, AND RESCUE BREATHING Ating up to 10 orders per week with an average of 6 orders per

TRAINING AT CHILD DEVELOPEMENT CENTERS 1 & 2, NELLS AFB, zek for 100 to 1300 diazo microfiche produced from 2 silver intermediate

NV SOL F26600-99-00229 DUE 121698 POC Darryl J. Denis, Contracting icrofiche. Operations include inspection and preparing microfiche titles,

Specialist. (702) 652-2099, Fax (702) 652-5405 Descuption: This is ripping headers onto microfiche, producing magnetic diskettes, duplicat6. collating. postage metering, generaling mailing labels and shipping

a combined synopsis/solicitation for commercial items prepared in accordis,retrieving data from GPO's FTP internet site, complaints fulfillment

ance with the format in FAR Subpart 12.6, as supplemented with

additional information included in this notice. This solicitation is reserved id distribution. Copy pickup in the Washington, DC area. Bid opening iticipated during the month of March, 1999. Request bid invitation

for small business concerns orly. This announcement constitutes the letter to the address above. (W-345 SN279691)

only solicitation; request for proposal (RFP) and a written solicitation
will not be issued. This solicitation (126600-99-00229) is issued as

a Request for Quotation (RFQ). The solicitation document and incorporated U.S. Government Printing Office, Attn: Bid Section, Room B104,

provisions and clauses are those in ellect through Federal Acquisition Stop: PPSB, North Capitol & N Streets, NW, Washington, DC 20401

Circular 97-05. The SIC for this solicitation is 8331. The item description

is non-personal service to provide all labor, equipment, tools, material, I MICROFICHE SOL Program B532-S POC Stuart M. Spence, (202)

supervision, transportation and other necessary items to perform the 2-2044 Single 'award term contract for the period 05-01-99 to 04.

following: an-site training for pediatric and intant Cardiopulmonary Resus100. Microfiche produced from furnished books and microfiche. Antici

citation, First Aid, and Rescue Breathing Training will be conducted iting up to 10 orders per week with an average of 5 orders per

for employees and volunteers at the Child Development Center (CDC) zek for 300 to 900 diazo microfiche produced from an average of

Bldg. 601. 5690 Rickenbacker Rd., Nellis AFB, NV 89191-7053, to 3 silver intermediate 'microfiche. Operations include inspection

and COC 2, Bldg. 600, 4207 Outler Dr., Nellis AFB, NV 89191-7053, id preparing microfiche titles, stripping headers onto microfiche, produc

located 7 miles north of Las Vegas on Highway 93. The commercial & magnetic diskettes, duplicating, collating. postage metering, general

service provider shall train students in accordance with commonly accept& mailing labels and shipping lists,retrieving data from GPO's FIP

ed commercial practices and provide all expendable supplies and accesternet site, complaints fulfillment and distribution Copy pickup in

sories, training materials, audio-visual aids, and training aids. CDC e Washington, DC area. Bid opening anticipated during the month

1 & 2 Training and Curriculum Specialists will schedule classes with March, 1999. Request bid invitation by letter to the address above.

the service provider. All classes will be scheduled at least one week 1-345 SN279692)

prior to class start date and will be held on Saturdays. but may
be held during normal work week. Classes must be completed in one

(1) day. Class sizes for CDC 1 & 2 will range from five (5) to fifteen V.S. Government Printing Office, Attn: Bid Section, Room B104,

(15) students. Training will include a certification card to be carried Stop: PPSB, North Capitot I'N Streets, NW, Washington, DC 20401

by the student, and be valid for a minimum of one (1) year. Ofterors I-MICROFICHE SOL Program B562-S POC Stuart M. Spence, (202)

will provide price quotes on the following items: Base Period, I JAN 12-2044 Single award term contract for the period 05-01-99 to 04- 99 30 SEP 99: CLIN 0001AA Individual Training for 120 students 0-00. Microfiche produced from furnished books and microfiche. Antici- a year at CDC 1: CLIN 000 LAB Individual Training for 180 students aling up to 5 orders per week with an average of 3 orders per a year at COC 2. Olierors will also quote on the following services eek for 300 to 800 diazo microfiche produced from an average of for four (4) additional option years. Option year one (1). 1 OCT 99

to 2 silver intermediate microliche. Operations include inspection 30 SEP 00: CLIN 0002AA Individual Training for 120 students a year nd preparing microfiche titles, stripping headers onto microfiche, produc- al CDC I; CLIN 0002AB Individual Training for 180 students a year & magnetic diskettes, duplicating. collating, postage metering, general- at CDC 2. Option year two (2), 1 OCT 00.30 SEP 01: CLIN 0003AA & mailing labels and shipping lists.setrieving data from GPO's FTP

Individual Training for 120 students a year at CDC I: CLIN 0003AB ternet site, complaints fulfillment and distribution. Copy pickup in Individual Training for 180 students a year at CDC 2. Option year Washington, DC area. Bid opening anticipated during the month

three (3). I OCT 01 30 SEP 02: CLIN 0004AA Individual Training March, 1999. Request bid invitation by, letter to the address above.

lor 120 students a year at CDC I; CLIN 0004AB Individual Training V-345 SN279693)

for 180 students a year at CDC 2. Option year four (4), I OCT 02 30 SEP 03: CLIN 0005AA Individual Training for 120 students a year

at COC 1; CLIN 0005AB Individual Training for 180 students a year U.S. Government Printing Office, Aitn: Bid Section, Room 8104,

at CDC 2. Quotations should be firm foed price that includes all Slop: PPSB, North Capitol & H Streets, NW, Washington, DC 20401

costs necessary to perform the service. The provision at FAR 52.212I-MAGNESIUM PRINTING PLATES SOL Program A15-S POC Josephine 1. Instruction to Ollerors-Commercial, applies to this solicitation. The evage, 202-512-0455 Single award term contract for the period 04- clause at Far 52.212-2: Evaluation of Commercial items, applies to 1-99 to 03-31-01. Magnesium-plates, 1/2 * 1/2" to 12 x 19“. Anticipate - this solicitation, Award will be made to the responsive, responsible

orders per year for 1 to 15 plates per order. Copy pickup in offeror whose otler represents the best value to the Government based ashington, DC. Bid opening anticipated during the month of February. in technical capability, price and potporne The following Clauses

apply to this solicitation: FAR 52.217-5 Evaluation of Options in Solicitations; FAR 52.217-9 Options to Extend The Term of the Contract; FAR 52.232-19 Availability of funds of the Next Fiscal Year. The government will evaluate options for award purpose by adding the total price of the option year to the total price for the basic requirement for the total two-year period. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the options. The Government may extend the term of this contract by written notice to the contractor within 30 days of the expiration of the contract, provided that the Government shall give the contractor a preliminary notice at least 60 days before the contract expires., The preliminary notice does not commit the Government to an extension. If the government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract including the exercise of any options under this clause shall not exceed 58 months. Prices to the government shall be as low as or lower than those charged to the contractor's most favored customer, in addition to any discounts for prompt payment. Work pera formed shall consist of all training required during the terms of the contract. The service shall be available at the designated times as scheduled by authorized CDC personnel, except in circumstances beyond the provider's control. In all cases of service non-availability, the service provider will contact the Governments Representative not less than 24 hours in advance. The Gov. Rep. is the primary individuai designated. to participate in the administration of this contract to insure that contractor's compliance with its technical requirements, including inspection and acceptance of the service for the government at the performance sites. For this service agreement the Gov. Rep. is the Training and Curriculum Specialists at CDC 1, (702) 652-9730 & COC 2.. (702) 652-5885. Work performed shall be in accordance with accepted cordmercial practice as shall all functions outlined in the service provider's service contract. The service provider shall be responsible for maintaining current training materiais in accordance with commonly accepted medical procedures. A work day shall be construed as the normal eight (8) hour work day of the ordering agency within a work week, Monday through Friday, except federal holidays. Normal work hours for Nellis AFB, NV are 7:30 AM–4:30 PM. This contract prescribes Saturday classes during normal work hours. Personnel authorized to request. receipt for service calls: Only CDC 1 & 2 Training and Curriculum Specialists are authorized to place calls/ to inspect and accept the, vendors work. Only the Contracting Officer can obligate the government. Authorized representatives may represent the government only to the extent authorized in writing. The Government will not be responsible for calls placed by individuals other than those authorized by the Contracting Officer. Water, electricity, and audio-visual equipment are available at the job site and may be utilized by the contractor, at no cost, in quantities necessary to perform the work herein. Training provider is required to submit a service call report. Their service ceport must be prepared to verify the performance of training calls. The report must include the name of the person performing the service; class taught, number of students taught, date and signature of the authorized COC 1 & 2 personnel, and the contract number. The Contractor

1 assumes full responsibility for damage done to government property during performance of this purchase order. Removal of any government owned property from Nellis AFB, NV is not authorized. FAR 52.2464 Inspection of Services Fixed price (Aug 1996) applies to this solicitation and subsequent award. The contractor's invoice shall show: Contract Purchase Order Number; Billing Period; AmountName of Service; Service History for the Billing Period. Invoices shall be sent to: Child Development Center (CDC) I, Bldg. 601, 5690 Rickenbacker Rd., Nellis AFB, NV 89191.7053, and CDC 2, Bldg. 600, 4207 Dutler Dr., Nellis AFB, NV 89191-7053 for services performed at each location. Permission for contractor personnel and vehicles to enter the installations is subject to the approval of the Security Police. Request for vehicle & ID passes will be submitted to 99 CONS/ LGCY., Il must contain name, social security number and two photo 10 of the individual(s) and makel model/year/color and license number of vehicle, The clause at 52.2123 Olleror Representations and Certifications-Commercial Items, applies to this solicitation. Offerors who fail to submit a completed Representations and Certification may be considered non-responsive. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial items applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: Far 52.222-3 Convict Labor, Far 52.233-3 Protest Alter. Award, FAR 52.222-37 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, Far 52.222-36 Atfirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era, and FAR 52.222-42 Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of S USC 5341 or 5332. The following clause also apply to this solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, OFARS 252.204-7004 Required Central Contract Registration, DFARS 252.232-7009 Payment by Electronic Funds Transfer. for solicitations after 1 Jun 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning FAR clauses can be obtained at http://larsite hill.al.mil. A copy of the combined synopsis/solicitation, wage determination, Representations and Certifications. Bid Schedule, and FAR 52.212-3 are located at the 99th Contracting Squadron Homepage http://www.nellis.al.milunits/99cons. Contact Contracting Specialist. SSgt. Darryl Denis (702) 652-2099 or


Page 3

Issue No. PSA-2242; Tuesday, December 15, 1998

award will be made all or none. OFFERS DUE TO THIS OFFICE NLT 31 DECEMBER 1998. FAX your quote to SSgt Charles Smith at (210) 977-3945. If you have any questions please feel free to call me at (210) 977-2821 ext. 220.

csmith@668-1s. aia al.mil CLICK HERE TO CONTACT THE POC VIA E-, MAIL (W-345 SN279694)

e-mail , mil for information regarding this combined synopsis/solicitation. Telephone requests will be accepted. For contractors accessing the solicitation through the Internet, amendments will be posted on the effected solicitation page. In addition, it is their responsibility to check the 99th Contracting Homepage and CBD daily for any amendments that are issued. A solicitation package will be available for review at the contracting office. The solicitation will be available for downloading and viewing on the Internet, reference the provided site address. Required Central Contractor Registration: for solicitation (and resultant awards) issued after 1 June 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database. In order to register, the contractor must have a DUNS# (available @ (800) 333-0505). Registration via Internet at http:// ccredidis, mil takes approximately 48 hours, all other methods take approximately 30 days. Quotes must be submitted in writing, signed and dated, to the 99th Contracting Squadron/LGCV, Attn: SSgt. Denis, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 or by fax to (702) 6525405. Faxed quotes are acceptable. Offerors are reminded to include Representations and Certifications document, Tax Identification #, and DUNS #. All responsible sources may submit a quote, which if timely received will be considered by this agency. Defense Priorities and Allocations System (DPAS) assigned rating: DO S10. Otters are due no later than close of business 4:30 PM (PST) on 16 December 98. Wage Determination No. 94-2331 Rev (11) Area: NV, Las Vegas, will be applied to this contract after resulting award.

http://www.nellis.at.mil/units/99cons Nellis Contracting Homepage , mil E-mail Address (W-344 SN279382)

and highest quality performance is anticipated. Acceptable Heets a solicitation requirements. Complete and comprehensive: uremplifies and understanding of the scope and depth of the task requirements and the proposer's understanding of DEA's requirements.

Unacceptable plant Proposal has deficiencies and/or gross omissions which make it lest than acceptable; failure to understand the extent the scope necessar to perform the required tasks:' failure to provide a reasonable logo good approach to fulfilling DEA's requirements: failure to meet personeel en requirements in the solicitation, Quoters shall include a compete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications. Commercial Items, with its written quotation. The provision 10 FAR 52.212.4. "Contract Terms and Conditions - Commercial flense applicable to this acquisition. The provision at FAR 52-212-5. Tonte pa Terms and Conditions Required to implement Statutes o treceresSol Orders-Commercial Items” (tailored) apply to this acquisition: all 12 (a)(2). (b)(7), (b)(8), (b)(9), (b)(10). (c) (1) and (c) (2). A written Quotation must be submitted by January 20, 1999 to LaNorma Hopes, Drug Enforcement Administration, Office of Acquisition Manage meni, 700 Army Navy Drive, Arlington, VA, 22202. All parcels nos be clearly marked “RFQ #DEA-99-R-0009". Offerors must make an alleen heel live statement that their signed quote is valid for 60 days from the date of their quote. All responsible sources may submit a quote #ch 11 will be considered by the agency. No telephone or facsimile quotas un will be accepted.* (1-345 SN279699)..

Directorate of Contracting, 00-A1c 6050 Gum Land/Bidy 1715,

Hill Air Force Base, UT 84056-5825 0–6:130 ATS SOL F42630-99-R-20262 01

poC for copy, kas Rasmussen/LIKA/18011777-2621, for additional information contacto L. Rasmussen/Likt/18011771-2627 Amended. Add the following statement There is a chance that Dobbins ARB will become a formal Tree Unit (FTU).

http://contracting hill.al.mil/iipso/ilpsohom.html Click here to obtami view solicitation

RASMUSSR@HILLWPOS. HILL AF MIL Click Here to E-mail Buyer ***** (1-345 SN279712)

Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn

Station, Arlington, VA 22219-0244 U-SECURITY DRIVERS TRAINING SOL S-OPRAQ-99-R-0035 DUE 021699 POC Raymond W. Bouford, 703-875-6068. Contracting Specialist; Benita D. Williams, 703-875-5429, Contracting Officer The U.S. Department of State, Bureau of Diplomatic Security, has a requirement for defensive driver training services. The contractor must provide an adequate training facility which allows true-to-lite vehicle attack scenanos to be enacted. The services include: instructors, classrooms, instructional materials, fining and explosive ranges, and sufficient vehicles to conduct the training. The training facility shall be within an 80 mile radius of the U.S. Capitol building to allow for the participation of area department agents in attack scenarios. The government anticipates award of a Indefinite Delivery, Indefinite Quantity (IDIQ) contract for one base year and four priced-out option years. Interested firms must submit a written request for RFP S-OPRAQ-99-R-0035 to the procurement office with this notice. Telefax requests are also acceptable on (703) 875-5272. Release of solicitation is on or about January 15, 1999. No telegram and telephone requests will be honored. All responsible sources may submit an offer which will be considered. ***** (W-345 SN279504)

U Education and Training Services - Potential Sources Sought

3 305 Contracting Squadron, 3563 Lancaster Avenue, Mchuire NFB.

NI 08641-1712 U-COMPRESSED NATURAL GAS COURSE INSTRUCTOR SOL F2362 1713 99QV023 DUE 121898 POC SIA Michael Dernos, (609) 724-4730 lestrede required to provide training for eight (8) individuals.00 Compresse Natural Gas System Application and Diagnostic Methods Program Neramente 2.0). Training to be performed at McGuire AFB, NJ 08641. PE c I performance may be adjusted to suit contractor schedule. Quota Bs due date is 18 DEC 98. PLEASE FAX REQUESTS FOR QUOTA DE TO (609) 724-4677, (W-344 SN279321)

Drug Enforcement Administration, Office of Acquisition Management,

700 Army Navy Drive, Arlington, Virginia 22202 U-DEVELOPMENT OF TEACHING KS SOL DEA-99-R-0009 POC LaNorma Huggins-Hopes, Purchasing Agent, (202) 307-7825 DEVELOPMENT OF TEACHING KITS 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. The solicitation number is DEA-99-R-0009; award will be made using simplified acquisition procedures. The synopsis/solicitation is issued as a Request for Quotations (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect through the FAR Circular 97-06. The standard industrial classification code(SIC) is 8299 and the small business size is $5.0 million. The Drug Enforcement Administration Office of Congressional and Public Affairs has a requirement for the development of a teaching kit which utilizes "Soozie & Kaly, a drug information coloring book targeting children of the elementary-school age and their teachers and parents. The Soozie & Katy's coloring book needs to be reworked and updated. The workbook is a highly regarded drug prevention book for elementary school children, which explains the difference between the appropriate use of medicine and drug abuse, The coloring book needs a contemporary, interactive style, and layout, which will make it an eflective publication in the hands of elementary school-age children. An accompanying teacher/leader guide has to be developed for the coloring book and must be test marketed amongst teachers and boys and girls club leaders for feedback. The teaching Wit consists of an updated coloring book, a teachers/leaders guide, and a drug prevention poster, all of which would be developed by the vendor. The vendor should have previous experience in developing materials for teachers or leaders of young people. The vendor must be able to show materials that they have created for this age group. They should have an established network of teachers and/or school systems that they can get input and feedback from in the development of these materials. The vendor must have access to a far machine or to Federal Express for ease of moving materials between the vendor and DEA during the editing and review process. Vendors interested in competing for this contract should submit: (1) information on their experience in the research and development of supplemental classroom materials: DEA is looking for a vendor which has a history of developing successful materials based on meeling the needs of teachers, parents, and children; additional value will be placed on those who have particular expertise in the area of drug abuse prevention (2) examples of their work and references from previous clients; (3) a description of their concept of the teachers'/leaders /parents' guide. The vendor must be available to meet with DEA, it requested, during the course of the project since some of the work will be collaborative. If they are required. meetings will take place at DEA Headquarters. Schedole of deliverables: (1) Provide a proposed outline of the guide and coloring book within three weeks after the awarding of the contract. The DEA technical contact will provide written comments and/or approval no later than one week after receipt, which comments shall be compled with by the vendor and incorporated inlo later subm15sions (2) Submit a first draft of the teachers guide, coloring book and poster to the DEA technical contact no later than four weeks after receipt of DEA approval of the submitted outline. The DEA technical contact will provide written comments and/or approval no later than one week after receipt, which comments shall be complied with and incorporated into later submissions. (3) Submit a second drait no later than 14 days after receipt of DEA's comments on the first drail. The DEA technical contact will provide written comments and/or approval no later than one week after receipt, which comments shall be complied with and incorporated into later submissions. (4) Submit a third draft, if requested by the DEA technical contact, no later than two weeks after receipt of DEA'S comments on the second drail. The DEA technical contact will provide written comments on this dratt no later than one week after receipt. which comments shall be complied with and incorporated into the final submission. (5) Submit the camera-ready manuscript and art work to the DEA technical contact no later than two weeks alter DEA returns the third drall, it one was requested (or the second draft of no third draft was requested). The final submission may be in the form of camera-ready mechanicals or digital files and/or color separations (negatives) output from digital files along with color proofs. Camera-ready mechanicals are actually preferable, unless the artist can guarantee that the negatives will be accepted by Government Printing Office (GPO). The provision at 52212-1, "Instruchions 10 Offerors --Commercial items" is applicable to this acquisition. The provi: sion at 52.212-2. "Evaluation Commercial items" is applicable to this acquisition. The Government will award a contract resulting from this solicitation to the responsible olleror whose ofler 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 (quality, creativity, and suitability to · Teachers, leaders, and parents of elementary school age children. 50%) and (2) pnice (50%) DEA is particularly interested in something that will be useful to teachers, leaders and parents of young people in a variety of settings. Scoring Adjectives - The following adjectives will be used as general guidance by the evaluators in rating the proposal as a whole. Superior-Very significantly exceeds most of all solicitation requirements. The vendor has clearly demonstrated an understanding of all aspects of the requirements to the extent that timely

668 LS/PKA, 306 Wakkani St., San Antonio, TX 78243-7139 U-UNGUAGE IMMERSION TRAINING SOL F41621-99-T0037, F4162199-10038, 741621-99-T0039, F41621-99-T0040 DUE 123198 POC SSGT CHARLES SMITH (210)977-2821 ext 220, FAX (210)977-3945 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; quotations are being requested and a written solicitation will not be issued. Therefore, this synopsis shall serve as a request for quotations, numbered F41621-99-10037, 30day immersion training in St Petersburg Russia: F41621-99-10038, 30 day immersion training in Vladivostok Russia. 841621-99-T0039, 30 day immersion training in Beijing China. 741621-99-10040, 30 day immersion ing in Net Israel. Contractor to provide travel from students assigned base to the class location and return student to assigned base. Travel to St Petersburg Russia will be I person from Ottutt AFB Nebraska, 1 person from Fort Meade Maryland. Travel to Vladivostok Russia will be I person from Misawa AFB Japan, 1 person from Elmendort AFB Alaska. Travel to Beijing China will be 1 person from Okinawa Japan, 1 person from Davis Monthan AFB Arizona. Travel to Netanya Israel will be I person from Goodfellow AFB San Angelo TX, 1 person from Fort Meade Maryland. Contractor provides lodging with private room and indoor toilet, 3 meals provided daily (at least 1800 calories a day). Instructor ratio no more than 6 students. Training materials must focus on listening, speaking, reading, and writing: use mainly native texts. At least 40 hours of classroom instruction and 40 hours of cultural events required. Cultural events must include one visit to a national art, history, or cultural museum; one visit to a military museum; one visit to a cultural event (opera, ballet, circus, etc.); one visit to a religious facility: one visit to a historic battlefield (if available); one visit to another city: subject matter expert to accompany students on events; contractor must provide transportation to and from each event. Contractor shall assist with visa and country clearance procedures. Contractor shall provide evacuation plan for each country and medical/dental assistance for students. This synopsis and incorporated provisions/clauses are in effect through the Federal Acquisition Circular 90-46. The standard Industrial Classification (SIC) for this acquisition is 8299. THIS IS SET-ASIDE FOR SMALL BUSINESS. The Small Business Size Standard is $5 million dollars. The following provision/clauses apply to this acquisition, FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52-212-5, Contract Terms and Conditions Required to implement Statutes Executive Orders-Commercial Items; OFAR 252.204-7004. Required Central Contractor Registration Offeror shall include a complete copy of the provision at FAR 52212-3. Offer Representations and Certifications- Commercial Items. This

V Transportation, Travel, and Relocation Services

USDA Forest Service, Contracting. P.O. Box 21628, Juneau, MK

99802-1628 V-HELICOPTER SERVICES, KETCHIKAN AND STIKINE AREAS, TINGLES NATIONAL FOREST SOL REP R10-99-02 DUE 011599 POC Contad fes Robin Airozo 907-586-8880; · Contracting Ollicer, Donna Chess 586-7903 The USDA Forest Service requires Type Ill helicopter genom for the Ketchikan and Stikine Areas of the Tongass National for .. Alaska. Services needed. consist of one exclusive use and one When-Needed helicopter located in Ketchikan; and one exclusi! helicopter located in Wrangell, and one Call-When-Needed he content B located in Petersburg, Alaska, The contract period will be ore 15 with an option for an additional year period, The Forest Services guarantee a minimum of 250 hours for the helicopters are Ketchikan and 200 hours for the helicopter located in Wrange 4 the availability period. Multiple awards are anticipated from this sore "3 tion. Evaluation factors for award will include accidentillight so te support capability: aircraft, flight crews, business practices, past perte ance; and price. This project is 100% Small Business sel-350 you would like to receive a solicitation, you may fax your tech > 10 (907) 586-7090 or you may send your request by mail ar telephone

Tano2o/10@is ted.us Click here to contact the contact persona e-mail (W-344 SN279354)

Marine Corps Regional Contracting Office (Northwest Region)

, 0. Box X24, MCAGCC, Twentynine Palms, CA 92279-0124 V-DIRECT PROCUREMENT METHOD (DPMVOCAL DRAYAGE SERVICE SOL M67399.99-8-0005 DUE 012599 POC John Montoya. Contract Specia ist (760) 830-5118/Contracting Officer Cheryl L. Whitmore Telefi 830-6353 This solicitation replaces earlier solicitation M67399.048 0002. The procurement is for Packing, Containerization, local or delivery, unpacking, storage and related Personal Property services !! household goods, and unaccompanied baggage). Services to be pertornet within the MCAGCC Twentynine Palms, Ca. (Area of respons AOR). Base year contract period is Oj Apr 99 through 31 Der ** with four (4) one year option periods. This is an unrestricted procurement All responsible business sources may submit a bid which shal considered, Deadline for receipt of bids shall be 200 pm PST 3 Home 99. Requests for solicitation packages must be submitted in **** wa mail or tax to (760) 836-6353, Attn: John Montoya lacernos e request for solicitation packages will not be accepted. Sotacten met ages shall be available on or about 28 December, 1998 *****

smtp imontoya@mcagec usmc mill smtp (montoyaj@mcasti asmeny (W-344 SN2793817

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

Columbus, OH 43216-6595 VIAXI AND SHUTTLE TRANSPORTATION SERVICES AT OSCC SOL SPO71099R0008 DUE 012999 POC Evelyn Mullins, Contract Specialist, (614) 692-2471 NON-NSN Contractor shall provide all Labor, Materials, Drivers, Vehicles, Insurance, Vehicle Maintenance, Fuel and Supervision required to provide Taxi and Transportation Services at the Delense

Supply Center, Columbus, (DSCC), Columbus, Ohio and Delense Finance - Accounting Service (DFAS), Columbus, Ohio. The period of performance

will be for 1 months with three one-year options. Small Business size standard is 4111, $3.5 Million. This proposed procurement contains an option to extend the contract period one or more times at the discretion of the Government. The total options shall not exceed 3 years. Solicitation will be available 15 days after publication in the CBO. Prospective offerors may call Customer Service at (614)692-1775 for a copy of the solicitation. FAX requests will be accepted at (614) 692-2262. This solicitation is Unrestricted. (W-345 SN279635)

for the Transportation Safeguards Division (TSD), Nuclear Weapons complex plaots and laboratories, the Department of Defense (DOD), and other agencies and contractors; (2) time critical classified and/or hazardcus materials between the National Laboratories and various test locations in support of nuclear weapons and other related defense and workfor others programs: (3) operations of aircraft as aerial platforms in support of research and development programs of DOE and the National Laboratories; and (4) special flights for key management and engineering personnel as necessary, The DOEAL aviation operations adhere to the air carrier provisions and requirements of 14 CFR 121 and 135. These FAA regulations impose the same standards, qualifications, and require. ments of operation, maintenance, quality control, and training as those of supplemental and on-demand air carriers and operators of large and small aircraft In addition, the contractor must further adhere to DOC Order 440.2, "Aviation" and DOE/AL Aviation Implementation Plan for DOE Order 440.2. In most cases, DOE aircraft, with the exception of one DHC-6, must be operated as civil aircraft, and under an Air Carrier Operating Certificate (ACOC) when other than "Common Treasurya reimbursement occurs. The contractor must have its ACOC and Operating Specification amended to include the DOE/AL related contract require ments. DOLAL aircraft are currently operated and maintained by Ross Aviation, Inc. under Contract No. DE-AC04-96AL87211. The type of contract contemplated is primarily fixed-price with some cost reimbursable items. All interested. responsible sources should submit qualifications and capabilities statements no later than 4:00 PM MST, January 5, 1999. All firms must indicate their status as a small or large business under SIC 4522, size 1500 employees. DODAL reserves the right to set this procurement aside of use full and open competition.

http://www.doeal govicpd/default.htm Doing Business with DOE-AL

William L. McCullough. Contracting Officer (W-345 SN279626)

accommodate fifteen (15) individuals each, Line Hem 0003: Qty: 3 days times 27 individuals; April 19--21, 1999. breakfast and lunch for twenty-five (27) individuals. Line llem 0004: Oty: 3 days; April 19-21, 1999, fifteen (15) sleeping rooms blocked for the assessors (Note: sleeping rooms will not be covered by the government purchase order, they will be paid by individual credit cards), Line ltem 0005: Qty: 8 days; April 1926, 1999. A secure storage room with at least thirty-five (35) square feet of space, Line Item 0006: Qty: 2 days times 2 each; April 22-April 23. 1999. iwo (2) conference rooms, each room must be able to accommodate 15 individuals, Line tem 0007: Qty: 3 days: April 21--23., 1999, an non-smoking, securable section of a floor must be reserved exclusively to the DEA's use. The reserved area must have between 13 and 28 rooms ( up to 15 rooms will be sleeping rooms, for which individuals will pay). The floor should include the rooms blocked for April 18, 1999 and April 19-21, 1999. Thirteen (13) of the rooms will used as breakout rooms for the assessment center and must be set up according to the following specifications: a. Ten (10) of the thirteen (13) rooms must be set up to contain a desk, three (3) chairs,' a table, and adequale lighting for videotaping. Any beds in the thirteen (13) 100ms must be removed (unless suites are used with separate bedrooms, in this case, only 2 rooms would need beds removed). b. One room must be set up as an office, with tables lining three (3) walls and four (4) chairs, and c. One room must having seating space for 13 individuals. This room will be used to serve breakfast, line item 0008 Qly: 3 days times 54 individuals, April 21-23, 1999, fifty-fou! (54) breakfasts and lunches per day; all breakiasis and twenty-seven (27) of the fifty-four (54) lunches must be catered to one of the two breakout rooms. A choice of vegetarian and meal entrees shall be oftered for lunch. Line Item 0009. Qty: 4 days: Transportation is required to and from Dulles International Airport for approximately Iwelve (12) individuals on April 18, 1999, three (3) individuals on April 19, 1999, ten (10) individuals on April 23, 1999. and five (5) Individuals on April 24, 1999. Line Item 0010. Oly: 3 days; April 21-23, 1999, Contractor shall provide transportation for fifteen (15) applicants from the following address: 12777 fail Lake Circle. Fairlax, Virginia 22033, to the assessment center no later than 7: 45 AM dally. The facility for the assessment center must be within 30 minutes driving distance of the lodging location Line Item 0011. Qty: 5 days: Parking is required from April 18-23. 1999 for eight (8) overnight guests. Line Item 0012: Qly: 5 days; April 19 -23 1999 Daytime parking 6:00 a.m. to 6.00 p.m.) for twelve (12) individuals. Line Item 0013: Oly: I SR; Phone, copying, fax, and audio/visual services. The provision at 52.2121, "Instructions to Offerors. Commercial items", is applicable to this acquisition. The provision at 52 212-2, "Evaluation--Commercial items." is applicable to this acquisition. The Government will award a purchase order resulting from this RFQ lo the responsible quoter submitting the lowest price. Quoters shall include a completed copy of the provision at FAR 52.212-3. Ofteror Representations and Certifications Commercial Items, with its written quotation. The provision FAR 52.212.4. "Contract Terms and Conditions Commercial llems is applicable to this acquisition The provision at FAR 52-212-5, "Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items” (tailored) apply to this acquisition: (a)(1), (a)(2), (b)(7), (b)(8), (b)(9). (b)(10). and (c) (1). A written quotation must be submitted by January 20, 1999 to LaNorma Huggins-Hopes, Drug Enforcement Administration Office of Acquisition Management, 700 Army Navy Drive. Arlington, VA 22202 or faxed to (202) 307-7818. All quotations must be clearly marked "RFO #DEA-99-R-0011". Each quote must show the unit price and the extended price for each line item, and submit a capability statement to validate contractor can meet the requirement. Ollerors must make an affirmative statement that their signed quote is valid for 60 days from the date of their quote. (1-345 SN279702)

Drug Enforcement Administration, Office of Acquisition Management,

700 Army Wavy Drive, Arlington, Virginia 22202 FACILITIES FOR 'ASSESSMENT CENTER SOL DEA-99-R-0011 POC LaNorma Huggins-Hopes, Purchasing Agent, (202) 307-7825 V- FACILITIES FOR ASSESSMENT CENTERS 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. The solicitation number is DEA-99-R-0011; award will be made using simplified acquisition procedures. The synopsis/solicitation is issued as a Request for Quotations (RFQ). The synopsis/solicitation document and incorporated provisions and clauses are those in effect 'through the FAR Circular 97.6. The standard industrial classification code(SIC) is 7011 and the small business side is $5.0 million. Note: This requirement may result in multiple wards based on availability of dates and pricing The Drug Enforcement Administration (DEA) is seeking to procure facilities for training assessors ind administering assessment centers associated with the Special Agent promotion program at DEA, for the following dales: March 3, 1999 hrough March 19, 1999 and April 18, 1999 through April 26, 1999 the solicitation line items for this requirement are as follows: Line tem 0001: Qty: 1 day; March 2, 1999—-{wenly (20) sleeping rooms locked for the assessors (Note: sleeping rooms will not be covered y the government purchase order, they will be paid by individual credit cards) Line Item 0002: Qty: 3 days; March 3. 5. 1999, one onference room, which can accommodate a training class of 40 individals. The conference must have a partition which allows the room o be converted into two training classes that will accommodate twenty 20) individuals each, Line Item 0003: Qty: 3 days times 35 individuals: Aarch 3- 5, 1999, breakfast and lunch for thirty-five (35) individuals, ine Item 0004: Qty: 16 days; March 3-18, 1999, twenty-four (24) leeping rooms blocked for the assessors (Note: sleeping rooms will of be covered by the government purchase order, they will be paid y individual credit cards), Line Item 0005: Qty: 15 days; March 59, 1999, A secure storage room with at least thirty-five (35) square eet of space, Line Item 0006: Oty: ll days times 2 each; March -18, 1999, two (2) conference rooms; each room must be able O accommodate 20 individuals, Line Item 0007: Qty: 12 days; March -18, 1999, an entire non-smoking hotel floor must be reserved excluEvely for the DEA's use. The reserved area must have between 19 nd 43 rooms ( up to 24 rooms will be sleeping rooms, for which dividuals will pay). The floor should include the rooms blocked for farch 2, 1999 and March 3 through March 18, 1999. Nineteen (19) 1 the rooms will be used as breakout rooms for the assessment beter and must be set up according to the following specifications:

Sateen (16) of the nineteen (19) rooms must be set up to contain desk, three (3) chairs, a table, and adequate lighting for videotaping. iniy beds in the nineteen (19) rooms must be removed (unless suites de used with separate bedrooms, in this case, only 2 rooms would eed beds removed). b. One room must be set up as an office, with ables lining three (3) walls and six (6) chairs, and c. One room nust having seating space for 15 individuals. This room will be used o serve breakfast, Line Ilem 0008: Qty: 9 days times 70 individuals:

9 Aarch 8--12, 1999 and March 15--18, 1999, seventy (70) breakfasts ind lunches per day: all breakfasts and thirty-five (35) of the seventy 70) lunches must be catered to one of the two breakout rooms. choice of vegetarian and meat entrees shall be offered for lunch. ine ltem 0009: Qty: 4 days: Transportation is required to and from Dulles International Airport for approximately eighteen (18) individuals 0 March 2, 1999, four (4) individuals on March 3. 1999. (welve 12) individuals on March 18. 1999, and ten (10) individuals on March 9. 1999, Line Item 0010: Qty: 9 days; Contractor shall provide transporation for twenty-four (24) applicants from the following address: 12771 alt Lake Circle, Fairfax, Virginia 22033, to the assessment center o later than 7: 45 AM daily. The facility for the assessment center must be within 30 minutes driving distance of the lodging focation. he dates for transportation services are as follows: March 8-12. 999 and March 15--18. 1999, Line Item 0011: Qty: 17 days; Parking s required from March 2 through March 18, 1999 for ten (10) overnight vests, and Line Item 0012: Qty: 12 days; March 3---5, 1999, March -12, 1999, and March 15-18, 1999 for twenty (20) individuals from

am to 6 p.m. Line Item 0013: Qty: I SR: Phone, copying, fax. nd audio/visual services. The solicitation line items for the following ates: April 18 through April 26, 1998: Line Item 0001: Qty: 1 day: pril 18, 1999-thirteen (13) sleeping rooms (Note: sleeping rooms mill not be covered by the government purchase order, they will be aid by individual credit cards), line illem 0002: Qty: 3 days; April 9–21, 1999, one conference room, which can accommodale a training lass of 30 individuals. The conference must have a partition which llows the room to be converted into two training classes that will

W Lease or Rental of Equipment

Officer in Charge. Facilities Support Contracts; Navy Public Works

Center; 9742 Maryland Avenue; Norfolk, VA 23511-3095 W-ANNUAL VEHICLE MAINTENANCE, NAVY PUBLIC WORKS CENTER NAVAL BASE, NORFOLK, VIRGINIA SOL N00187-98-B-6929 DUE 012599 POC Rebecca Tew. Contract Specialist, 757-444-8065 extension 3035, Contracting Officer-Karyn Bryan, 757-444-8065 extension 3040 The Officer in Charge requires all labor, supervision, tools, materials, equipment, transportation and management necessary for various vehicle repairs Contractor shall transport vehicles for repairs to and from its facilities. The work identified is to be provided by means of an indefinite Quantity type contract. The contract term shall be for a period of one year, The Government shall have the option to extend the term of the contract services for additional periods of one to twelve months. The total contract term, including exercise of any options, shall not exceed 60 months. This procurement is 100% sel-aside for small business concerns. The Standard Industrial Classification (SIC) Code is 7532 Plans and specifications will be made available on or about 24 December 1998. Estimated Bid Opening Date is 29 January 1999. Submit requests for the solicitation io writing to address above, or by facsimile to (757) 444-4164, attention Rebecca Tew. Requests may also be e-mailed to . Requests must ref. erence the solicitation number.

Navy Public Works Center Norfolk (D-345 SN279438)

X lease or Rental of Facilities

Corporation for National Service, Office of Procurement, 1201

New York Ave. NW. Washington, DC 20525 X-LEASE OR RENTAL OF FACILITIES SOL NA POC Simon G. Woodard, (202) 606-5000, FAX (202) 565-2777 CBD notice, submission No. 278644 published by the Corporation for National Service on December 9, 1998 for 75 sleeping rooms reasonablly accessible to Washington, DCc Metro, inadvertently noted that "only facilities within the Portland, Oregon commuting areas need apply". This statement is corrected to read: Only facilities within the Washington, DC commuting areas need apply.

Ollice of Procurement Services (W-345 SN279472)

U.S. Department 01 HUD, Atlanta Asc, Atlanta Contracting Branch (4AACO), 75 Spring St., Richard Russell Fed. Bldg., Atlanta, GA

30303-3388 V-VEHICLES TO LEASE SOL NA DUE 122298 POC Michael Swan at (404) 730-2705 The Office of investigation of the Department of Housing and Urban Development, Inspector General's Office has a need to lease vehicles to be used in law enforcement activities. The vehicles should represent a cross section of available body styles/types, to include SUVS. pickup trucks, and various sedans, coupes, and station wagons. The department will have aftermarket equipment installed, particularly, concealed lights, radios and sirens firmas interested in supplying these vehicles should contact Michael Swan, Atlanta Operations Branch, HUD Contracting, 75 Spring St., Room 658. Allanta, GA 30303 (fax:(404)730-3426), not later than 12/22/98.

HTTP://WWW.HUD.GOV/CIS/CTSOPRTY.HTML Click here to download the solicitation from the HUD Contracting Opportunities Web Page

Michael L. Click here to coniaci Michael L. Swan (W-345 SN279603)

Department of Defense Educatics Activity, Mas, Procurement Div. 4

4040 N. Fairtax Drive, 4th Floor, Arlington, VA 22203 X-LEESBURG, VA FACILITIES FOR DODEA EDUCATIONAUTECHNOLOGIST CONFERENCE SOL HE 1254-1998317-2509 POC Ms. Phillips, 703/696-3844 x1414 The Department of Defense Education Activity (DODEA) intents to award a sole source procurement to Xerox Document University. Leesburg, VA to provide conference facilities from 11-15 January 1999. There is no RFP available. See Note 22. (W-345 SN279484)

Y Construction of Structures and Facilities

US Department of Energy Albuquerque Operations Office, Contracts and Procurement Division, PO Box 5400, Albuquerque, NM 87185

5400 Mexico 87185-54 V-AIRCRAFT OPERATION/MAINTENANCE SOL DE-RPO4-1999AL79538 DUE 040199 POC William L. McCullough, 505-845-6467 DOE/AL is seeking sources capable of operating and maintaining the following government. furnished (GF) aircrait from GI facilities on Kirtland AFB, 19 Albuquerque, NM I learjet 35A, 2 DC-9-15F, 1 Beechciall B-200 Kingar, 2 de Havilland DHC-6, and i Gullstream G-1!1. Le aviation services of DOLIAL include the transportation of: (1) haze w ciwasilied, and lime cutical materials

National Park Service, Midwest Archeological Center, Federal Building, Rm 474, 100 Centennial Mall North, Lincoln, NE 68508-

3873 Y-SIC CODE 1799, BOUNDARY DELIMINATION OF ARCHEOLOGICAL SITES AND FENCE CONSTRUCTION AROUND SITES, FT. CARSON, COLORADD. SOL 144318611599001 DUE 020899 POC Linda J. Zumple, Contract Specialist, 402-437-5392 ext. 103, FAX 402-437-5098, email: Linda_ The Department of the Army, working through the Midwest Archeological Center, National Park Service, is soliciting quotations to (1) relocate known archeological sites using the information on Colorado State Site forms, (2) relocate the boundaries as shown on the site forms, and (3) to furnish and install a two-strand smooth wire fence ten meters outside the site boundary. The archeological sites are located in the Fort Carson Military Reservation, in El Paso, Fremont, and Pueblo Counties in Colorado. There are 20 archeological sites to be fenced, the combined boundaries of which are 10,425m. The length of fence at each location may range from 100 to 1500m. The contractor will be required to have a professional archeologist relocate the sites and reestablish the boundaries. The contractor will be required to pay Davis Bacon wage rates when building the fence. Magnitude of project is between $25,000-$100,000. Award under the Small Business Competitive Demonstration Program (Public Law 100656). Solication requests should be submitted in writing by mail or telefax to the POC and OFFADD above. Solicitation will be issued 08 Jan 99, closing date will be the 08 Feb 99. Starting date will be weather-dependent.

Click here to contact Linda J. Zumpte, Contracting Officer (W-344 SN279338)

a 20,000 square ft. metal sided addition to an existing manulacturing building, including site work, utilities, mechanical, and electrical Est mated range is between $1,000,000 and $2,500,000. Bid opening dat is not firm. Du will be approximately 2/15/99. Bonds will be required West Virginia Contractors License must be submitted prior to commence ment of work by Contractor and all subcontractors. In order to etten plans and specifications, please submit a $35 non-relundable lee carabia to Alliant Techsystems with a written request. Alliant reserves the right to refuse written requests for plans and specifications * afterJjanuary 11, 1999, (W-345 SN279732)

fascias, siding. soffits and trim, ferrous or galvanized steel railings, stairs, doors, piping, trim, structural steel, conduit, utility boxes, use of high pressure water blasting, concrete or masonry where they occur as exterior walls, retaining systems, foundations, pedestals miscellaneous metal surfaces such as but not limited to metal siding, ferrous and non-ferrous steel surfaces, abrasive blasting as required for preparation of concrete and masonry surfaces, commercial grade blast cleaning, and the application of finish coats. The order of magnitude for the procurement is between $500,000 and $1,000,000. This procurement is a total 8(a) set-aside. The SIC Code and small business size standard for this procurement are 1721 and $7,000,000, respectively. The Defense Material System Priority Rating for this procurement is DO-C2. The anticipated release date of the RFO is on or about December 23. 1998 with an anticipated offer closing date of on or about January 22, 1999. The firm date for receipt of bids or offers will be stated in the RFO. All qualified responsible sources may submit an offer which shall be considered by the agency. An ombudsman has been appointed--See Internet Note "B". 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, or PowerPoint 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/GSFC Business Opportunities page is http://procurement nasa gov/EPS/GSFC/class.html, Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror'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). Hard copies of specifications and drawings may be obtained from the Bid Distribution office; however, the closing date for the hard copy received shall be the same as the solicitation, inclusive of any amendments, released on the Internet Any referenced notes can be viewed at the following URL: http://genesis gsfc.nasa gov/nasanote html

http://nais nasa.gov/EPS/GSFC/date.html#RFO5-01192-110 Click here for the latest information about this notice

Donna.J.Broderick. Donna Broderick (D-345 SN2794711

U.S. Postal Service, Kansas City Facilities Service Office, 6800

W.64th St., Suite 100, Overland Park, KS 66202-4179 Y-NEW CONSTRUCTION LEASED, DEWITT, IOWA 52742-9998 SOL 193045-99-A-0115 DUE 020299 POC Technical-Dennis Hawley 913/8311855 (618) or Dan Webster of Webster-Gentry Architects 913/4322175_Contract -Sam Eismont 913/831-1855 (619) CORRECTION: Correction to due date only. All other instructions remain the same. (W345 SN279435)

Officer in Charge, Facilities Support Contracts; Navy Public Works

Center; 9742 Maryland Avenue, Norfolk, VA 23511-3095 Y-ARCHITECTURAL WINDOWS, ENTRANCES AND STOREFRONT SYSTEM, STORM/SCREEN DOORS, STORM WINDOWS, GLASS DOORS AND AWNINGS, VARIOUS LOCATIONS, FOR THE NAVY PUBLIC WORKS CENTER NAVAL BASE, NORFOLK, VIRGINIA SOL N00187-97-8-6874 DUE 012599 POC Rebecca Tew, Contract Specialist, 757-444-8065 extension 3035, Con. tracting Officer--Karyn Bryan, 757-444-8065 extension 3040 The Officer in Charge requires all labor, supervision, tools, materials, equipment, transportation and management necessary to fulfill the requirements of task orders issued for maintenance and installation of various type of architectural windows, entrances and storefront systems, stor m/screen doors, storm windows, automatic Sliding/Swinging (Single/Double) Glass Doors, and awnings. This is a multiple site, multiple award, indefinite delivery requirements contract. Awards will be made for the Norfolk, Virginia Beach, Little Creek, Portsmouth/Naval Hospital and Yorktown sites, and their satellite locations within a fifty mile radius. Contractors may bid on all sites, one site, or any combination of sites. The contract term is for a period of one (1) year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The total contract term, including exercise of any options, shall not exceed 36 months. Plans and specifications will be available on or about 24 December 1998. The estimated Bid Opening Date is 25 January 1999. The Standard Industrial Classification Code (SICC) is 1751. procurement is NOT SET ASIDE FOR SMALL BUSINESS CONCERNS. Requests for the solicitation may be submitted in writing to the above address. Facsimile requests can be submitted to (757) 444-4164, attention Rebecca Tew, 01 by email to .

rtew@pwcnorva navy.mil Navy Public Works Center Norfolk (D-345 SN279442)

USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180

3435 Y-FLOOD CONTROL, MISSISSIPPI RIVER AND TRIBUTARIES, OTOUCALOFA CREEK WATERSHED, YALOBUSHA COUNTY, MS, DEMONSTRATION EROSION CONTROL PROJECT, LOW DROP GRADE CONTROL STRUCTURES, LD-97-06 SOL DACW38-99-8-0018 DUE 022399 POC Contract Specialist 0. C. Meeks, 601/631-5341 The work consists of furnishing all plant, labor, materials and equipment, and constructing two low drop grade control structures in Yalobusha County, Mississippi. Principal teatures of the work include clearing and grubbing, excavation, fill. backfill, engineering fabric, stone protection, grouted riprap.' control of water, erosion control and environmental protection. All units of measurement are metric. The estimated value of the proposed work is between $250,000.00 and $500,000.00. Plans and Specificalions will be available on the Vicksburg Consolidated Contracting Office (VCCO) web page at htip://www.muk.usace.army.mil/contract and on compact discs at no charge. Hardcopies will not be available. The compact disc may be requested electronically by registering on our homepage or mailing your request to VCCO at 4155 Clay Streel, Vicksburg. Mississippi 39183-3435, FAX No. 601/631-7263. Issue date on or about 20 Jan 99. Bid opening date on or about 23 Feb 99. See Note 1.

http://www.mvk.usace.army.mil/contract Vicksburg Consolidated Contracting Office Home Page

Oliver.c.meeks@mvkol usace.army.mil Oliver C. Meeks (W-345 SN279557)

Montana Department of Environmental Quality, PO Box 200901,

2209 Phoenix Avenue, Helena, MT 59620-0901 Y-DEMOLITION AND DEBRIS DISPOSAL AT MONTANA POLE SUPERSUND SITE SOL MPTP1998-1 DUE 012999 POC Neil Marsh, 406-444-6437 Montana Department of Environmental Quality Invitation for Bid Sected bids, entitled Bid for Montana Pole and Treating Plant Site Debris Removal, addressed to Neil Marsh, Montana Department of Environments Quality. P.O. Box 200901, 2209 Phoenix Avenue, Helena, MT 5920 0901 will be received at the office of the Montana Department of Environmental Quality (DEC) until 2:00 P.M., local time Friday, January 29, 1999 and then publicly opened and read thereafter. The wi to be completed under this contract consists primarily of: 1. Remove of triable asbestos from two buildings, two debris piles and one bele (approximately 800 square feet total plus approximately 20 cubic partie of burned building debris requiring double bag containment). The asbestos abalement portion of this contract shall be performed by a Montana licensed asbestos abatement contractor. 2. Excavation and segregate of site debris-There are eleven (11) debris piles, as well as a pe building containing debris, on the site to be addressed in this contract. The debris piles and building contents consist of wood waste, restorced concrete footings and foundations, scrap metal, rubber and plasic concrete masonry units (CMU), pipe, casing, rocks, soil, slag and numettes other types of solid debris including some materials containing to triable asbestos materials. Site debris will be handled in a varmaan manner depending upon whether or not it is contaminated w pentachlorophenol (PCP), and based on its material characterista Debris piles will be excavated, and in some piles metals will be segregater and stockpiled for pressure washing on site, prior to recycling. Unstase concrele will be segregated in some piles and stockpiled for shorts to a non-hazardous waste landfill. 3. Pressure washing of recta melal--Most of the metal debris on-site will require pressure waste prior to recycling (approximately 1.500 tons). The Contractor shal toestruct a concrete pressure washing pad and shall install a new lo hydrant on site that will serve as the water source for pressure washat and for dust control. 4. Loading. hauling, and debris disposal fontane nated debris (approximately 2.900 cubic yards) will be loaded lined trucks or lined railcars, the loads will be covered, and the debris will be hauled to the Grassy Mountain RCRA Subtitle C landhill Glass Mountain), near Salt Lake City, Utah or a DEQ approved equal

. Unsun concrete (approximately 900 cubic yards) will be loaded into track or railcars and hauled to the BFT RCRA Subtitle D landfill, OT Missoula, Montana, or a DEQ, approved equal. Debris must be rece and disposed at the receiving landfills by April 30, 1999. The Contracts will be responsible for payment to the landfills. Trucks or fakat will be weighed at the landfill and the Contractor will be requeret to weigh all trucks and railcars at a certified facility prior to shipment as described in the specifications. Pressure washed recyclable scrap melal will be hauled to a metal recycler to be smelted and of not be reused. 5. Demolition and/or removal of seven (7) on-site building. Four of the seven buildings will require encapsulation of the asbo containing paint on the metal siding, demolition of the building.com and transporting directly to the Grassy Mountain facility m a bed approved equal. The framing wood, trusses, and large unstaimed corrente from one large building will be disposed of at the BF1 fandilo Missoula Dr DEQ approved equal. The metal siding (not contains asbestos). shall be pressure washed and recycled. One building their been burned and may contain friable asbestos. The remains of its building shall be double bagged per the specifications and shail * transported directly to the Grassy Mountain facility or a DEO app! equal. Disposal of demolition debris is as stated in H above Removal of seventeen (17) above ground steel storage tanks Tanks I and I will be used as oil/water separators and sediment tres at the pressure wash pad for the duration of this contract wor! disposal. The contractor shall pump fluids from tanks, remove sludges from tanks in accordance with standard practices for underground storage lanks and confined space entry. Tanks will be cut up, pressu? washed and recycled. Oils and sludges will be disposed of all Aragonite Hazardous Waste Incinerator (Aragonile). Aragonile, Mahe DEO approved equal. 7. Other required items include segregation lestri transportation and disposal of recycling of scattered debris ad aces to the debris Diles and buildings and for the provision of a wall truck to minimize dust emissions as specified. Contract Value is estimate between $500,000 and $2,000,000. Drawings and specifications be available after December 14, 1998 for viewing at the Dodge Plan Rooms in Denver, Boise, Seattle, and Salt Lake City, the Spcian Construction Council, Spokane, WA, the Montana Contractors' Assoc al pe Helena. MT, the Builders' Exchange in Bozeman, Great falls, Missora Billings, and Butte, MT, Northwest Montana Plan Exchange. Ka spel MT, and DEQ, Remedialion Division, Helena, Mt. Copies of drawings and specifications may be obtained after December 14, 1998 from the Helena olfice of Camp Dresses & McKee Inc (CDM) at 34 ker7 Last Chance Gulch. Suite 104. Helena, MT 59601 or by calling ED" at (406) 449-2121 or faxing (406) 449-6768. A non-returdade de pested of $100.00 must be paid in advance for the plans and specifica in cash or check payable to COM. There will be a pre-boud want through at the project site at 220 West Greenwood, Bette

, NT : 10:00 am January 5. 1999 followed by a pre-bid conference at 18

U.S. Postal Service, Kansas City Facilities Service Office, 6800

W. 64th St., Suite 100, Overland Park, KS 66202-4179 Y-NEW CONSTRUCTION LEASED AT PECULIAR, MISSOURI 640789998 SOL 193045-99-A-0120 DUE 011299 POC William R. Langley (913) 831-1855 Ext. 464 for leasing questions, Bruce Bieber (913) 8311855 Ext. 438 for technical questions, Webster and Gentry Architects (913) 432-2175 for design questions The U.S. Postal Service is soliciting for proposals to construct and lease back a new 5,077 sq.ft. leased facility in Peculiar, Missouri, on a controlled site of approximately 66,647 sq.ft. located between Schug Avenue and Main Street to the NW of the Highway 71 Peculiar Exit in the City of Peculiar. After December 14, 1998. plans and specifications may be obtained for a NON-REFUNDABLE fee from *jmigi" at Kelly Blueprint. 8877 West 75th, Overland Park, KS 66204-2275, telehone 913/341-2333. Contact Kelly Blueprint in writing for lists of planholders or far 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-345 SN279450)

Facilities Service Office, U.S. Postal Service, 7800 N Stemmons

Frwy, Suite 400, Dallas, TX 75247-4217 Y-NEW CONSTRUCTION 'LEASED-ADVERTISEMENT TO CONSTRUCT AND LEASE, BEEBE, AR 72012-9998 SOL 482980-99-A-0033 DUE 011599 POC David Cleveland, USPS Real Estate Specialist, 214/819-7135 Construction of a leased facility which will contain approximately 6,479 net interior square feet. All offers must be based on the site listed in the solicitation. The successful offeror will be required to purchase the site in accordance with the lerms and conditions specilied in the Assignable Option to Purchase which is included in the solicitation package. Plans and specifications are available by contacting CENTURY COPI-TECHNICS. INC, 4519 MCKINNEY AVE, DALLAS, TX 75205-4313, PHONE (214) 521-1991, FAX (214) 521-1788, OR E-MAIL ADDRESS: ccopil@air man.net. Reference solicitation number and location.

jharl@e-mail,usps.gov (W-345 SN279598)

NASA/Goddard Space Flight Center, Code 212, Greenbelt, MD 20771 Y-INTERIOR AND EXTERIOR PAINTING SOL RFO5-01192-110 DUE 012399 POC Donna Broderick, Contract Administrator, Phone (301)2868637, fax (301)286-0247, Email Donna.J.Broderick Tart. Contracting Officer, Phone (301)286-7663. Fax (301)2860247. Email Cynthia.l. Tart. NASA/GSFC plans to issue a Request for Offers for all labor, materials, equipment, and supervision necessary to provide interior and exterior painting. The interior painting includes: painting of plaster, gypsum wall board, and masonry surfaces where they occur as walls, partitions, ceilings, priming, wood or metal surfaces where they occur as trim, doors, door frames, window sash, window frames, duct work cable trays, conduit, etc. and the application of finish coats. The exterior painting includes: hand tool cleaning. preparation o! surt

nunting such as but not limited to wood

Huntington District Corps of Engineers, 502 Eighth Street,

Huntington, WV 25701-2070 Ý PHASE TIE, LOCAL PROTECTION PROJECT, WEST COLUMBUS, OHIO SOL DACW69-99-R-0002 DUE 033199 POC Cheryl D. Parsons, (304) 529-5006, Contract Specialist Work consists essentially of construction of manholes, sanitary sewers, storm sewers, pavement replacement and a reinforced concrete building with brick lacing for a 30,600 GPM sanitary lift station complete with mechanical pumping components The estimated cost range of this project is between $1,000,000.00 and $5,000,000.00. (W-345 SN279717)

Alliant Techsystems Incorporated, Allegany Ballistics Laboratory.

P.O. Box 210, State Route 956, Rocket Center, WV 26726 Y-METAL SIDED STRUCTURAL STEEL ADDITION SOL PHC-262 POC Patrick H. Cunningham. 304 724 5047 Thi: work consists of constructing

temperature sensors for all AHU'S, lepas operation of VAV boxes, new duct work for FTV-1 and FTU-2. and other miscellaneous repairs and enhancements to the HVAC and DDC system. Interested forms must request a copy of Request for Quotation (RFQ) No. NAAW8320900076PW in writing Requests may be faxed to (816) 426-7532. AIIN: Patsy Willins. The RFQ will be issued on or about December 24, 1998. All responsible sources may submit a quote which will be considered by the agency. The SIC code is 1542. (W-344 SN279343)

m. at the War Bonnet Inn, 2100 Cornell, Butte, MT. Interested contractors e encouraged to attend. Proposals shall be submitted in accordance ith Instructions to Bidders and with the laws of the State of Montana I work required for the landfill disposal of site debris shall be substanally complete, as defined in the General Conditions, on or before snil 30, 1999. All work required for the pressure washing and recycling

scrap metal, incineration of oils and sludges, and cleaning and sposal of the pressure washing pad shall be substantially complete

May 31, 1999. See Agreement, Article 1, for conditions on tiquidated mages and Contractor responsibility for additional costs for delay yond Completion Date. All workers employed in performance of the yject work shall be paid prevailing wages al rates required by Federal gulation and the State of Montana. The contractor must ensure that sployees and applicants for employment are not discriminated against

cause of their race, color, religion, sex, or national origin. Contractor all comply with U.S. Environmental Protection Agency requirements CFR 31.36(e)(2)) to take affirmative steps for awarding a fair are of the funds to small business, minority business, and/or women's siness enterprises. Proposals must be accompanied by Certified Check, shier's Check, or Bid Bond payable to the Montana Department Environmental Quality in an amount not less than 10% of the al amount of the bid. The successful bidder shall furnish a Performance id and a Labor and Materials Payment Bond, each in the amount 100% of the contract amount. Insurance as specified, and demonstrated original certificate, shall be provided. No bid may be withdrawn # the scheduled time for public opening of bids. The Montana partment of Environmental Quality reserves the right to reject any all proposals received, to waive informalities, to postpone or cancel

award of the contract, and to accept the bid, which is in its I interest The Montana Department of Environmental Quality is Equal Opportunity Employer. (W-345 SN279735)

replacement of floor covering: replacement/upgrade of air conditioning and HVAC system; reroofing: replacement/installation/upgrade of plumbing and fixtures; replacement/installation/upgrade of electrical system/service, power panels, light fixtures, receptacles, conduits and wiring; installa. tion of wet pipe sprinkler system with addressable fire alarm system; interior and exterior painting vehicular drop off; and landscaping with irrigation system. The estimated construction cost is between $5,000,000.00 and $10,000,000.00. Solicitation to be issued on/about December 30. 1998. utilizing Electronic Bid Sets (EBS). Traditional hard copies of plans and specifications will not be available for this project. Solicitation documents will be provided on Compact DisksRead Only Memory (CD-ROM) for a non-refundable charge of $59.03. Solicitation documents shall be requested through any of the following methods only: a) mail requests to: Defense Automated Printing Service, Attn: Army Corps Solicitation, Box 126, Building 550, Pearl Harbor, Hawaii 96860-5120; b) via courier service to: Defense Automated Printing Service. Attn: Army Corps Solicitation, Building 550. Pearl Harbor, Hawaii 96860-5120: or c) via facsimile lif paying by credit card) to (808) 471-2604 Requests must state company name, address, telephone num. ber, facsimile number, solicitation number, project title, and company designation (prime contractor, subcontractor, supplier, or plan toom). Envelope front must show the solicitation number. Checks shall be made out payable to Superintendent of Documents. Provide separate check for each project requested. Checks containing payment for multiple projects will be returned to requestor without action. Facsimile requests must state (1) the above required company information, and (2) card. holder's name, account number, and card expiration date. VISA and MasterCard are the only credit cards accepted. Firms requesting all express service shall furnish completed airbills showing recipient's name, company name, telephone number, company billing account number, and type of delivery required. Firms with foreign delivery addresses shall provide completed commercial or corporale invoices in addition to the completed airbills. Failure to supply completed airbills and commercial or corporate invoices (if applicable) will result in solicitation documents being sent via regular US mark. Failure to provide any of the foregoing information, documents, and/or payment may delay mailing of solicitation documents. SUMMARY: 1. Send all requests and payments to the Delense Automated Printing Service (DAPS) as addressed above. Do not send to the U.S. Army Engineer District, Honolulu. Solicitation documents will no longer be available for purchase over the counter from the U.S. Army Engineer. District, Honolulu. 3. Provide separate check for each project requested. Make checks payable to Superintendent of Documents. 4. DAPS will accept requests for solicitation documents via mail, courier service, or facsimile in accordance with the above instructions. Solicitation documents are not available for purchase or pick-up over the counter at DAPS. 5. Allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. 6. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 471-0451. Address technical and all other inquiries to the points of contact identified in this document, firms with internet access are requested to obtain plan holder listings from DAPS website http://www.hawaii.wabt.daps.m/ARMY/corps.htm. Project information, to include Bid Opening Dates, can be obtained from the Honolulu Engineer; District website http:// www pod usace.army.mil/ebs.htmi.

www.pod.usace.army.mil/ebs.html Honolulu Engineer District Contracting Home Page

jenny mil click here to contact the Contract Specialist via e-mail (W-344 SN279349)

Construction of Structures and Facilities-- Potential Sources ight

US Army Engineer District, Honolulu, Building 230, AtIn: CEPOD

CT, Fort Shatter, HI 96858-5440 2-RENOVATE ASIA-PACIFIC CENTER SOL DACA83-99-B-0002 DUE 012999 POC Jenny Yatsushiro (808) 438-8569 FY98 MCON P-111, Renovate Building 202, FL. DeRussy, Hawaii. This solicitation is an 8(a) competitive procurement and is being restricted to 8(a) tums serviced by the SBA (Small Business Administration) Honolulu District Office. Standard Industrial Classification Code (SIC) for this acquisition is 1542- General Contractors Nonresidential Buildings. Other Than Industrial Buildings and Warehouses, and 8(a) firms must have SIC code 1542 among their approved SIC Codes. The project involves the renovation of Building 202. Fort DeRussy to accommodate the AsiaPacific Center for Security Studies (APCSS) Renovation includes construction of interior partitions; replacement/installation of suspended ceiling: replacement of floor covering; replacement/upgrade of all conditioning and HVAC system, recooling; replacement/installation/upgrade of plumbing and fixtures, replacement/installation/upgrade of electrical system/service, power panels, light fixtures, receptacles, conduits and wiring; installation of wet pipe sprinkler system with addressable fire alarm system; interior and exterior painting: vehicular drop off; and landscaping with imigation system The estimated construction cost IS between $5,000,000.00 and $10,000,000.00. Solicitation to be issued on/about December 30, 1998, utilizing Eleciconic Bid Sets (EBS). Traditional hard copies of plans and specifications will not be available for this project. Solicitation documents will be provided on Compact DisksRead Only Memory (CO-ROM) for a non-refundable charge of $59.03. Solicitation documents shall be requested through any of the following methods only: a) mall requests to: Delense Automated Printing Service. Alto; Army Corps Solicitation, Box 126, Building 550. Pearl Harbor. Hawan 96860-5120; b) via coorier service to: Delense Automated Printing Service, Aune Army Corps Solicitation, Building 550. Pearl Harbor. Hawaii 96860-5120; or c) via facsimile (st paying by credit card) to (808) 471-2604. Requests must state company name, address, telephone number, facsimule number. solicitation number, project title, and company designation (pume cootracto, subcontractor. supplier, or plan room). Envelope front must show the solicitation number. Checks shall be made out payable to Superintendent of Documents. Provide separate check for each project requested. Checks containing payment for multiple projects will be returned to requestor without action Facsimile requests must state (1) the above requued company information, and (2) card. holder's name, account number, and card expulation date. VISA and Master Card are the only credit cards accepted. Forms requesting air express service shall furnish completed air bills showing recipient's name, company name, telephone number, company billing account number. and type of delivery required. Firms with foreign delivery addresses shall provide completed commercial or corporate invoices in addition to the completed airbills failure to supply completed airbulls and commercial or corporate invoices to applicable) will result in solicitation documents being sent via regular US mail. Failure to provide any of the foregoing information, documents, and/or payment may delay mailing of solicitation documents, SUMMARY: I Send all requests and payments to the Defense Automated Printing Service (CAPS) as addressed above. Do not send to the US. Army Engineer District, Honolulu. 2. Solicitation documents will no longer be available for purchase over the counter from the US. Almy Engineer District, Honolulu. 3. Provide separate check for each project requested. Make checks payable to Superintendent of Documents. 4. DAPS will accept requests for solicitation documents via mail. courier service, or facsimile, in accordance with the above instructions. Solicitation documents are not available for purchase or pick-up over the counter at DAPS. 5. Allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. 6. Address inquiries regarding issuance of solicitations, amendments. and plan holder listings to DAPS at (808) 471-0451. Address technical and all other inquiries to the points of contact identified in this document Forms with Internet access are requested to obtain plan holder listings from DAPS website http://www.hawant wnbt daps mul/ARMY/corps.htm. Project information, to include Bid Opening Dates, can be obtained from the Honolulu Engineer Distract website http:// www.pod.usace.army.mil/ebs.html,

www pod usace.army.ouillebs.html Honolulu Engineer District Contracting Home Page

jenny yatsushiro@usace army mil click here to contact the Contract Specialist ma e-mail (W-344 SN279348)

USP&FO FOR ARKANSAS, ATTN: OSS-PC. BLDG 7100. CAMP JOSEPH T. ROBINSON, NO LITTLE ROCK AR 72199-9600 -CONSTRUCT/ALTER COMMUNICATION FACILITY SOL F5CESQ-8316 O POC CONTRACT SPECIALIST TIMOTHY PIGHEE 501-212-4401 (Site LE DAHA03) This is a Pre-Solicitation notice to provide all plant, X, material, equipment, appliances and supervision necessary to struct a 6700 SF Air National Guard Communication facility. Project o be reinforced concrete foundation and floor slab, masonry walls, ctural steel framing and roof structure, all utilities and support. nde paved open storage area. The estimated magnitude of construction between $500,000.00 and $1,000,000.00. An invitation for bid is cipated to be issued o/a 15 Dec 1998, contract award date ol

feb 1999 and a Notice to proceed issued o/a 23 feb 1999, struction time is anticipated to take approx. 280 days after notice xroceed. Only prime contractors should reply. Replies must indicate

firm's size status such as large business, small business, small dvantaged business, or 8 (a). The Standard Industrial Classification ) Code is 1541. The applicable small business size standard including ated is no more than $17,000,000.00 average annual revenue the previous three years, Requests for bid documents must be iriting accompanied by a 'check for $75.00 per set, made payable 1.5. Treasury. Refunds will only be made for the return of unmarked le sets of plans and specifications. Only two solicitation package

will be issued per contractor. Facsimile and telephone request not be accepted. Responses should be mailed to USP&FO for ansas, ATTN:DSCLOG-PC Timothy Pighee, Camp Joseph F. Robinson, h Little Rock, AR 12199-9600 (1-345 SN279678)

aintenance, Repair or Alteration of Real Property

Phillips Laboratory/PKO. Directorate of Contracting. Operational Contracting Division, 2000 Wyoming Blvd SE, Kintland AFB, NM 87111 SIMPLIFIED ACQUISITION OF BASE ENGINEERING REQUIREMENTS ERJ SOL E29650-98-RO022 DUE 012999 POC Keith Johnson (505)846

.or Vicky Anderson. (505)846-6283 Correction: This action onginally cized in the CBD dated 08/25/98, is changed as follows. Solicitation

date will be 14 Dec 98 and offers will be due 29 Jan 99 Bter than 3:00 PM local time. Ollerors are reminded that this sition is restricted to 8(a) firms serviced by the Albuquerque Ect Office. All other firms are deemed ineligible to submit offers.

firms interested in this REP should consult the following web www.de afrl.al.mil/pk/pko/busops.htm/ No paper copies of the Solici.. will be provided. All other information publicized in the original SIS is correct. p://www.de.afrtal.mil/pl/pko/busops.htm/ SABER (W-344 SN279335)

USPFO for Utah, P.O. Box 2000, 12953 Minuteman Drive, Draper,

UT 84020-2000 LREPAIR AIRCRAFT PARKING APRON SOL USE B962019 POC Contract Specialist, Diane N. Johnson (801) 595-2312 PRESOLICITATION NOTICE: The project involves the replacement of approximately 10,400 square yards of aircralt parking apron at the Utah Air National Guard Base. 765 North 2200 West. Salt Lake City, Utah (adjacent to the Salt Lake City International Airport). The replacement consists of the demolition of existing asphalt and concrete, the excavation and removal of existing base course and underlying soil. furnishing, laying and compacting base and cement treated base courses and laying new concrete apron with all appurtenances. Also included in the project are the drainage and sub-drainage systems. joint sealant, grounding point, and tie downs. Estimated magnitude is between $1 Million and $5 Million. In accordance with the Competition Demonstration Act for Construction, this project is to be did as a small business set-aside with consideration given to small disadvantaged businesses. The Standard Industrial Classification Code is 1611 The size standard is $17 Million. The performance period is 210 calendar days. Bid packages will be issued on a first-come. first serve basis to qualified prime contractors only until supply is exhausted. Solicitation documents are tentatively scheduled for January 13. 1999, at a cost of $25.00 (non-refundable) per set. The $25.00 is to accompany your request and be in the form of a cashiers check, certified check, or money order payable to the "Treasurer of the United States. All requests shall be in writing No telephone calls will be accepted. Bid opening date will be scheduled for approximately 30 days after bid packages are distributed. (W-344 SN279353)

V. S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City. Missouri 64106 HVAC UPGRADE TEMPERATURE CONTROL SYSTEM AT WED, BIRHAM, AL SOL NAAW8320900076PW DUE 122498 POC Patsy A. 5. (816) 426-6823, ~230 The U.S. Department of Commerce. NOAA, al Administrative Support Center, is acquiring repairs for the Healing. ation, and Air Conditioning (HVAC) system, which includes the Frature control system, at the National Weather Service Forecast

in Birmingham, AL. Renovation of the HVAC system will include, s not limited to, new sequence of operations, replacement of ciator panel, replacement of outside air return and supply au

US Army Engineer District, Honolulu, Building 230. Attn: CEPOD

CT, Fort Shafter, HI 96858-5440 2-RENOVATE ASIA-PACIFIC CENTER SOL DACA83-99-8-0002 DUE 012999 POC Jenny Yatsushiro. (808) 438-8569 FY98 MGON P-111,'* Renovate Building 202. M, DeRussy. Hawaii: This solicitation is an 8(a) competitive procurement and is being restricted to 8(a) firms serviced by the SBA (Small Business Administration) Honolulu District Oilice. Standard Industrial Classification Code (SIC) for this acquisition is 1542-General Contractors --Nonresidential Buildings. Other Than Industrial Buildings and Warehouses and 8(a) hems must have SIC code 1542 among their approved SIC Codes. The project involves the renovation of Building 202, fort De Russy to accommodate the Asia.. Pacific Center for Secunty Studies (APCSS), Renovation includes construction of interior partitions. replacement/installation of suspended ceiling:

Directorate of Business Services-Contracting, AFRC-FM-DBS-C, =

2103, South 8TH Avenue, Fort McCoy. WI 54656-5153 2-PROVIDE ALL LABOR, TOOLS, MATERIALS, AND EQUIPMENT TO = CONSTRUCT A SCBA, COMPRESSED AIR FILL STATION, BUILDING 1680, FT. MCCOY, WI=20 SOL DAKF61-99-0-0009 DUE 012599 POC Lois A. Ames, Contract Specialist. 608-388-2500, Sandra J. Drecktrah Contracting Officer. 608-388-2703 Provide all labor, tools, materials, and equipment and perform = all work to construct a SCBA compressed air, fill station, Building 1680. = Fire Station. Fort McCoy, WI. Work

Issue No. PSA-2242; Tuesday, December 15, 1992

includes preparing a base including excavation, rough grading. back fill, framework, cast-in-place concrete installation, and floor finishing. Attach a pre-engineered metal = building to an existing structure matching the fa=E7ade of the existing brick = structure as required in the specifications. Miscellaneous metal work, carpentry work, priming and painting, board insulation, batt and blanket = insulation will be required. Installation of fire extinguisher cabinets and accessories and a sectional overhead door is part of the contract. = Bidders are encouraged to visit the site. The magnitude of the project is = between $25,000 and $100,000. The SIC 1542; this is a small business = sel-aside action. A payment bond of 50% will be required on award. Performance = time will be 90 days. Requests should be received by the issue date of 4 = January 1999. Closing date will be COB 25 January 1999. Requests for the = quotation must be in writing and accompanied by a non-refundable certified check, cashiers check or money order payable to the U.S. Treasury in the = amount of $8.00 per RFQ package. No company, personal, registered checks or cash = will be accepted. Anticipated award date is on or about 12 February 1999. = All responsible sources may submit a request for the quotation which shall = be considered.

AMESL@MCCOY-EMH2 ARMY.MIL Provide all labor, tools, materials, and equipment to construct = a SCBA, compressed air till station, Building 1680,F1. McCoy, WII (D-345 SN279436)

Wages (719) 333-4742/Contracting Officer This project includes, but not limited to, replacing existing boiler circulating pumps 2 through S: replace electrical starter and wining to pumps 2 through 5; one bid additive to provide Variable Frequency Drives (VD)s for pumps 2 through 5; and provide a credit to the government for soft-start magnetic starters at the Heat Plant, Bldg 2560 on the Air Force Academy, CO. Contractor shall provide all laboi, materials and equipment necessary to perform work. Contract type will be form fixed Price The performance period is 180 days administrative time and 60 days on-site. The estimated construction magnitude is between $250.000 and $500,000. This project includes a sole source requirement for high temperature hot water boiler circulating pumps only from Flowserve Corp. Littleton CO. This project also includes the removal of leadbased paint and asbestos materials. The resultant contractor will be permitted storage on-site. Responsible sources may request this solicita. tion by letter or FAX to (719) 333-4747 which contains their business size, point of contact, street mailing address, telephone and facsimile numbers. The applicable SIC code is 1731 and small business size standard for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three fiscal years does not exceed $7 million. This solicitation is being competed as unrestricted IAW the Small Business Competitive Demonstration Program, Proposals will be evaluated in accordance with FAR 19.11 entitled "Price Evaluation Adjustment for Small Disadvantaged Business Concerns". The solicitation is tentatively scheduled for issuance on or about 22 Dec 98. Women-owned and small disadvantaged business concerns are encouraged to submit offers. Copies of this solicitation are limited to 70 and priority issuance of the solicitation will be to those contractors who identity themselves as "PRIME“ contractors on a first come basis. Specifications and drawings will be issued in the Compact Disk format. Concerns may review the solicitation, at this address (by appointment) or local plan rooms it copies are no longer available. **** (W-345 SN279535)

Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th St., Room 2179, Cleveland, OH 44199-2060

- REPAIR CAPE LOOKOUT LIGHTHOUSE. SOL DTCG83099-Q-OFAI POC Faye Arnold, (216)902-6219 This is a modification to the original CBD notice which appeared on 12/10/98. The location of Cape Lookout Lighthouse is Atlantic Beach, NC. All other details remain unchanged. The specifications and plans have not been finalized. Therefore, there is no scheduled due date at this time. (W-345 SN279478)

Officer In Chargo, Navlac Cntracts, Code 495, Building #i-29. P.O. Box 2032, Portmsouth Naval Shipyard, Portsmouth, w 23.

2032 L-ROADS, SIDEWALKS, AMD MISCELLANEOUS GROUNDS RUE

PORTSMOUTH NAVAL SHIPYARD, KITTERY, MAINE SOL N52477.41


6508 DUE 021499 POC The Contracts Office at (207) 438-4500
work includes all labor, materials, equipment, transportation and

到期 vision as necessary to clean catch basins, stripe roadways. > and pave, install curbing, replace concrete sidewalk slabs, and selera ous labor hour and material masonry and concrete repairs a Portsmouth Naval Shipyard, Kittery. Maine. This procurement . both Service Contract and Davis Bacon Act requirements. Only Davis Bacon Wage decision will be incorporated into the polices NL and shall be in effect for the entire contract length (base dum period plus all option 'extensions). The contract will include a year 'commencing on the date of award and two option years contract shall not exceed 36 months. The SIC code for this procurand is 1611 with a size standard of $17,000,000. This solctater be issued as unrestricted and is subject to the evaluation and contained in FAR 52.219-23 entitled "Notice of Price Evaluation Adustaedut for Small Disadvantaged Business Concerns." The response date above is an estimated date. Once the solicitation is issued requesting the solicitation will be given a copy. Bidders/Ollerers in in obtaining plans and specificalions for this project must sted! their request along with a Bank draft, Business check, Casher's check 512 Company check or Money Order in the amount of $48.99 tiene Automated Printing Service, Building 20. Portsmouth Naval Shearly Portsmouth, NH 03804-5000. Each check must be made bay the SUPERINTENDENT OF DOCUMENTS and annotated with the solicitation number. DO NOT MAKE CHECKS PAYABLE TO THE US IKS, URY. Use of VISA, Mastercard or Discover credit card is the pers method of payment Contact DAPS at (207) 438-1605 or like place orders. One set of plans and specifications will be sent First Class U.S. Mail, upon availability to those Contractors a tendered payment. Il a contract number is not annotated as it pe or your check is not made payable to the SUPERINTENDENT OF DEN MENTS, your check will be returned unprocessed. NO PLANS AND SE FICATIONS WILL BE ISSUED UNTIL PROPER PAYMENT HAS BEEN

2* 11 you would like information on the mailing of the soliceation

TE via expedited couner service, please contact Detense Prinding the at (207) 438-1605 or 1606. For lechnical questions concerna; subject notice, please submit your questions in writing to the Court Ollice at (207) 438-2916. PLANS AND SPECIFICATIONS ARE NOT ALLAH IN THE CONTRACTS OFFICE.

NAVY MIL Contact the content Officer at the e-mail address shown. (W-345 SN279718)

USCG, CEU Providence, 300 Metro Center Blvd, Warwick, RI 02886

REPAIR BATHROOMS IN 16 FAMILY HOUSING UNITS, USCG GROUP LONG ISLAND SOUND, MILFORD, CT SOL DICGG1-99-0-3WK059 DUE 010699 POC Bob Kruzewski (401) 736-1704 (fax) ISSUE DATE 12/ 23/98. Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal necessary to repair bathrooms in sixteen occupied single family dwellings.. The estimated cost of this project is between $25,000 and $100,000. SIC code is 1711. Period of performance is snuty (60 calendar days from Notice to Proceed. ON SITE CONSTRUCTION IN UNITS IS RESTRICTED TO 45 CALENDAR DAYS. Solicitation packages to be available on or about December 23, 1998. and may be obtained from: RI Blueprint, 335 Webster Avenue, Cranston, RI 02920 at (401) 942-3225, (800)734-3225 or lax (401)946-6550. Contact RI Blueprint for cost. Visa, MasterCard & American Express accepted. Bidders are required to verity the number of amendments prior to bid opening with the Contracting Officer. The due date for receipt of bids is on or about January 6, 1999. This project is issued pursuant to the Small Business Competitiveness Demonstration Program, and is unrestricted. ATTENTIONMinority, women-owned and Disadvantaged business enterprises (DBEs). The Department of Transportation (DOT),offers working capital financing and bounding 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 (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For lurther information, call (800)532.1169. Internet address: http://sdbuweb.dot.gov. (W-345 SN279512)

Officer in Charge of Contracts; Building 307, 2nd Floor, Naval

Air Station; Fallon, Nevada 89496-5000 KREPAIR STAIR TOWERS BARRACKS 8 & 9 AT NAS FALLON, NEVADA SOL N62474-98-B-3351 DUE 021099 POC UG Matt Bryner, 702-4262665. Jeannie Brown. Contracting Officer. 702-426-3206 The work includes the furnishing of all labor, material and equipment required for demolition and reconstuction of four existing three stroy stair towers at Barracks 8 and 9 with the addition of maids rooms at two of the stair and incidentat related work at Naval Air Station, Fallon, NV. The contract duration is approximately 180 days and the estimated cost of this project is between $100,000 and $250,000. Request for bid packages will be available approximately 4 January 1999. Telephone requests will not be accepted. Request must be in writing and may be transmitted to facsimile number 650-244-3349 or mailed. This procurement is restricted to small businesses and all responsible sources may submit a bid. The address for requesting solicitations is Defense Automated Printing Service, San Bruno Center. 900 Commodore Drive. Building 203. San Bruno, CA 94066-5005

navy mil Officer in Charge of Contracts (0345 SN279640)

USCG, CEU Providence, 300 Metro Center Blvd, Warwick, RI 02886 I DREDGING AND WATERFRONT REPAIRS AT U.S. COAST GUARD SANDY NOOK STATION, NJ SOL IFB DICGG1-99-B-3WK053 DUE 012999 POC Mr. John O'Boyle, Contracting Officer, 718-354-4017 Presolicitation Notice: 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 wharf 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 to 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 $15. Checks or money orders should be made payable to 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 tirms 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 surely. 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 torms concerning the bonding assistance program and or the STUP, please call the OSDBU at (800) 532-1169. All responsible sources are invited to submit a proposal, which shall be considered by the Coast Guard. (W-345 SN279516)

US PROPERTY & FISCAL OFFICE-NY, ATIN MNPF-PC, 330 OLD

NISKAYUNA ROAD, LATHAM NY 12110-2224 2-PROJECT NO. RVKQ 882005 REPAIR GUARDIAN STREET PARKING, PROJECT NO. RVKQ 942011 REPAIR GUARDIAN STREET, NIAGARA FALLS INT AIRPORT, NIAGARA FALLS, NY (AIR NATIONAL GUARD) SOL DAHA 3099-8-0001 DUE 020599 POC Contract Specialist John J. Ryan (518) 786-4986 (Site Code DAHA30) The project consists of furnishing all materials, labor, equipment, and supervision required to Repair Guardian Street/Repair Guardian Street Parking at the Air National Guard Portion of the Niagara Falls International Airport, Niagara Falls. New York. Project RVK0882005 consists of modifying the entire parking area to provide proper storm water drainage and eliminate standing water Project No. RVK0942011 consists of reconstructing the entire roadway to provide proper storm water drainage and eliminate standing water Both projects include demolition and disposal of all existing asphaltic concrete bituminous pavement, base course, improper subbase matejials, existing catch basins, receivers and storm drain fines as necessary in strict accordance with plans and specifications provided by the Government. New guardrails will be installed if selected as an acceptable alternative bid item. 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 $500,000.00 and $1.000.000.00. The work will be bid a lump sum, firm faxed price contract. The anticipated performance time for this project is 180 calendar days alter notice to proceed is issued. IFB DAHA30-99-B0001 will be issued on or about 05 January 1999, with a bid opening date on or about 5 February 1999 at 13.30 hrs. A pre bid conference will be held at the Niagara Falls International Air Force Base on 14 January 1999 at 13:30 hrs. Representatives of interested firms attending the above meeting should proceed to Building 202 (Base Civil Engineer Office) 15 minutes prior to these times. Please contact MAJ Dan Green @(716)-236-2531 if planning to attend). Interested firms may request an ITB package by submitting a willen request to the USPFO-NY. 330 Old Niskayuna Road, Catham. New York 122102224, AIIN: John L, Ryan, Contracting Ollicer, IMPORTANT: All requests for IFB packages must be accompanied by a non refundable cashiers check bank draft of money order in the amount of $75.00 made payable to the Treasury of the United Stales. Company or Personal checks WILL NOT be accepted. The Standard Industrial Code (SIC) applicable to this project is 1611. This project is 100% restricted to small business. The small business size standard is $17,000.00 Interested fums must identity, in writing whether they will be bidding

Commander (KO), Civil Engineering Unit, Juneau, P.O.Box21701

709 W.9th St., Room 817, Juneau, AK 99802-1141 2-MPROVEMENTS TO BOATHOUSE BROW AT USCG ISC KETCHUL, ALASKA SOL DIC687-99-8-643025 DUE 020299 POC Rebecca (907) 463-2418 DICG87-99-8-6430254mprovement to the Better at USCG Station Ketchikan. Alaska, Provide all materials, te transportation, incidentais to perform labor to make improvemet, the boathouse at USCG Station Ketchikan. Alaska in accordat the plans and specifications. PROSPECTIVE BIDDERS THAT HAVE ACC" SENT IN THEIR CHECKS FOR PLANS AND SPECIFICATIONS UNDER THE DICG87-98-B-643069 NEED NOT RESUBMIT A NEW CHECK. Work in to y but is not limited to: remove and discard the following treeforty-five foot steel tide bridge: 100 feet of sur fool and floating wood docks; all. Utilities on wood docks including electro telephone, potable water, and pneumatic lines; removal of 185 m feel of sir root floating wood docks; removal of all marme a from Ibe docks and discard, transport docks to a storage 3 designated by the COR: install a new five tool by santy teet aluminum brow with awning cover: instalt 210 line ar teet of 51 septy ten tool and twelve foot loating wood docks: install continuous teado e along the edge: instalt. Iwo 8-3/4“ galvanized steel guides be supported from existing piles--ne drithing or blasting is register pertorm reinforced concrete work to modify the existing concrete decking; install new utilities for three moorage locations on the for docks to include electrical, telephone, hot and cold potable wale went supplied air; construct two small storage sheds ang rehab miscellanean deck equipment on the floating dock; and procure or fabrcate misce ** ous items including stairs, handrails, life ring stations, utakty Bedesten and install on the floating dock. The estimated cost range for at project is between $125000 and $250000. The time for compte of this contract is 120 calendar days after notice of and" work required by this solicitation is identified as Industry Stano" #1629 and the applicable size standard is $170 miles 00 annual receipts for the past three years. This procurements 53} pursuant to the Small Business Competitiveness Demonstration Page et Public Low 100-656. as implemented by the OfPP Pelecy Oures and Test Plan dated 8/31/89 This is not a small business se* All responsible sources may submit a bid which shall be cos? by the U.S. Coast Guard Requests for bid documents must be sa!! and received by this oflice no later than 28 December 1998 Minority. Women-Owned and Disadvantaged Business [eterprises de Department of Transportation (001), Ottice of small and Do 30 FT. Business Utilization (OSDBU), has a program to assist man dy, ec***

Operational Contracting Otfice, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

- REPLACE BOILER CIRCULATING PUMPS AT THE AIR FORCE ACADEMY, PROJECT 97-0019 SOL F056119989002 DUE 012699 POC Margaret


Page 4

disadvantaged business enterprises to acquire short term spital assistance for transportation-related contracts. This le to any eligible prime or subcontractor at any tier. The & Assistance Program enables firms to apply for bid, performpayment bonds up to $1.0 million per contract. The DOT 1 80% guarantee of the bid bond amount to a surety against ns are available under the DOT Short Term Lending Program cime interest rates to provide accounts receivable financing um line of credit is $500,000. for further information and forms concerning the STLP, call the OSOBU at (800) 532ested parties can obtain a bid package by sending a check order issued to the U. S. Coast Guard in the amount of Commanding Officer (ko), Civil Engineering Unit, P. O. Box eau, AK 99802-1747. This is a non-refundable lee for the pecifications. galaska.uscg.mil Contracting Officer (W-345 SN279733)

2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATIN: DLSCFEB, Federal Center, Battle Creek MI 49017. 3084 and request a copy of Department of Defense Form 2345 or call OLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3. of the DD form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received alter 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 (eg, if this is a small business set-aside, foreign sources may not participate as potential prime contractors but could, it 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. See Note (s) 1.26. (1-345 SN279420)

ANCE/DELIVERIES, AND QUALITY. MINOR FACTOR IS TECHNICAL CAPABILITY. IF TWO OR MORE PROPOSALS ARE RATED OF EQUAL MERIT, THE PRICE WILL DETERMINE FINAL RANKING. QUANTITIES ARE SUBJECT TO CHANGE. OPTIONS ARE CONTINGENT UPON RECEIPT OF FUNDING. THIS WILL BE A FIRM FIXED PRICE CONTRACT WITH DELIVERY OF FIRST ARTICLE 150 DAYS AFTER AWARD DATE. DELIVERY OF PRODUCTION QUANTITIES WILL BE EVERY 30 DAYS AFTER FIRST ARTICLE APPROVAL DELIVERIES WILL BE FOB DESTINATION TO PINE BLUFF ARSENAL, PINE BLUFF, ARKANSAS. AWARD IS CONTINGENT UPON RCEIPT OF FUNDING. THIS PROCUREMENT ACTION IS 100 PERCENT SET-ASIDE FOR SMALL BUSINESS. (1-345 SN279680)

ander (KO), Civil Engineering Unit, Jungau, P.O. Box 21747,

9th St., Room 817. Jungau, AK 99802-1747 OVEMENTS TO BOATHOUSE SOL DTCG87-98-8-643069 POC ade (907) 463-2418 Cancel this solicitation in it's entirety. itice to be issued under IFB DICG87-99-8-643025. galaska.useg.mil Contracting Officer (W-345 SN279752)

Directorate of Contracting, 00-Alc 6038 Aspen Avenue Bldg 1209

Se, Hill Air force Base, UT 84056-5816 13-DESTRUCT INITIATOR SYSTEM SOL F42610-98-R-0105 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522. For additional infor. malion contact Jack Albretsen/lmka/18013777-5793 Amended, Assembly of destruct initiator system from 14 'each to 'no change: Mfg and qualification of production unit parts for destruct initiator system from 65 each to 17 each; Mig and qualification of test unit parts for destruct initiator system from 9 each to Il each.

http://contracting hill. af.mil/htm/109810105/mis1098r0105.htm Click here to obtain/view solicitation.

ALBRETSI@HILL WPOS.HILL AF.MIL Click Here to E-mail Buyer***** (1-345 SN279705)

iance, Repair or Alteration of Real PropertySources Sought

Bureau of Land Management, 2135 Butano Drive, Sacramento, 125 ER CANYON CLEANUP SOL BA-099-0003 DUE 122898 POC ini, Contracting Officer, (916) 978-4527 Located in Inyo ifornia, New York Butte Quadrangle. Contractor shall furnish id equipment to accomplish NON-HAZMAT cleanup, burning, Wification, and disposal services of all lences, gates, buildings. hipment, vehicles, trash, metal, wood, glass, ash, and other scattered debris. Contractor shall be responsible for obtaining y permits and for any fees related to same permits. The

scheduled for December 18, 1998, 9:30am (PST), meeting ion of the Saline Valley Road and Highway 190. Contractors ged to bring a four-wheel-drive vehicle and a sack lunch

tour. This is an unrestricted procurement in accordance ited industry groups. This project (SIC code 4953) is estimated 5,000 and $100,000. If you are interested in providing

this project, you may request a copy of the solicitation contacting Robin Biagini, Contracting Officer, at (916) 9785 SN279617)

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 10–UMP UNIT, RADIOLUMINOUS; INDICATOR, RANGE SOL DAAE2099R0038 POC Contact the Contract Specialist: Dan McGuire (309) 7827262, PCO is Mary Donovan: (309) 782-4895 DESC: 1240-01-051-8472. 5840-01-458-6159, Part Number 11733745, 9360374. The items to procure are Lamp Unit. Radioluminous; Range Indicator. Both items require a trilium light source. Five Year Requirements type contract. FOB is Origin for use on Mortar Equipment, Artillery. Estimated issue date is 01/15/99. 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-acala) sia army.mil/ACALA AAIS/AAIS. hm. 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. # is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failwe 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. This solicitation incorporates a technical Data Package (TDP) that cannot be provided via the internet. Vendors who need this TDP in order to prepare a bid or proposal are instructed to request same by submission of an email request to: tdpdist@ria-emh2 army.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 TDP will be provided by normal mail alter the solicitation has been released to the internet. (W-345 SN279505)

upplies, Equipment, and Materials

12 Fire Control Equipment

/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE, GA 1611 46 BOMB RACK SOL F09603-99-R-41377 DUE 020199 POC AIL TO ABOVE ADDRESS include mig code, for additional contact Mary Jo Tully/lkka/19121926-9106 llem 0001 NSN - 4688 P/N: 116200-8. Func: Carries out and releases stores. ent contemplates a require- ments type contract with decenering available to any DOD activity. Award will be for a with annual options through FY 2013. An EPA provision ded. Evaluation will be determined through a "Best Value“

unqualified successful otteror will be requqired to submit le for approval on both the BRU 46 and BRU 47 bomb ea. Applicable to: F15, 622, Br057. Destn: Destination will

at time of award.. Delivery:01 Oct 2002 2302 ea Item 095-01-459-3951 Bru47 Bomb Rack P/N: 116200-8. Same applies as cited on line item 0001 1227ea. Applicable Bru57. Destn: Robins Air Force Base GA 31098-1611. Oct 2002 1227 ea This solicitation can be found at the t: http: pkec.robins.al.mil The approximate issue/response

31 DEC 1998. First article test required. No telephone ily written or faxed requests received directly from the e acceptable. All responsible sources solicited may submit sal, or quotation which shall be considered. All potential uld contact the buyer/PCO identified above for additional and/or to communicate concerns, if any, concerning this 1 your concerns are not satified by the contacting officer, nan has been appointed to hear serious concerns that olved through established channels. The purpose of the is not to diminish the authority of the the program director ng officer, but communicate serious contractor concerns. reements, and recommendations to the appropriate governnel. When requested, the Ombudsman will maintain strict y as to the source of the concern. The Ombudsman does te in the evaluation of proposals in the source selection en appropriate, potential offerors may contact Ombudsman . Chief, Contract Policy Division, at 912-926-2604. Please

to identify previous contacts made by you in an altempt our concern. This acquisition mayidoes involve technology

military or space application. The only US contractors articipate are those that are certified and registered with -352-3572) and have a legitimate business purpose. US must submit a copy of their current, approved DO Form

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 12- PRESOLICITATION NOTICE/CHUTE ASSEMBLY SOL DAAE20-99-R0036 POC Contract Specialist :Pam Canterbury (309)782-4275, PCO Dave Elliott (309)782-3814 the MIDESC: 1015-01-257-4163, Part Number 12548053. The item to procure is a Chute Assembly. Requirements are 389 each, FOB is Destination W31GIZ Anniston Army Depot. for use on the MI Abrams. Estimated issue date is 28 Dec 98. 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 dale by accessing the following address via the internet: http:/ /www-acalal sia army. MiVACALA/AAIS/AAIS.htm. CAUTION: This solicitation will be issued electronically as wilt any amendments thereto. Because of this, the Government is under no obligation and is in lact 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 lour 100 percent options. Proposed contract is 100% small business sel-aside. (W-345 SN279499)

Directorate of Contracting, 00-AIC 6050 Gum Lane/Bldg 1215.

Mil Air Force Base, UT 84056-5825 13—LINE, ASSY SOL F42630-99-Q-20504 DUE 012299 POC For copy. PKX-2/Pamala Chalfee/(FAX)801-771-7522, for additional information contact Genee Ringel/likm/18011775-2093 Item 0001 NSN 1377-01-0568644ES P/N: 51062-), Actt ejection sys (lite support) ballistic device. Predominant mall: HNS core with black polyethelene jacket cased in aluminum sheath. Explosive charge. 0083 lbs, length 70“, diameter approx 3/8" and is ballistic initiated. 28ea. Applicable lo: F-16, Destn: FMS Countries. Delivery:31 Dec 1999 28 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) all All suppliers of this item must meet all requirement of commerical and government entity 81755 specification control drawing The approximate issue response date will be 31 DEC 1998. The anticipated award date will be 22 Jan 1999. Written procedure will be used for this solicitation. To: Oea Aerospace Inc, Fairfield CA 94533-0659. No telephone requests. Only written or faxed requests received directly from the requestor are acceplable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Award will be made only if the offeror, the product/ service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the oflice where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firmis) 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 ofterors 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 DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-221-2423, 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, of 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 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 Defense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the Delense Logistics Services Center, 14 Washington Avenue N., Battle Creek, Michigan 40917-3084 11-800-352-3572) for further information on the certification or cess. You must submit a copy of your approved

13 Ammunition and Explosives

HEADQUARTERS IOC, ATTN AMSIO-ACI, BLDG 350 STN FLOOR MIDDLE

BAY, ROCK ISLAND, IL 61299-6000 13_FIN ASSEMBLY, NSN: 1315-01-271-8061 FOR 81MM CARTRIDGE SOL DAAA09-99-8-3013 DUE 021599 POC Contract Specialist Christine Tindle (309) 782-3449. FAX (309)782-4955 OR EMAIL (Site Code DAAA09) HQ, IOC HAS A REQUIREMENT TO PROCURE 13,150 EACH FIN ASSEMBLIES FOR PINE BLUFF ARSENAL IN ACCORDANCE WITH DRAWING 9327831 REV B. THE ASSEMBLY CONSISTS OF FIN P/N 9327834 AND HOUSING CARTRIDGE P/N 9327833 AND A COMPONENT OF THE M8 TA SMOKE POT. THE SOLICITATION WILL CONTAIN A 100 PERCENT EVALUATED OPTION CLAUSE THE GOVERNMENT WILL AWARD THE CONTRACT ON THE BASIS OF THE COMPARATIVE ADVANTAGES AND DISADVANTAGES OF THE COMPETING PROPOSALS OR "BEST VALUE TO THE GOVERNMENT, MAJOR FACTORS TO EE CONSIDRED ARE PRICE, PAST PERFORM

Issue No. PSA-2242; Tuesday, December 15, 1998

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

4488, Redstone Arsenal, AL 35898-5280 15 GEARBOX, RESCUE HATCH SOL DAAH23-99-0-0247 DUE 021199 POC Vivian Jennings, Contract Specialist, 256-955-9255, or Daniel Fuller, Contracting Officer, 256-955-9258, datalax 256-955-8683. THIS IS A COMBINED SYNOPSIS/SOLICITATION, Item 0001AA, 58 each, NSN: 156001-011-2654, P/N: 11452623-8, applicable to the CH-47 Aircraft. Detivery will be 58 per month, starting 150 days after dale of award, Inspection and acceptance at Origin, Inspection requirements: 52.246-2, 52.24611, ISO 8402(Terminology):and ANSI/NCSL 2540-1-1994 or ISO 100121:1992. FOB Point: Origin, with deliveries to New Cumberland, PA. Level of Preservation/Packing: A/B Packaging--tems shall be packaged per the following codes IAW MIL-STD-2073-2C-MPA: 3G, COAL: 1. PM/III: 00. WM/IV: GB, CDN: BG, CINI: B, UCNII: ED, ICNII: 00, LOPNIJI: A, QUP: 001, ICQ: 000; OPININD: 0. Packing-items preserved and packaged as above shall be packed JAW MIL-STD-2073-2C. TABLE IX, code F. Special Macking in accordance with MIL-STD-2073-2C, Table X. code 99. Approved Source is Boeing Defense & Space Group, P.O. Box 16858, Philadelphia, PA 19142. All responsible sources may submit an offer which will be considered. Firms that recognize and can produce the required item(s) described above are encouraged to identify themselves to the Contracting Officer, then 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. This acquisition is subject to availability of funds. Procurement History: Award Date. 94 Jun 21. Quantity 78 ea.. $1,477.00 ea.. Contractor: Boeing Helicopters. The history provided has not been screened in any manner to ascertain the actual circumstances of a procurement and should not be considered as a reliable indicator of an appropriate price level for this solicitation. This announcement constitutes the only solicitation document, quotations are being requested and a formal solicitation will not be issued. Cile Request for Quotation (RFQ) No. in your response. Submit Quotations no later than close of business 10 feb 99. Any award resulting from this RFO will be issued on DD Form 1155 and will contain all clauses requued 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 Incorporated by Reference (Jun 1988) and FAR 52.252-2, Clauses Incorporated by Reference (Jun 1988)-This solicitation 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 of other than destination. • 2. Quotation is form for 90 days unless otherwise stated. 3. furnish vendors part number(s) il other than listed with each item. 4. Point(s) ol shipment, performance, preservation, packaging, and marking. 5. Remittance address. 6. Taxpayer Identification Number (TIN) per FAR 52.204-3, Taxpayer identification (Jun 1997). 7. Commercial and Government Entity (CAGE) Reporting DFARS 255, 204-7001 (Dec 1991). 8. Ofteror's recommended economic purchase quantily. 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) it applicable. 10. FAR 52.219-1, Small Business Program Representations (Feb 1998). The standard industrial classification (SIC) code is 3728. The small business size standard is 1000 employees: 11. FAR 52.222-21, Certification of Nonsegregated Facilities (Apr 1984). 12. FAR 52.222-22. Previous Contracts and Compliance Reports (Apr 1984). 13. FAR 52 222-25, Allirmative Action Compliance (Apr 1984). 15. DEARS 252.225-7000, Buy American Act--Balance of Payment Program Certificate (Dec 1991). 16. DEARS 252.219-7000, Small Disadvantaged Business Concern Representation (DOD Contracts) Jun 1997). Quotes may be submitted in contractor formal. Inspection of Supplies (FAR 52.246-2) Higher level Contract quality requirement (FAR 52.246II) ISO 9002 or equivalent. POC is Vivian Jennings, AMSAM-AC-ALC. (256)-955-9255. ( See Numbered Note 23 and 26) (W-345 SN279520)

8. source approval request (SAR) package to AMCOM, AMSAW.AH. l-F-S/Ramon Campos, (256) 313-4909, Building 5681, Redstone Arsena AL 35898-5280 This acquisition is subject to availability of the Procurement History. Award Dale, 89 Dec 07, Quantity 13022., Ltd ea.. Contractor: Boeing Deteoce & Space Group. The history patas has not been screened in any manner to ascertain the actua 3 cumstances of a procurement and should not be considered as reliable indicator of an appropriate price level for this solicitare This announcement constitutes the only solicitalion document, quello are being requested and a formal solicitation will not be issæd da Request for Quotation (RFQ) No. in your response. Any award iesakan from this RFQ will be issued on DD Form 1155 and will all clauses required by law, the Federal Acquisition Regulation 3 and the Delense Federal Acquisition Regulation Supplement lo as appropriate for the dollar value of the award. FAR 52.252-1, Sociale Provisions Incoporated by Relerence Jun 1988) and FAR 47.29.4 Clauses Incorporated by Reference (un 1988)-This solictate or porates one or more solicitation provisions/clauses by reference ** the same force and effect as if they were given in full teri un request, the contracting officer will make theu fult text av dette Quotations shall provide the following information, representations et certifications: 1. FOB point if other than Origin, 2. Quotaten s to for 90 days unless otherwise stated. 3. Furnish vendors part repos if other than listed with each item. 4. Point(s) of shipment. Derfor era preservation, packaging, and marking. 5. Remittance address, 6, Tacize Identification Number (TIN) per FAR 52.204-3, Taxpayer identiter (Mar 1994). 7. Commercial and Government Entity (CAGO BETTE DFARS 255.204-7001 (Dec 1991). 8. Offeror's recommended parents purchase quantity. Unit Price, Total amount per FAR 52.207-4 Erro: Purchase Quantity Supplies (Aug 1987). 9. Information required by FAR 52.211-5, Material Requirements (Oct 1997) if applicable 194 52219-1, Small Business Program Representations (Oct 19951 1! 52.222-22, Previous Contracts and Compliance Reports Apr 1984 FAR 52.222-25. Affirmative Action Compliance (Apr 1984). 13.12 252.225-7000, Buy American Act-Balance of Payment Progras en cale. 14, DFARS 252219-7000, Small Disadvantaged Business Corean Reprsentation (DOD Contracts) (Apr 1994). Quotes may be subieta in contractor format. See Numbered Notes 23 and 26. (W-345 SN24

Defense Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, OH 43216-6595 14-GUIDANCE SECTION, GUIDED MISSILE TRANSMITTER FREQUE NCY 1495.5 MHZ SOL SPO920-99-R-X105 DUE 013099 POC Contact: namediane Jackson PHONE-(614)692-7631 FAX number (614)692-6911 PRNO: YPE 98292001003 NSN 1420-01-370-6549, CAGE 13923 Part No 22126000-510 No additional descriptive data available. 8-EA Del to Mechanicsburg PA 17055 Del by 16 Jan 99. Adequate data to eval alt offers not avail at this Center * see Sol clause h-2 • data must be submitted with alt offer * government anticipates 12 month long term contract with option to extend for 12 months req aty price breaks for 1 EA thru 25 EA + req RIP from OSCC-PBAB FAX (614)6922262 on or after issue date 12/30/98 all responsible sources may submit offer which DESC shall consider, (9-344 SN279400)

Defense Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, OH 43216-6595 14_SHOCK ABSORBER, HYDR SOL'SPO920-99-Q-A137 DUE 010499 POC Contact: name-donna fernandez PHONE-(614)692-7674 FAX numbe R-(614)692-6910 PR-NO: YPE 98331000302 NSN 1440-00-370-8097, hydr, shock absorber CAGE 10001 Part No 2890691-1 CAGE 06742 P/N 14933 5-EA Del to Lathrop CA 95330 Del by 28 Jan 99. 14 -EA Del to Mechanicsburg, PA 17055 Del by 28 Jan 99. Other than full and open competition: part numbered item. Products offered clause applies, PR quantity: 19 destinations: Stockton, CA, Mechanicsburg, PA delivery schedule: 90 days set-aside type: unrestricted (sole source/single source) (No prelerence) all responsible sources may submit oller which DESC shall consider. (1-344 SN279401)

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

4488, Redstone Arsenal, AL 35898-5280 15-LINK, ASSEMBLY SOL DAAH23-99-0-0249 DUE 021199 POEN Jennings. Contract Specialist, 256-955-9255, or Daniel Fuller, Conte schrif Officer, 256.955.9258. Datalax 256-955-8683 NSN 1560-01-24 P/N 145C1463-1. Quantity 90 each applicable to the Ch-47 ARK F.0.8. Origin with deliveries of 90 each to New Cumberland, PA PO 5001, Firms that recognize and can produce the required item(s) de above are encouraged to identify themselves to the Contract op te

ng then they may be permitted to become an approved sois ce face ** have met source approval requirements, which will per ma thermal tion in the current or future solicitations. Approved source is Betting Defense and Space Group. The drawings are unavailable. All Results sources may submit an ofter, which will be considered. This real is currently unfunded. Award will be withheld pending receipt of 5 stars funds. See Numbered Note(s) 22. 23. Firms are encourages source approval in order to compete for future solicitations by sute a source approval request (SAR) package to AMCOM, ATTA: 1979 AR-E-1-F-S/Ramon Campos, (256) 313-4909, Bldg 5681, Redsiwe 1989 AL 35898-5280. (W-345 SN279537)

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

Columbus, OH 43216-6595 14--RETAINER, GUIDED MISSILE SOL SPO920-99-Q-A138 DUE 011599 POC For Information Only, Point of contact is Russell Stoner/ph 614692-7577; fax 614-692-6911 PR NR: YPE98288000255 NSN: 1440-00220-5113 RETAINER, GUIDED MISSILE SOL NR: SP0920-99-Q-A138 issued 12-29-98; return quote on/before 01-15-99. Approved Sources: All Bids should be quoted IAW US Army (18876) dwg nk 11069174. Bid Set Available. See Clause S-48 to order drawings. The Small Business size standard is 500 employees. Quantily: 29 each, Delivery: 60 days; deliver to: Stockton CA. FOB: Destination; Inspection/Acceptance at Origin. THIS IS A POSSIBLE INDEFINITE DEUVERY PURCHASE ORDER. PLEASE GIVE BREAKS RANGING FROM 25 TO 249 EACH. CONTRACTOR'S ATTENTION IS DRAWN TO CLAUSE S-46. THE AWARD WILL BE VIABLE FOR UP TO 1 YEAR OR $100,000 WHICHEVER COMES FIRST. FAILURE TO AGREE TO THIS CLAUSE WILL AFFECT AN AWARD DECISON FOR THE SOLICITED QUANTITY. All responsible sources may submit an offer/quote which shall be considered. This solicitation will be available on the Internet at http://www.dsce dla.mil/rial, 15 days after this notice is published in the CBD. Requests for hard copies of this splicitation will not be accepted.

http://www.dscc.dla.militia DSCC Solicitations on the Web (W-345 SN279454)

Defense General Supply Center, 8000 let! Davis Mwy. Richmond,

VA 23297-5312 15-COVER, ACCESS SOL SPO460-99-0-2502 DUE 010799 POCOS for copies of RFP/FB solicitations (available 15 days after an gcea Write or phone: DSCR bid req uest hotline, atta: DSCR-JJAB iches

VA 23297-5312. (804)279-3350. for copies of RFO solicita act R Wallace/BE 978/804-279-3638 Contracting officer 894-27547 PR-NO: YPG98320000394 NSN 1560-01-371-0211. cover access Sara Aircraft Corp CAGE 78286 P/N 65523-00007-061 33 -EA Delton VA 23297 Del 90 DARO intended source: Sikorsky Aircraft Copy than full and open and unrestricted. NOTE 26 applies. OPLAR I OR 52.209-2--see NOTE 23. Specifications, plans or drawings ?? to the procurement described are not available and can be treat by the government. All responsible sources may suumid etter worth DOSC shall consider. (1-345 SN279595)

15 Aircraft and Airframe Structural Components,

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

4488, Redstone Arsenal, AL 35898-5280 15-AIRING, AICRAFT SOL DAAH23-99-0-0246 DUE 021199 POC Vivian Jennings, Contract Specialist, 256-955-9255, of Daniel Fuller, Contracting Officer, 256-955-9258, datalax 256-955-8683 NSN 156001-278-9402, P/N 14553976-4, Quantity 18 each applicable to the CH-47 Aucratt. F.0.B. Origin with deliveries of 18 each to Texarkana, TX 75507-5000. Firms that recognize and can produce the required itemís) described above are encouraged to identify themselves to the Contracting Officer, then 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 lulure solicitations. Approved source is Boeing Defense and Space Group. The drawings are unavailable. All responsible sources may submit an offer, which will be considered. This requirement is currently unlunded. Award will be withheld pending receipt of sufficient funds. See Numbered Noie(s) 22. 23. Fums are encouraged to seek source approval in order to compete for future solicitations by submitting a source approval request (SAR) package 10 AMCOM, ATTN: AMSAM-AR-E-4FS amon Campos, (256) 313-4909, Bldg 5681, Redstone Ircongl, AL 350 000 W-345 SN279517)

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

4488, Redstone Arsenal, AL 35898-52B0 15-DUCT ASSEMBLY, AIR, NSN:1560-01-157-6515, P/N:14E4167-41 SOL DAAH23-99-0-0268 DUE 123098 POC POC Sandra E Ortiz, Contract Specialist, (256)955-9263 Fax (256)955-8582 THIS IS A COMBINED SYNOPSIS/SOLICITATION. SOLICATION NUMBER: DAAH23-99-0-0268 NOUN: Duct Assembly, Air C NSN:1560-01-157-5515, CLOSING DATE: 30 Dec 98. SIC CODE: 3728, Size 750 employees. This item is limited source to Boeing Delence & Space Group. To obtain this solicitation package. send a fax to the buyer shown above at (256)955-8582, . Contractor must be an approved source for this item to be considered for award. Item 0001AA, Quantity: 69. P/N:14[4167-41, IAW Boeing drawing 7030101042, applicable to the CH-47 Aircraft Inspection and acceptance at Origin, Inspection requirements: 52.246-2. 52.246-16. 52.246-11. ANSVASOC 09002 (ISO 9002) or equivalent. FOB Point: Origin with deliveries to Texarkana, 1X and Stockton, CA, delivery due 120 day alter receipt of order. Level of Preservation/Packing: A/C Packaging -Items shall be packaged per the following codes-reler lo MIL-STD

2073-2 for code guidance only. MPA: 20. CD/H: 1 PM/IN: 00, WM/ 16. EA, CDN: 00. CTAVI: O UCNII: BU, ICNIK E5 LOPMIII: A, QUP: 001, ICQ: YYY, OPININO: 0. Packing level (tems packaged as above shall be packed code V Reler to MIL-STD-2073-2, Tabie IX for code guidance only. Marking of shipments ---Special niarkings in accordancewith MIL-STD-2073-2C Table x Code 99. · Only One Source of Only a limited Number of Responsible Sources, Acquire directly from the actual Manufacturer. Governmenis's right to use data in

els possession is questionable , All responsible sources may submit an offer which will be considered. The time required for approval

of new supplies is such thal award and delivery cannot be delayed y pending approval of a new source. fums are encouraged to seek

source approval in order to compete for future solicitations by submitting

Defense General Supply Center, 8000 Jeff Davis Hwy, Richmont

VA 23297-5312 15-ARMOR, SUPPLEMENTAL, SMALL ARMS-FRAGMENT SO SP aken 99-X-4298 DUE OU 1599 POC Contact: for copies of RIPATE SHOEK (available 15 days after announcement), write or phone ose: req uest hotline, atin: OSCR-)JAB, Richmond, VA 23297.5312 4** 3350. for copies of RFQ solicitations, contact C More 275** 279-3999 Contracting officer DA le CottrelV804-279-4914 page des YPG98342000362 NSN 1560-01-286-3422, armor sepoiements*** aimsiragment ceradyne Inc CAGE 52969 PN 251313-3 11 13

to Richmond VA 23297 Del 90 DARO other than trei and not ont unrestricted. OPL-FAR 52.209-1 OR 52.209-2-SE NOTE 23 Seiten; itons, plans or drawings relaling to the procurement excute ? not available and cannot be furnished by the government All **** sources may submit ofles which DGSC shall consider, 11-345 54

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 OCSC shall consider. (1-345 SN279457)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280 15– ELEVATOR, AIRCRAFT SOL" DAAH23-99-R-0058 DUE 012999 POC Ruth Jackson, Contract Specialist, (256)955-9195, Marsha Flakes, Contracting Officer, (256)955-9187 17. Noun: Elevator, aircraft, NSN: 156000-996-3905, P/N: 205-030-856-21, Quantity: 663 each, with a 100% option requirement, Applicable to the UH-1 Aircralt, FOB Destination to Stockton, CA 95296, and Texarkana, TX 75507. Required delivery with First Article Testing is 63 each 263 DACA, 100 each per month hereafter until completion. First Article Report due 198 DACA, without First Article 210 DACA, 100 per month until completion. This procurement 'equires prequalification. This item is a Flight Safety part which requires Engineering Testing. All. responsible sources may submit a proposal which shall be considered by the agency. Justification for other than oll and open competition is FAR 6.302-1, only one source or only limited number of responsible sources. This proposed contract action s for supplies for which the government does not have specifications ind drawings to permit full and open competition. Approved source s Bell Helicopter Textron, Inc., Fort Worth, TX 76101 and Associated o., Inc., Wichita, KS 67217. The time required for approval of a JEW suppliers is such that award and delivery cannot be delayed ending approval of a new source. Firms are encouraged to seek ource approval in order to compete for future solicitations IAW the astructions contained in Section L of the solicitation. Information on meeting of qualifications can be obtained from AMCOM. ATIN: AMSAMR-E-4-F-S. Subject to Availability of funds. No telephone requests will e accepted. You may fax your request ATIN: AMSAM-AC-AL-E, Ruth ackson, Contract Specialist, on 256-955-9196. Numbered Note(s) 22 nd 26 apply. (W-345 SN279614)

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

4488, Redstone Arsenal, AL 35898-5280 16--SHAFT, ROTOR TRANSMI SOL DAAH23-99-0-0115 DUE 012999 POC Carolyn J. Gates, Contract Specialist, 256-955-9291 or. Constance L. Pippins-Griffin, Contracting Officer, 256-842-7116 or fax 256-8427277 NSN: 1615-01-112-5879, P/N: 14501301-3. The synopsis which was posted in the CBONet on 03 Nov 98 is modified to change the type of contract from a firm fixed price type contract to a 5 year Firm Fixed Price Indefinite Delivery Indefinite Quantity type contract. The Government intends to issue an Indefinite Delivery indefinite Quantity. Firm Fixed Price Type Contract with five consecutive ordering periods applicable to the CH-47 Helicopter. Also, the solicitation number has changed from DAAH23-99-0-0115 to DAAH23-99-R-0094. The minimum quantity is 14 each and the maximum quantity is 34 each. (W-345 SN279542)

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

Columbus, OH 43216-6595 16-BODY, HYDRAULIC ACTUATOR. END ITEM APPLICATION: C-130 AIRCRAFT. SOL SPO740-99-0-5809 DUE 012599 POC Contact: nameanita Luich phone-614 692-3277 FAX number. PR-NO: FPC98309000618 NSN 1650-01-128-7250. CAGE 99215 Part No C5791-41 body, hydraulic actuator. VAN Ronson hydraulic part number C5791-41. 6 - A Del to New Cumberland PA 17070 Del within 90 days after award. 19 -EA Del to Lathrop CA 95330 Del within 90 days after award. NOTE 26 applies. This solicitation will be available on the internet at http: IMWWW.DSCC.DLAMIUTIQ. 15 days after this nouce 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: Kaiser Aerospace and Electronic 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, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-345 SN279460)

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

4488, Redstone Arsenal, AL 35898-5280 15—ELEVATOR, AIRCRAFT SOL DAAH23-99-R-0059 DUE 012999 POC uth Jackson, Contract Specialist, 256-955-9195, Marsha Flakes, Conacting Officer, 256-955-9187 17. Noun: Elevator, aircraft, NSN: 15600-996-3906, P/N: 205-030-856-19, Quantity: 588 each, with a 100% ption requirement, Applicable to the UH-1 Aircraft, FOB Destination Stockton, CA 95296, and Texarkana, TX 75507. Required delivery ith First Article Testing is 88 each 315 DACA, 100 each per month tereafter until completion. First Article Report Due 198 DACA, 210 ACA without First Article. This procurement requires prequalification. his item is a Flight Safety part which requires Engineering Testing. Il responsible sources may submit a proposal which shall be considered 1 the agency. Justification for other than full and open competition

FAR 6.302-1, only one source or only a limited number of responsible Jurces. This proposed contract action is for supplies for which the overnment does not have specifications and drawings to permit full nd open competition. Approved source are Bell Helicopter Textron, 10., Fort Worth, TX 76101 and Associated Co., Inc., Wichita, KS 67217. ne time required for approval of a new supplier is such that award nd delivery cannot be delayed pending approval of a new source. ims are encouraged to seek source approval in order to compete ur future solicitations IAW the instructions contained in Section L | the solicitation Information on meeting of qualifications can be stained from AMCOM, ATTN: AMSAM-AR-E-1-F-S. Subject to Availability i funds. No telephone requests will be accepted. You may fax your Quest ATTN: AMSAM-AC-AL-E, Ruth Jackson, Contract Specialist, on 56-955-9196. Numbered Note(s) 22 and 26 apply. (W-345 SN279620)

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

4488, Redstone Arsenal, AL 35898-5280 16-PISTON, HYDRAULIC AC, NSN: 1650-01-116-3036, PMN: 293965 SOL DAAH23-99-0-0266 DUE 121198 POC POC Sandra E. Ortiz, Contract Specialist, (256) 955-9263 Fax# (256) 955-8582 THIS IS A COMBINED SYNOPSIS/SOUCITATION. SOLICATION NUMBER: DAAH23-99-Q-0266 NOUN: Piston, Hydraulic Ac NSN: 1650-01-116-3036, CLOSING DATE: 30 Dec 98. SIC CODE: 3728, Size 1000 employees. THIS ITEM IS LIMITED SOURCE TO VALCOR ENGINEERING CORP.. To obtain this solicitation package. send a fax to the buyer shown above at (256)955-8582,

Contractor must be an APPROVED SOURCE for this item be considered for award. Item 000IAA, Quantity: 45, P/N: 293965, JAW Boeing drawing 70301-01042, applicable to the CH-47 Aircraft.. Inspection and acceptance at Origin, Inspection requirements: 52.246-2. 52.246-16, 52.246-11, ANSVASQC 09002 (ISO 9002) or equivalent. FOB Point: Destination with deliveries to Texarkana, TX, delivery due 120 day after receipt of order. Level of Preservation/Packing: A/B Packaging--tems shall be packaged per the following codeseter to MIL-STD-2073-2 for code guidance only. MP/I: 10. COMI: 1 PM/III: 00, WM/IC: EA. CDI

: BG CINI: UC/VII: ED, ICNII: 00 LOPNIll, A, QUP: 001, ICQ: 000: OPINIIIB: 0. Packing level B-lems packaged as above shall be packed code F. Refer to MIL-STD-2073-2, Table IX for code guidance only. Marking of shipments --Special markings in accordancewith MILSID-2073-2C Table x Code 99. : Only One Source or Only a Limited Number of Responsible Sources. Acquire directly from the actual Manufacturer. The Governments physically does not have in its possession sufficient, accurate, or legible data to purchase this part from other than the current source(s) All responsible sources may submit an ofter 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, AMSAM-AR-E-1-F-S/Ramon Campos, (256) 313-4909, Building 5681, Redstone Arsenal, AL 358985280 This acquisition is subject to availability of funds. Procurement History: Award Date, 96 May 28, Quantity 28ea.. $1,046.00 ea., Contractor: Valcor Engineering Corp. The history provided has not been screened in any manner to ascertain the actual circumstances of a procurement and should not be considered as a reliable indicator of an appropriate price level for this solicitation. This announcement constitutes the only solicitation document, quotations are being requested and a formal solicitation will not be issued. Cite Request for Quotation (RFQ) No. in your response. Any award resulting from this RFQ will be issued

by 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) and 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 Destination. 2. Quotation is firm for 90 days unless otherwise stated. 3. Furnish vendors part number(s) if other than listed with each item. 4. Point(s) of shipment, performance, preservation, packaging, and marking. :5. Remittance address. 6. Taxpayer. Identification Number (TIN) per FAR 52.204-3. I axpayer 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. OFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate. 14. DFARS 252219-7000, Small Disadvantaged Business Concern Reprsentation (DoD Contracts) (Apr 1994). Quotes may be submitted in contractor format. See Numbered Notes 23 and 26. (W-345 SN279544)

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

4488, Redstone Arsenal, AL 35898-5280 16—LUBRICATOR, TRANS SOL DAAH23-99-0-0248 DUE 021199 POC Vivian Jennings, Contract Specialist, 256-955-9255, or Daniel Fuller, 256-955-9258. Datalax 256-955-8683 THIS IS A COMBINED SYNOPSISI SOLICITATION, Item 0001AA, 10 each, NSN: 1615-01-247-8478, P/N: 11406257-5, applicable to the CH-47 Aircraft Delivery will be 10 per month, starting 120 days after dale of award. Inspection and acceplance at Origin. Inspection requirements: 52.246-2. 52.246-11, ISO 8402(Terminology); and ANSI/NCSL 2540-1-1994 or ISO 10012-1:1992. FOB Point: Origin, with deliveries to Texarkana. IX. Level of Preservation/ Packing: A/B Packaging - Items shall be packaged per the following codes IAW MIL-STD-2073-2CMP/: 3G. CD/II: 1. PM/Ill: 10. WM/IV: GB, CON GI, CINI: X, UCNII ED. ICNII: 00. LOPNIII: A, QUP: 001, ICQ: 000. OPINIID: 0. Packing-tems preserved and packaged as above shall be packed IAW MIL-STD-2073-2C, TABLE IX, code F. Special Marking in accordance with MIL-STD-2073-2C, Table X, code 99. Approved Source is Boeing Delense & Space Group, P.O. Box 16858. Philadelphia, PA 19142. All responsible sources may submit an offer which will be considered. Firms that recognize and can produce the required item(s) described above are encouraged to identify themselves to the Contracting Officer, then 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. This acquisition is subject to availability of funds. Procurement History: Award Date. 90 Jul 18. Quantity 30 ea., $2.890.00 ea, Contractor: Boeing Helicopters. The history provided has not been screened in any manner to ascertain the actual circumstances of a procurement and should not be considered as a reliable indicator of an appropriate price level for this solicitation. This announcement constitutes the only solicitation document, quotations are being requested and a formal solicitation will not be issued. Cite Request for Quotation (RFQ) No. in your response. Submit quotations no later than close of business 10 feb 99. 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 Incorporated by Relerence (Jun 1988) and FAR 52.252-2, Clauses incorporated by Reference (Jun 1988)-This solicitation 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 of other than destination. 2. Quotation is firm for 90 days unless otherwise stated. 3. Furnish vendors part number(s) if other than listed with each item. 4. Point(s) of shipment, performance, preservation packaging, and marking. 5. Remittance address. 6. Taxpayer Identification Number (TIN) per FAR 52.204-3, Taxpayer Identification (Jun 1997). 7. Commercial and Government Entity (CAGE) Reporting DFARS 255.204-7001 (Dec 1991). 8.Offeror'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 (Feb 1998). The standard industrial classification (SIC) code is 3728. The small business size standard is 1000 employees. 11. FAR 52.222-21, Certification of Nonsegregated Facilities (Apr 1984). 12. FAR 52.222-22: Previous Contracts and Compliance Reports (Apr 1984). 13. FAR 52.222-25, Affirmative Action Compliance (Apr 1984). 15. DFARS 252.225-7000, Buy American Act--Balance of Payment Program Certificate (Dec 1991). 16. DFARS 252.219-7000. Small Disadvantaged Business Concern Representation (DoD Contracts) (Jun 1997). Quotes may be submitted in contractor format, Inspection of Supplies (FAR 52.246-2) Higher level Contract quality requirement (FAR 52.246II) ISO 9002 or equivalent. PO is Vivian Jennings, AMSAM-AC-ALů. 12567-555-9255. ( See Nuricitú Nite 23 and 26) (W-345 SN279522)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 15-DOOR, ACCESS SOL SP0460-99-Q-2496 DUE 011599 POC Contact:

copies of RFP/IFB solicitations (available 15 days after announcement), erite or phone: DSCR bid reg vest hotline, attn: DSCR-JAB, Richmond, A 23297-5312. (804)279-3350. for copies of RFQ solicitations, cont ct C. Moore/BE979/804-279-3999 Contracting officer DA le Cottrell 04-279-4914 PR-NO: YPG98342000327 NSN 1560-00-150-2707, door, ccess IAW Boeing helicopter CAGE 77272 Dwg 11452915 Rev J DID /19/94 & Atcom CAGE 81996 procurement package 11452915 Rev

DTO 12/6/96 Dwg P/N 11452915-71 GFM Mylar 18 - EA Del to New umberland PA 17070 Del 90 DARO first article test required. QPL AR 52.209-1 OR 52.209-2-see NOTE 23. specifications, plans or rawings relating to the procurement described are not available and annot be furnished by the government. All responsible sources may ubmit offer which DGSC shall consider. (1-345 SN279669)

16 Aircraft Components and Accessories

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

Columbus, OH 43216-6595 16 PLATE, SERRATED, SHOE. DLAR 52.246-9000 (COQC) APPLIES. FOL SPO740-99-0-5786 DUE 012799 POC Contact: name-anita Luich hone-614 692-3277 FAX number - PR-NO FPC98289000742 NSN 1620-0-658-2577, CAGE 6Z800 Part No 372602-IL CAGE 98897 Part No

72602-1L plate, serrated, shoe, IAW lockheed-maritin drawing 98897 -72602, part number 372602-1L 135 -EA Del to New Cumberland FA 17070 Del within 90 days after award. NOTE 26 applies. This solicitation will be available on the internet at http://WWW.DSCC.DLA, HIURFQ, 15 days after this notice is published in the CBD, requests or hard copies of this solicitation will not be accepted. The small Business size standard is 500 employees. Written requests for drawings

le to be submitted for drawings are to be submitted to Defense -upply Center Columbus, attn: DSCC-VTCD, PO Box' 3990 Columbus hio 43216-5000; by FAX 614 692-2998 or call 614 692-2341.' requests hould include the IFB/RFP/RFQ number, opening/closing date and your

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO4609901517 DUE 010499 POC Debbie Court/BT965/IAPA/80427930777FAX8042794320 YPG98338002111, NSN 1615011487310, Arm, Cam-Droop Rotary Head, *Note 26 applies, IAW Sikorsky P/N 65105-11002-103 Rev V. First Article Jesting Required, Unrestricted, Delivery is 191 DARO, Intended Sources Pre Sikorsky. Smithtown, Apex, Voges YW-345 SN279565)

Issue No. PSA-2242; Tuesday, December 15, 1998

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO46099Q1517 DUE 010499 POC Debbie Court/B7965/JAPA/8042793077/FAX 8042794320 YPG98338002111, NSN 1615011487310, Arm. Cam-Droop Rotary Head, Note 26 applies, IAW Sikorsky P/N 65105-11002-103 Rev V, First Article Testing Required, Unrestricted, Delivery is 191 DARO, intended Sources are Sikorsky, Smithtown, Apex, Voges. (W-345 SN279601)

specifications cannot be provided by DSCC. Proposed procurement contains A 100% option for increased quantities. While price may be A significant factor in the evaluation of olters, 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. (1-345 SN279428)

Detense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO46099Q1518 DUE 010599 POC Sherry Ward/BT970/JAPA/8042793742/FAX8042796604 YPG98341000719, NSN 1620010820689, Piston and Cylinder, Note 26 applies, IAW Sikorsky P/N 70250-13168-041. Unrestricted, Delivery is 60 DARO, Intended Source is Sikorsky. (W-345 SN279604)

SA-ALC/Contracting Directorato LDKSH; 485 Quentin Rosseyait head

Suite 12; Kelly AFB, TX 78241-6419 11-MHU-141/M MUNITIONS TRAILER SOL F41608-98-A-2040 DUE 012999 POC The Point of contact is DEIRDRE MCCORMICK, LOKS Phone: 210-925-4741, FAX: 210-925-1073, 1740-01-031-5868; part number: 74154 for multi-acit 29 each with a first Article and data TAW DO 10 Material: Steel Size: 138"L x 84"W x 34"H Function: used to transport nuclear & non-nuclear munitions up to 5,500 lbs, 4 wheel spildt tid trailer Limited number of Government CD roms and data available Delivery: Jun 99. All potential offerors should contact the buyerci identified in this notice for additional information and/or to come a concerns, if any, concerning this acquisition. If your concerns zu nu satisfied by the contracting officer, an Ombudsman has been apports to hear concerns from offerors or potential offerors during the proposa development phase of an acquisition. The Ombudsman does not die the authority of the program director or Contracting Officer, bet com nicates Contractor concerns, issues, disagreements, and recommended to the appropriate Government personnel. When requested, the Ontarios man shall maintain strict confidentially as to the source of the chain The Ombudsman does not participate in the evaluation of repeat of in the source selection process. Interested parties are GM call the SA-ALÇ Acquisition Ombudsman al AC 210-925-5133 E-Mail to: . See Note(s) 1,26

dk mccormidgatel. Kelly.al.mil Send your E-Mail request to the PRC (0-345 SN279553)

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

Columbus, OH 43216-6595 11-MODULE ASSEMBLY. NOTE EXCEPTIONS TO DRAWINGS. ALL PROPOSED SOL SPO760-99-R-6035 DUE 020899 POC Contact: nameregina Westbrook PHONE 614-692-1317 FAX num ber - PR-NO: YPC98257000911 NSN 1720-01-220-4591, CAGE 80020 Part No 422439-5 module Assembly. Mig. VANW Navy Dwg. 80020 422439 and associated dwgs.to latest revs. and item description. P/N 422439-5 209_EA Del to San Diego CA 92136-0000 Del by 450 days after date of award. 173 EA Del to Norfolk VA 23512-0001 Del by 450 days after date of award. See NOTES 1, 9, 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. The small Business size standard is 500 employees. Written requests for drawings are to be submitted to Defense Supply Center Columbus. atto: DSCC-VTCD, 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, NSN. purchase request number (E.G. YPC) buyer's name and your complete name and address. Federal, Military and commercial specifications cannot be provided by OSCC. Proposed procurement contains A 100% option for increased quantities. 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 ofter which DCSC shall consider. (1-345 SN279463)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway.

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO4609901516 DUE 010499 POC Sherry Ward/BT970/JAPA/8042793742/FAX8042796604 YPG98341000721, NSN 1630001896669, Carrier, Brake, Note 26 applies, IAW Aircraft Braking P/N 9544387, Unrestricted, Delivery is 57 DARO. Intended Sources are Aircraft, Lockheed. (W-345 SN279605)

Delense Supply Center Richmond, 8000 Jefferson Davis Highnen,

Richmond, VA 23297-5000 17-FLOOR PLATE SOL SP0490-990-N154 DUE 121098 POC M.27 Brant/CLCOS 1804) 279-3462; KO: Syri Ellis (804) 279-3715 7 YPG98259000318, 1730-00-030-8396, Floor Platé, Platform, Arca Maintenance. I/AM TOPL 000308396-98240. dd 98 Aug 28. This morta tion is to add (Note 1) to this requirement. All other terms conditions remain the same. (W-345 SN279683)

19 Ships, Small Craft, Pontoons, and Floating Docks

Directorate of Contracting, 00-Alc 6050 Gum Lane/Bldg 1215,

Hill Air Force Base, UT 84056-5825 16–PISTON, LANDING GEAR SOL F42630-98-R-2066 01 POC For copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, for additional information contact Richard C. Leerlikl/(801)771-6501 Amended, Add the following sources: SP Aerospace & Vehicle Systems B.V., The Netherlands, Eindhovenseweg; West Heights Mfg. Kitchner Ontario, Canada; Heroux Inc Longueuil Quebec Canada. Proposals from other than the approved sources will not be considered unless a complete qualification package is received with their proposals and a letter fro the forging house stating they will sell you forgins in the event you are awarded the proposed contract issued from this solicitation. Delivery: 13 each 365 days ARO then 40 each every 30 days there alter until ocmplete 995 days ARO. Qualification requirements are in the solicitation and can be obtained on the internet when solicitation is issued. Urgent requirement, priority C. Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation, Award will be made only if the offeror, the product service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. See Note (s) 26.

http://contracting.hill.al.milhtm/30982066/com3098r2066.htm Click here to obtain/view solicitation.

AF.MIL Click Here to E-mail Buyer ***** H345 SN279709)

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

Suite 12; Kelly AFB, TX 78241-6419 114ACK, HYDRAULIC TRIPOD 60 TON SOL F41608-99-R-20006 DUE 012999 POC The Point of contact is DEIRDRE MCCORMICK, LDKSH. Phone: 210-925-4741, FAX 210-925-1073. E-Mail: dk , mil 1730-01-060-9675; part number: 8261010,76000: OR 52391449 15 each; ship to: 162065; delivery date: 30 dec 99. jack hydraulic, tripod, 60 tons. control type: manual; litt assy: hydraulic ram & screw; prime mover; common carriet: tire Type: rigid caster: body type: tripod; environmental limit: 65 deg i to 120 deg F operating temp used for lilling loads up to 60 ton capacity between 72 & 144 inches. Predominant material: steel application data; multi-aircraft Government CD rom and Engineering Dala list available on a limited number. 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 ofterors 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: . See Note(s) 1.26

dkmccorm@ldgatel kelly.at mil Send your E-Mail request to the POC (D-345 SN279509)

Antarctic Support Associates, Contracts Administration Office, 61

Inverness Drive East, Suite 300, Englewood, Colorado 80112 19-SOURCES SOUGHT FOR ANTARCTIC RESEARCH VESSEL SUPPORT SOL n/a DUE 022699 POC Reginald P. Thomas Antarctic Support Assacos (ASA) under contract with the National Science Foundation, 13 sett sources interested in providing long term charter with option to purch a Research Vessel with Ice Breaking Capabilities (RVIB) capable operating in all oceans including the Southern ocean, in suppor* the United States Antarctic Program (USAP). The vessel shoes approximately 4,000 square feet suitable for laboratory use which shall include a Wet Lab with direct access to the working deci, ER consisting of a main trawling winch and a minimum of two hydrogra365 winches with a minimum of 30,000 feet of wire rope and contact wire capacity: A-trames booms or davits to support multidisce 137 marine research; and cranes and cargo tackle capable of self lestur discharging and capable of carrying break bulk or containerized listamatay ISO 20 feet shipping containers up to 20 tons fully laden at above or below decks. The U.S. Government owned winches and equipment might be made available for use on the vessel The wat must have a minimum ice class of ABS-A2 or equivalent. The 23 must be capable of extended operations at sea of 75 days until and have a helicopter capability and accommodations for 37 107 scientilic personnel in single and/or double berths in addition to the vessel's crew. The vessel chartered for the support of the USH 94 be of U.S. registry, inspected by the U.S. Coast Guard, and becas by a recognized international classification society acceptable for !! registry. Fax Number is (303) 790-9130. NO PHONE CALLS 18.34 SN279352)

Directorate of Contracting, 00-Alc 6050 Gum Lane/Bldg 1215,

Hill Air Force Base, UT 84056-5825 16-ACTUATOR NOSE WHEEL STEERING SOL F42630-98-R-2083 01 POC For copy, PKX-2Pamala Chaffee/(FAX)801-777-7522, For additional information contact Richard C. Lee/likl/18011777-6501 Amended, Qualification packages must include all drawings and specification for P/ N: 5035L000-1. Alternate quantity A 30 each. The Air Force has no manufacturing data for this item. Delivery: 29 Oct 1999, 10 each; 30 Nov 1999, 10 each; 31 Dec 1999, 10 each.

http://contracting.hill at, miVhtml/3098r2083/com3098r2083.htm Click here to obtain view solicitation.

Click Here to E-mail Buyer***** (f345 SN279710)

20 Ships and Marine Equipment

17 Aircraft Launching, Landing, and Ground Handling Equipment

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

Columbus, OH 43216-6595, 11-PURCHASE TAPE ASSY. & INCH. TAPE, COATED. APPROX. 920 FEET LONG.SEWN LOOPS EACH END. SOL SP0760-99-R-6036 DUE 020899 POC Contact: nameregina Westbrook PHONE614-692-1317 FAX num berPR-NO: YPC98309000881 NSN 1710-00-045-7162, CAGE 80020 Part No 510534-8-920SP purchase taper Assembly, VA/W naval Air Engineering Center drawing 510534 P/N: 510534-8-920SP and all the requirements of the current solicitation. 21 EA Del to San Diego CA 92136-0000 Del by 320 days after date of award. See NOTES I, 9, 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. The small Business size standard is 500 employees. Written requests for drawings are to be submitted to Defense Supply Center Columbus, atin: DSCC-VICD, P O 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, NSN, purchase request number (E.G. YPC), buyer's name and your complete name and address. federal Military and commercial

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

Suite 12; Kelly AFB, TX 78241-6419 17-TRAILER, GROUND HANDLING SOL F41608-99-R-20145 DUE 012999 POC The Point of contact is DEIRDRE MCCORMICK. LOKSH, Phone: 210-925-4741, FAX: 210-925-1073 E-Mail: dk mccorm@idgate 1 kelly.at mil 1740-01-326-0421; part number: 92103000, 6 each; ship to Kelly AFB TX: Ground Handling Trailer; Delivery: Oct 99 SIZE: 127"L x 58 W x 66"H. 2.730 lbs. This trailer simutaneously provides rapid ventilation of tumes from aircrail luel cells during maintenance and supplies breathing air for three luel cell repair personnel. Application data: Multi-Aircrait NO GOVERNMENT DRAWINGS AVAILABLE 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. Il your concerns are not satisfied by the contracting officer, an Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of an acquisition. The Ombudsman does nol diminish the authority of the program director or Contracting Ollicer, 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: org. See Note(s) 1. 22,26

dkmccorma dgatel kelly.al.mil Send your E-Mail request to the POC 10-345 S

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

Columbus, OH 43216-6595 20-4MIDDLE SEGMENT ASSEMBLY SOL SPO7609903765 DUE ORIE POC For Information Only. Point of contact, Bill Short, 614-692-7% fax. 614-692-3796 NSN 2040-01-443-5575. Middle Segment Assemet! Bell Avon, Inc. (66618) p/n 6981356-003 and SMR Technologes. (OACHO) p/n 6981356-003. Quantity of 15 each to be delivered to Camp Pendleton, CA in 120 days after dale of award. Sobot! is a RFQ with an anticipated award date of 221/99. Recuests hard copies of this solicitation will not be accepted. All response sources may submit a quote which will be considered. See note 3 This solicitation is available on the internet at http://www.dset die brita search.html. Specifications, plans or drawings are net ve 32 While price may be a significant factor in the evaluation of the the final award decision will be based upon a combination of and delivery, past performance and other evaluation factors as describe! in the solicitation. This solicitation will not be available unti! 15 cm after published in the CBD.,

http://www/dsce dla mil/b/rfq search.html DSCC Solicitations on the Web (W-345 SN279409)

Defense Supply Center Columbus, PO BX 16595, DSCC-PRAL

Columbus, OH 43216-6595 20-KEEL, INFLATABLE, SOL SPO760-99-0-3769 DUE 011999 ART Contact: name-jana Engels PHONE-614-692-1582 FAX che il

692-3214 PR-NO: YPC98299001080 NSN 2090-01-367-2428, CAGE 60042 Part No 3038N 20 -EA Del to Cherry Point NC 28533-5001 Del by 16 Mar 99 OR 60 days after award. 69 -EA Del to New Cumberland PA 17070 Del by 16 Mar 99 OR 60 days after award. Solicitation is A RFQ with anticipated award date of 1/16/99. Requests for hard copies of this solicitation will not be accepted. All responsible sources may submit A quote which shall be comsidered (see NOTE 26). This solicitation is available on the internet at http: /WWW.DSCC DLA MIU B/RFQ_SEARCH.HTML. 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 A quotation which shall be considered. All responsible sources may submit an offer/quote which shall be considered. See NOTES 1 and 26. Copies of this solicitation are available at the office address above or by faring 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: / WWW.DSCC. DLA MILIO. 15 days after this police 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. 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. Mi responsible sources may submit ofter which DCSC shall consider, 1-345 SN279427)

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

4488, Redstone Arsenal, AL 35898-5280 28-TUBE, TORQUE SENSOR SOL DAAH23-99-0-0233 DUE 012099 POC Demetrus Lee, Contract Specialist, (256) 955-9192 or Marsha Flakes. Contracting Officer. (256) 955-9187 Noun: Tube, Torque Sensor; NSN: 2840-01-126-4134; P/N: 6043769601; Quantity 250 each, with a 100% option applicable to the 1-700 Turbine Engine. EOB Origin to Texarkana, Texas. The required delivery schedule is 100 each 390 days after award and 25 each per month thereafter uotil completion. All offerors must meet prequalification requirements in order to be eligible for award. Firms are encouraged to seek source approval in order to compete for this or future solicitation by submitting documenta. tion in accordance with the Competition Advocate's Shopping List (CASL) procedures. The proposed contract action is for supplies for which the Government does not own specifications or drawings. It is anticipated that the award will be made via a delivery order to an existing Basic Ordering Agreement. A Request for Quotation will be issued to General Electric Company. Authority and justification is FAR 6.302-1. All responsible sources are encouraged to submit a proposal, which shall be considered by the agency. See Numbered Note (s) 22. 23. 26 (W344 SN279342)

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

Suite 12; Kelly AFB, TX 78241-6419 28-CONTRACT MODIFICATION, F41608-97-C-0698 SOL F41608-97C-0698 DUE 122998 POC Ramona M. Veriet, Contract Specialist (210) 925-8845 e-Mail ramona.verret@ldgatel kelly afmil 17. Modification to add 42 each NSN 2835-01-192-0783, PIN 3862351-4, Housing Shalts to existing Contract Number 141608-97-C-0698. Size: 6" x 6" x 3" Pred Matl: Aluminum Function: Housing supports left hand ADG PTO Gearshalt which goes inside the left hand ADG which engages to the LH ADG internal gears and helps the gears rotale while al high revolutions. This housing also supports the PTO Gearshaft stack up which consists o! bearings, spacers and locknut. Applicable to: B1B Aircraft Destination: FB 2029, Hill AFB, UT 84056 Delivery: 24 Dec 99, 42 each Approved Source: Allied Signal Qualification Requirements: Sources were qualified prior to award of F41608-97-C-0698. Authority: 10 U.S.C. 2304(c) (1). Justification: Supplies required are available from only one or a limited number of responsible sources(s) and no other type of supplies will satisfy agency requirements. This was previously synopsized on 4 Mar 97 under Solicitation 141608-R-97-40030 and awarded under Contract 141608-97-C-0698 on 16 Sep 97. Note: 22

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

ramona at mil Send E-Mail to the POC (D-345 SN279513)

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

4488, Redstone Arsenal, AL 35898-5280 28---HOUSING, ATOMIZING SOL DAAH23-99-R-0078 DUE 012999 POC Ruth Jackson, Contract Specialist. (256)95509195, Fax (256)955-9196 Solicitation number DAAH23-98-R-0272 has been canceled. The new solicitation number is DAAH23-99-R-0078. Noun: Housing Atomizing. NSN: 2840-01-100. 3517, P/N: 2-131-090-38. The Government intends to issue an Indelinile Delivery Indefinite Quantity. Form-Foxed Price Type Contract with five consecutive ordering periods. The minimum quantity is 14 each and the maximum quantity is 34 each. Applicable to CH-41 Turbine Engine C1-55. Required delivery is 1 each beginning 360 DACA with fiorst Article Testing. First Article Test Report due 240 DACA and 1 each monthly, and 1 each 240 DACA without First Article. (W-344 SN279350)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 28-BLADE, COMPRESSOR AIR SOL SPO480 99 R 0696 DUE 020499 POC Sebrina Owens (804) 279-3339 Desc: nsn 2840-01-146-5700. blade, compressor, ai, general electric co cage 07482 p/n 8109p02. Approved source: general electric cage 07482, 2898299000663, quantity requested 6470 each, pius 100% option quantity fob origin, inspection and acceptance at origin. Other than full and open competition, unrestricted. Specifications, plans or drawings are not available and cannot be furnished by the government. Delivery schedule: 365 days aio fob origin. To request a copy of this please contact bid custodian in writing by mail: defense supply center richmond, bid custodian, dscrjjab. 8000 jefferson davis highway, richmond va 23297, or via fax 804-279-3123 of 804-279. 5723. Contracting officer: heidi bradbury ph: 804-279-5372 (W-345 SN279518).

& Engines, Turbines and Components

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

4488, Redstone Arsenal, AL 35898-5280 28-VANE ASSEMBLY SOL DAAH23-99-0-0231 DUE 012999 POC Ruth Jackson, Contract Specialist, (256955-9195, Marsha Flakes, Contracting Officer, (256)955-9187 17. Noun Vane Assembly, NSN: 2840-01-361. 6130, P/N: 2-101-790-47. The Government intends to issue an Indefinite Delivery Indefinite Quantity. Firm-Foxed Price Type Contract with five consecutive ordering periods. The minimum quantity is 50 each and the maximum quantity is 130 each. Applicable to the 1-55 Engines. FOB Destination to Texarkana, TX 75507. Required delivery is 20 each beginning 379 DACA with First Article Testing, then 20 each per month until complele. First Article Test Report Due 229 DACA, 241 DACA without First Article. This procurement requires prequalification. This item is a Flight Safety 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(s) are Allied-Signal, Inc., Phoenix, AZ 85072. and Allied-Signal, Inc., Stratford, CT 06497. 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 qualifications 'may also 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 to ATIN AMSAMAC-AL-E, Ruth Jackson, Contract Specialist, on 256-955-9196. Numbered Nole(s) 22 and 26 apply. (W-345 SN279480)

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

4488, Redstone Arsenal, AL 35898-5280 28-NOZZLE, TURBINE SOL DAAH23-99-R-0079 DUE 012999 POC Point Contact is Ruth Jackson, Contract Specialist, 256-955-9195, Eugene alton, Contracting officer, 256-955-1761 17. Noun: Nozzle. Turbine, SN: 2840-01-242-1759. P/N: 2-121-300-44. The Government intends

issue an Indefinite Delivery Indefinite Quantity, Firm-Fixed Price De Contract with five consecutive ordering periods. The minimum antity is 42 each and the maximum quantity is 214 each. Applicable

the 7-55 Engines. FOB Destination to Texarkana, TX 75507. Required livery is 12 each beginning 540. DACĂ with First Article Testing, ist Article Test Report Due 348 DACA and 30 each in 30 days ed 12 each 360 DACA without First Article. This procurement requires equalification. This item is a flight Safety part which requires Engineer 3 Testing. All responsible sources may submit a proposal which shall

considered by the agency. Justification for other than full and en competition is FAR 6.302-1, only one source or only a limited mber of responsible sources. This proposed contract action is for pplies for which the government does not have specifications and wings to permit full and open competition. Approved source(s) are ed-Signal, Inc., Phoenix, AZ 85072, and Hardcote Technologies, Inc., ist. TX 76053. The time required for approval of new suppliers such that award and delivery cannot be delays Dending approval a new source. Firms are encouraged to seek source approval in er to compete for future solicitations IAW the instructions contained Section 1 of the solicitation. Information on meeting qualilications

also be obtained from AMCOM, ATTN: AMSAM-AR-E-1-6-S. Subject Availability of funds. No telephone requests will be accepted. You

tax your request to ATIN: AMSAM-AC-AL-E, Ruth Jackson, Contract cialist, on 256-955-9196, Numbered Note(s) 22 and 26 apply. (Wei SN279317)

Delense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 28-BLADE, COMPRESSOR, AL SOL Sp0480-99---0695 DUE 020499 POC sebrina owens 804-279-3339 Desc: nsn 2840-01-147-1864, blade. compressor, ai, general electric co cage 07482 p/n p109p02. Approved source: general electric cage 07482, 1pg98296000400. quantity requested 3240 each, plus 100% option quantity fob origin, inspection and acceptance at origin. Other than full and open competition, unrestricted. Specifications, plans or drawings are not available and cannot be furnished by the government. Delivery schedule: 365 days aro fob origin. To request a copy of this please contact bid custodian in writing by mail: defense supply center richmond, bid custodian, dscrjjab, 8000 jefferson davis highway, richmond va 23297, or via fax 804-279-3123 of 804-279- 5723. Contracting officer: heidi bradbury ph: 804-279-5372 (W-345 SN279525)

U.S. Army Aviation and Missile Command, Acquisition Center, Bldg 4488, Redstone Arsenal, AL 35898-5280 8-LINER, COMBUSTION SOL DAAH23-99-0-0234 DUE 01 1999 POC retirus Lee, Contract Specialist. (256) 955-9192 or Marsha flakes, tracting Officer, (256) 955-9187 Noun: Liner, Combustion NSN: 2840139-4724; P/N: 23066675; Quantity 50 each, with a 100% option icable to the 1-703 Turbine Engine. FOB Origin to Texarkana, Texas.

required delivery schedule is 50 each 360 days after award. All fors must meet prequalification requirements in order to be eligible award. Firms are encouraged to seek source approval in order ompete for this or future solicitation by submitting documentation ccordance with the Competition Advocate's Shopping List (CASL) edures. The proposed contract action is for supplies for which Government does not own specifications or drawings. It is anticipated

award will be made via a delivery order to an existing Basic ering Agreement. A Request for Quotation will be issued to Allison ne Company. Authority and justification is FAR 6.302-1. All responsible ces are encouraged to submit a proposal, vihich shall be considered he agency. See Numbered Note (s) 22, 2CO W-344 SN279333)

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

Suite 12; Kelly AFB, TX 78241-6419 28-KIT-SPRING RETAINER NSN 2915-01-343-1893PT SOL F4160899-R-45075 DUE 013199 POC The Point of Contact is Jelf Ausenbaugh, [РКАН, Phone 210-925-6385,

FAX: 210-925-6659. E-Mail: jausenba@lpgatel kellyal, mil Noun: KIT Spring Retainer NSN: 291501-343-1893PT P/N, 515P680-01 Appl: F100PW229 Engine. The Af intends to issue a contract for the above item. Drawings and Specilications are NOT available Buyer's name (POC) must be included on all solicitation requests. 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 salisfied by the contracting officer, 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 Ollicer, but communicates Contractor concerns, issues. disagreements, and recommendations to the appropriate Government personnel When requested, the Ombudsman shall maintain strict conlidentially 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: . 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) 13. 22. 23. 26.26

jausenba@lpgatel kelly.al mil Send your E-Mail request to the POC (D-345 6N279483)

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

Suite 12; Kelly AFB, TX 78241-6419 28-COMBUSTION LINERS SOL F41608-99-R-0042 DUE 012599 POC The point of contact is George Garten, Ipkah, Phone: 210-925-6385, FAX: 210-925-8496, E-Mail: Вgarten@ipgatel kelly.al.mil Item 0001 NSN 2840-01-421-9733P1, Liner, Combustion ch, p/n 4083054 519 each llem 0002 NSN 2840-01-421-9736PT. Liner, Combustion ch, p/n 4083055, 501 each Item 0003 NSN 2840-01-421-9739P1, Liner, Combustion ch, p/n 4083056, 502 each Item 0004 NSN 2840-01-448-7038PT, Liner, Combustion ch, pin 4084086, 459 each Item 0005 NSN 2840-01-424. 9904PT, Liner, Combustion ch, p/n 4083060, 466 each Item 0006 NSN 2840-01-421-9742PI, Liner, Combustion ch, p/n 4083065, 182 each Predominate material for all items above is PWA 1475 & coated with PWA265 Thermal Barrier Coating. Fit/Form/function for all items above: One of twelve rectangular segments in each row of the inner and outer combustor floatwall liners on the F100.PW-229 combustor featuning cooling holes that meer combustion air and dilution ait to the combustor for opliumum operation and exit termperature profile, individually secured by spring retainers attached to integral segmented posts. See notes: 22 and 26 All potential ofterors 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 ofterors or potential offerors during the proposal development phase of an acquisition. The Ombudsman does not diminish the authority of the program director oi ^ontracting 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 210-929-5133 or send E-Mail to: . See Note(s) 22,26

af mil Send your E-Mail request to the POC ID-145 SN279548)


Page 5

Defense Supply Center Richmond, 8000 letferson Davis Highway,

Richmond, VA 23297-5000 28-BLADE, COMPRESSOR, AI SOL Sp0480---0697 DUE 020499 POC sebrina owens 804-279-3339 Desc: nsn 2840-01-146-5695, blade, compressor, ai, general electric co cage 07482 p/n p107p02. Approved source: general electric cage 07482, ípg 98296000400, quantity requested 7175 each, plus 100% option quantity fob origin, inspection and acceptance at origin. Other than full and open competition, unrestricted. Specifications, plans of drawings are not available and cannot be furnished by the government. Delivery schedule: 365 days aro fob origin. To request a copy of this please contact bid custodian in writing by mail: defense supply center richmond, bid custodian, dscrjab, 8000 jefferson davis highway, richmond va 23297, or via fax 804-279-3123 of 804-279- 5723. Contracting officer: heidi bradbury ph: 804-279-5372 (W-345 SN279564)

DSCR-JLPB/B067! FAX your request to (804) 2 79.5723, attr: B0671. PR-NO YPG98314000394 NSN 2835-00-555-7731, vane assy, compr 9TH, Allison Engine. CAGE: 63005 PIN 6876109 65 -EA Del to Barstow CA 92311 Del by 06 Jan 99. Del by 120 days unrestricted See NOTE 26. Option to increase aty 100%. Specitications, 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, pasi performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DGSC shall consider. (1-345 SN279594)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 28-SUPPORT, FAN COMPONENT SOL SPO480-99-0-7132 DUE 010499 POC Contact: for copies of RFQ solicitations, contact: shirlene ciaiborne FAX your request to (804) 279-5723attn: B0671 PR-NO: FPG98267000297 NSN 2840-00-114-0260, 1,500 -EA Del to Stockton CA 95296 Del by 15 Jan 99. This RFQ solicitation is canceled in its entirely due to an existing long term contract. (1-345 SN279581)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 28-DAMPER, COMPRESSOR, I SOL spO480-99-6-0698 DUE 020499 POC sebrina owens 804-279-3339 nsn 2840-01-366-4683. damper.compressor. 1. general electric co cage 07482 p/n 1591 M70G01. Approved source: general electric cage 07482. fpg98314000427. quantity requested 1315 each, plus 100% option quantity fob ongin, inspection and acceptance at ongin. Other than full and open competition, unre. stricted. Specificalons, plans or drawings are not available and cannot be furnished by the government. Delivery schedule: 365 days aro fob origin, lo request a copy of this please contact bid custodian in writing by mail: defense supply centei nchmond, bio custodian. dsciijab. 8000 jetterson davis highway. richmond va 23297 of via fax 804-279-3123 01 804-279. 5723. Contracting officer: heidi bradbury ph: 804-279-5372 (W-345 SN279599)

Defense Supply Center Columbus, PO Box 16595, DSCC-PBAB, Columbus, OH 43216-6595 29-HOUSING, OIL PUMP ASSEMBLY, NONAIRCRAFT ENGINE SOL SP0740-99-Q-5953 DUE 013199 POC for Information Only, Point Contact: Denise Broomfield, Phone: 614-692-3567, FAX: 614-692-3677 NSN: 2990-01-259-0589, Housing, Oil Pump Assembly, Nonaircraft Engite, AlliedSignal Inc. (99193) Part Number 366871-4. Quantity 43 exch to be delivered to Lathrop CA 95330-0130, 150 days after date award. All responsible sources may submit an offer/quote which shal be considered. Please see Note 26. This solicitation will be available on the Internet at htlp://www.dscc.dla.milita. 15 days after this seta is published in the CBD. Requests for hard copies of this solicitation will not be accepted. Specifications, plans or drawings are not availabe It is anticipated that award will be made via a delivery order to an existing basic ordering agreement.

http://www.dscc.dla.millila OSCC Solicitations on the Web (W-345 SN279474)

Defense General Supply Center, 8000 Jeff Davis Mwy., Richmond,

VA 23297-5312 28-SLEEVE, SHAFT, GEARBOX SOL SPO480-98-Q-Y342 DUE 020199 POC Contact: for copies of RFQ solicitations, contact: shirlene claiborne FAX your request to (804) 279-5723, atta: B0671. PR-NO: FPG98142000338 NSN 2840-00-109-8402, sleeve, shalt, gearbox, General Electric Co., CAGE 07482, P/N 9671M92P03. 400 EA Del to Stockton CA 95296 Del by 120 days. Unrestricted. See not 26. Option to increase qty 100%. 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 combination of price, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit older which DGSC shall consider. (1-345 SN279585)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 28- VANE ASSY, COMPR 2ND SOL SP0480-99-Q-7209 DUE 020199 POC Contact: for copies of RFQ solicitations, contact: shirlene claiborne/ B0671 FAX your request to (804-279-5723, altn: B067). PR-NO: YPG98314000390 NSN 2835-00-555-7564, vane assy, compr 2nd, Allison Engine, CAGE 63005, P/N 6876102 7 EA Del to Norfolk VA 235113392 Del by 13 Sep 99. 13 -EA Del to Barstow CA 92311 Del by 13 Sep 99. Del by 120 days. unrestricted. See NOTE 26. Option to increase aty 100%. specification, 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. (1-345 SN279591)

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

4488, Redstone Arsenal, AL 35898-5280 28-BLADE, COMPRESSOR ROTOR SOL DAAH23-99-0-0224 DUE 012999 POC Ruth Jackson, Contract Specialist, 256-955-9195. Marsha Flakes, Contracting Officer, 256-955-9187 17. Noun: Blade, Compressor Rotor, NSN: 2840-00-176-3780. P/N 1-100-361-06, Quantity: 4.950 each, with a 100% option requiremeni, Applicable to the T-53 Engines, FOB Origin to New Cumberland, PA 170/0. Stockton, CA 95296, and Texarkana, TX 75507. Required delivery with first Article Testing is 1650 each 715 DACA, 1650 each in 30 days. First Article Test Report due 453 DACA 465 DACA without First Article. This procurement requires prequalification. This item is a Flight Safety part which requires Engineer ing 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 of 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 per mil full and open competition. Approved source are Allied Signal, Inc., Phoenix, AZ 85072 and INCO Engineered Products Inc., Farmington, CT 06032. The time required for approval of a new supplier 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 oblained from AMCOM, AIIN AMSAM-AR-E1-F-S. Subject to Availability of funds. No telephone requests will be accepted. You may tax your request AIIN: AMSAM-AC-AL-E, Ruth Jackson, Contract Specialist, on 256-955-9196. Numbered Note(s) 22 and 26 apply. (W-345 SN279623)

SA-ALC/Contracting Directorale/SA-ALCALDKJ; 485 Quentin Roosevelt

Road Suite 12: Kelly AFB, TX 78241-6419 29_VALVE SOL F41608-99-0-38506 DUE 123098 POC The Pointe H Contact is Carole Crenshaw, E-Mail: carolyn.crenshaw@ldgatelbelly atm Quantity: 17 EACH, Item 0001 NSN 2915-00-126-5697, P/N AVI68162 Dimensions 5.25 in x 3 in X 4.5 in. material buna N (packas steel (ning.screw), sst (shall, washer, spring, slide, clip, pia) ALAL (slide roller, retainer, valve body, end cap), brass-anneal (seal med synth rubber (seal ring). Function main fuel shutoff valve. Cortes fuel tiow from the wing tanks to the engines. Appl A37A. No drax[s or data are available fro the government. Source Control trem 0003 Code 73760, ITT General Controls, Burbank CA 91502. Authority. 19 U.S.C. 2304 (C) (1), Justification: Supplies (or Services) required at available from only one or a limited number of responsible sources (s) and no other type of supplies or services will satisty agency rewart ments. See Note(s) 23,26 No telephone requests Only written or ! requests received directly from the requestor are acceptable. All respon sible sources solicited may submit a bid, proposal, or quotation sect shall be considered. All potential offerors should contact the best PCO identified in this notice for additional information and/or to come nicate concerns, if any., concerning this acquisition. If your concert are not satisfied by the contracting officer, an Ombudsman has been appointed to hear concerns from offerors or potential olterors doen the proposal development phase of an acquisition. The Ombudsma does not diminish the authority of the program director or Contacte Officer, but communicates Contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel e requested, the Ombudsman shall maintain strict confidentially as the source of the concero. The Ombudsman does not participar the evaluation of proposals or in the source selection process. Internas parties are inviled to call the SA-ALC Acquisition Ombudsman a 210-925-5133 or send E-Mail to: ombudsman@ www.kelly-aft.org S# Notels26

http://www.kelly-afd.org/links/proc/ifa/solicitations/F41608-99-6 38506.html Click Here To Go Jo The Solicitation

Carolyn.crenshaw@ldgatel kelly.al.mil Send E-Mail to the POC (D345 SN279611)

Defense General Supply Center, 8000 Jell Davis Hwy., Richmond,

VA 23297-5312 28—VANE ASSY, COMPR 5TH SOL SP0480-99-Q-7206 DUE 020199 POC Contact: for copies of RFQ solicitations, contact: shirlene claibornel DSCR - JUPB/B0671. FAX your request to (804) 279-5723 PR-NO: YPG98314000392 NSN 2835-00-555-7633, vane assy, compr 5TH, Allison Engine, CAGE: 63005 P/N 6876105 40 -EA Del to Barstow CA 92311 Del by 06 Jan 99. 10 EA Del to Richmond VA 23297 Del by 06 Jan 99. Del by 120 days. unrestricted. see NOTE 26. option to increase aty 100%. specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the Gov't. the final contract 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 OGSC shali consider. (1-345 SN279592)

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

4488, Redstone Arsenal, AL 35898-5280 28-BLADE SET, TURBINE SOL DAAH23-99-0-0160 DUE 012999 POC Ruth Jackson. Contract Specialist. 256-955-9195, Marsha Flakes. Contracting Officer, 256-955-9187 17. Noun: Blade Seli Turbine, NSN: 2840-01-187.8730. P/N: 2-101-322-05, Quantity: 403 each, with a 100% option requirement. Applicable to the 1-55 Engines, FOB Origin to Texarkana, TX 75507. Required delivery with First Article Tesling is 203 each 328 DACA, 200 each in 30 days. First Article Test Report due 195 DACA. 207 DACA without first Article. This procurement requires prequalification. This item is a Flight Safety part which requires Engineer. ing Testing. All responsible sourtes may submit a proposal which shall be considered by the agency. Justification for other than lull 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 are Allied Signal, Inc., Phoenix, AZ 85072 and INCO Engineered Products Inc., Farmington, CT 06032 The time required for approval of a new supplier is such that award and delivery cannot be delayed pending approval of a new source forms are encouraged to seek source approval in order to compete for future solicitations. Information on meeting of qualifications can be oblained from AMCOM ALIN AMSAM-AR-E1-6.S Subject to Availability of funds. No telephone requests will be accepled. You may far your request ATIN AMSAM-AC-AL- Ruth Jackson Contract Specialist, on 256-955-9196. Numbered Nole ») 23 and 26 apply. (W-345 SN279625)

Defense General Supply Center, 8000 Jett Davis Hwy., Richmond,

VA 23297-5312 28-VANE ASSY, COMPRESSOR 6THSTAGE SOL SPO480-99-0-7207 DUE 020199 POC Contact for copies of RFO solicitations, contact shirlene claiborne/ DSCR-JLPB/B0671. FAX your request 10 (804) 2795723, attn: B0671 PR-NO: YPG98314000393 NSN 2835-00-555-7660. allision Engine, CAGE: 63005 the procurement agency has data adequate for evaluation purposes, but limited rights apply. The olteror need provide only its data for evaluation. 45 -EA Del to Barstow CA 92311 Del by 20 Apr 99 15 EA Del to Richmond VA 23297 Del by 20 Apr 99. P/N 6876106 FAA form 8130-3 is required Del by 120 days unrestricted, see NOTE 26. option to increase aty 100% specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the Gov't le final 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 otter which DGSC shall consider. (1-345 SN279593)

Supply Directorate, Contracting Department, PSC Box 8018, NCAS,

Cherry Point, NC 28533-0018 29-COUPLING, DRIVE STARTER SOL M00146-99-0-N172 DUE 177* POC Debora Berget, Purchasing Agent, 252-466-7766./fax 252-456 8492, or Cindy Ives, Contracting Ollicer, 252-466-5317 The Naval Angie! Depot. Marine Corps Air Station, Cherry Point, NC has submitted procurement request for 41 each Coupling. drive starter, PAN 2495841 NSN 9G-2995-01-202-5196 to be delivered 30 days after receipt et order. Delivery will be made to NADEP Receiving Olicer. Det Point, NC. All responsible offerors will be considered. Proxide Care Code and Dun and Bradstreet number with request. No telephone tegutse please. Far request to 252-466-8492 Numbered Noles 26 As of Maich 1998 all contractors must be registered in the Central Caet ac'h Registration (CCR) Database as a condition of contract award. Contractors may register in the CCR through the World Wide Web at 12:2 www.acq.osd, millec or call the DOD Electronic Commerce intora Center at 1-800-334-3414. (W-345 SN279624)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 28-SEAL, METALLIC, SPECIAL SOL SPO480-99-0-1197 DUE 012599 POC Ron Heimberg, 804-279-6491: Capt Rod Murphy, 804-279-4100. KO NSN 2840-01-301-5884. General Electric P/N 5053747602, 18 each, Delivery to New Cumberland. PA and Stockton, CA All responsible sources may submit an ofler which will be considered DSCR does not Circently have an approved Technical Data Package aviaiable for

2.345 SN279750)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 28—VANE ASSY, COMPR 9TH SOL SP0480-99-0-7208 DUE 020199 POC Contact: for copies of RFO solicitations, contact shirlene claiborne!

Defense Supply Center Richmood, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 29—MPELLETER, PUMP, CENTRIFUGAL SOL SPO480-98.8.928Dit 011599 POC Buyer Myra Jones/BP155/804-279-6446. Fax: 3123. Contract ing officer Capt. Rod Murphy NSN 2915-00-919-0171. Crane CO 565 P/N RB12272. Deliver 27 each to Richmond, VA, 108: Destest Inspection/Acceptance Origin. Small business set-aside does not such OSCR does not currently have an approved technical data sa kale

available for this NSN Data is proprietary or insufficient for competitive procurement

http://www.dscr.dlamil DSCR homepage

mil click here to contact the buyer via e-mail (W-345 SN279645)

CT 06108 Manufacturer: United Technologies Corp. Delivery schedule 45 183 days alo. Unrestricted Intended sourcels) United Technologies Coro Pratt and Whitney Anticipated award date is 03/02/99. Solicitation will be made in writing Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. (W-345 SN279643)

30 Mechanical Power Transmission Equipment

of Contact: Michael Theado, Phone: 614-692-1407, FAX: 614-692-3672 NSN. 3010-01-013-2031. Clutch Positive Model. GTCP36-50 Gas Turbine Engine, (99133) Part Number 3860020-2. Quantity 9 each to be delivered to New Cumberland PA 17070 5001: Quantity 19 each to be delivered to Lathrop CA 95330 0130. to be delivered 150 days after date of award. All responsible sources may submit an offer quote which shall be considered. Please see Note 26. This solicitat son will be available on the internet at hitp://www.dsot dla milite, is days after, this notice is published in the CBD. Requests for hard copes 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 Governmeot intends to solicit and contract with only approved sources under the authority of 10 USC 2304(c)(1). Approved sources are: AlliedSigoal Inc. (99193).

http://www.dscc.dia minta DSCC Solicitations on the Web (W-345 SN279494)

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

4488, Redstone Arsenal, AL 35898-5280 30–GEARSHAFT, HELICAL SOL DAAH23-99-0-0238 DUE 012199 POC Demetirus Lee, Contract

(256) 955-9192 or Marsha Flakes. Contracting Officer, (256) 955-9187 Noun: Gearshall, Helical: NSN: 304001-459-1408: P/N: 1-030-191-14, Quantity 508 each with a 100% option applicable to the UH-1 Air Frame Unit. FOB Origin to Texarkana, Texas. Required delivery with 108 each, 240 days after date of Award and 100 each per month thereafter until completion. All ofterors must meet prequalification requirements in order to be eligible for award. Fims are encouraged to seek source approval order to compele for this or future solicitation by submitting documentation in accordance with the Competition Advocate's Shopping list (CASU) procedures. The proposed contract action is for supplies for which the Goveroment does not own specifications of drawings. It is anticipated that the award will be made via a delivery order to an existing Basic Ordering Agreement. A Request for Quotation will be issued to Allied Signal Incorporated. Authority and justification is FAR 6.302-1. Al responsible sources are encouraged to submit a proposal, which shall be considered by the agency. See Numbered Note (s) 22, 23, 26 (W-344 SN279337)

Delense Supply Center Richmond, 8000 letterson Davis Highway, Richmond, VA 23297-5000 31-BEARING SLEEVE SOL SP0441-99.0V-038 DUE 020199 POC For copies of solicitation phone or write: AUN DSCR-JFPB Melvin Short (804)279-3593 FAX (804) 279-6620 Contracting Officer Carolyn D. Allizer (804) 279-3527. NSN 3120-01-205-5713, Bearing, Sleeve. YPG98342000544. Source control data Boeing Military Airplane Co. (82918) Wichita, KS p/n 458-50502-501 Approved source PSI Bearing Inc. Configuration Control applies furnished item must conform to the cited requirements/revision, Opl-tar 52.209-1 or 52.209-2 (see note 23).* Qualitying Activity: Boeing Delense and Space Group and Product Support Div Boeing. Co. 3801 S.Oliver St. Wichita, KS 67277-7730 Our inspection required. Cutcal, application, item. Lige item 0001 gly of 250 ea to be delivered to New Cumberland, PA and Line item 0002 qty of 250 ea to be delivered to Tracy. Ca. Delivery schedule 15 239 days aro. Unrestricted, Intended source: Boeing Military Airplane Co Sohcitation will be made in writing. Anticipated award date is 03/02/99 Specifcations plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. (W.345 SN279684)

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

Columbus, OH 43216-6595 30— GEAR, SPUR IN ALLISON TURBOPROP AIRCRAFT ENGINE SOL SP0740-99-0-5797 DUE 012599 POC Contact: name-anita Luich phone614 692-3277 FAX number - PR-NO: FPC98301000668 NSN 3020-00670-8927. CAGE 34087 Part No 6784958 CAGE 63005 Part No 6784958 gear, Spur. Allison Engine Co., CAGE 63005, P/N 6784958 Kitco, Inc. CAGE 34078. P/N 6784958. 225-EA Del to Lathrop CA 95330 Del within 90 days after award. NOTE 26 applies. This solicitation wul be available on the internet at http: /WWW.OSCC. DLA MIG/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 oliers, 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. (1-345 SN279458)

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

4488, Redstone Arsenal, AL 35898-5280 31-BEARING, ROLLER, CYLINDER SOL DAAH23.99-0-0235 DUE ON 1599 POC Demetirus Lee, Contract Specialist, (256)955-9192 or Marsha Flakes, Contracting Officer (256) 955-9187 Noun: Bearing, Roller. Cylinder: NSN 3110-00-684-1826; P/N 1-300-012-01: Quantity 1.150 each, with à 100% option applicable to the 1-53 Turbine Engine FOB Onigin with delivery to Texarkana, TX New Cumberland. PA and Stockton, CA, Required delivery with First Article Testing 384 each, 250 days after award and 383 each per month thereafter. "First Article Test Report is due 188 days after award. Required delivery without First Article Test is 384 each. 200 days, alter award and 383 each per month thereafter until completion. All offerors must meet prequalification Tequirements in order to be eligible for award the approved sources are Allied Signal, Inc, and MRC Bearings. All responsible sources may submit a bid which shall be considered by the agency. Subject to availability of funds, No telephone requests will be accepted. You may tax your request to ATIN AMSAMAC-AL-E. Demetirus Lee. Contract Specialist, on (2567 955-9196. Authonty and justification is FAR 6.3021. All responsible sources are encouraged to submit a proposal, which shall be considered by the agency See Numbered Note (s) 22. 23. 26 (W-344 $N279341)

Delense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31-BEARINGS SYNOPSIS SOL SP044/99R0771 DUE 013199 POC Ruth Slith/B7/14/804-279-4426/Contract Specialist. Debra M. Call/804279.4368/Contracting Officer SP044199R071)., YPG98289001033., NSN

3110013597286 Bearing. Rolier, Cylindri, Manufacturer: General Electric COID, PIN 6066140P05 of 6066140P06., Specitations, plans or drawings relating to the procurement described are not available and cannot be turnished by the Government.. Delivery 250 Days ARO. Total Qty 210, Line item 0001 is (110), line item 0002 is(100). Unsestricted.. The final contract award decision may be based upon a combination of price. past performance and other evaluation factors as described in the solicitation. Flight Critical Component: Source Control Hem; Approved Sources: MPR Corp., Cage 78118/MRC Bearings/Cage 38443.. This solcitation will be made in writing: (W-345.SN279736)

34 Metalworking Machinery

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31-BEARING, PLAIN, SELF-ALIGNING SOL SP0441-99-QV-037 DUE 020199 POC For copies of solicitation, phone or write ATIN OSCRJFPB Melvin Shosi (804) 279-3593 FAX, 1804279-6620. Contracting Officer Carolyn D. Allizes (804) 279.3527. NSN 3120-01-161-4074, Bear. ing. Plain. Seil-Aligning, YPG98342000533, "Source control item" Sikorsky Aircraft Corp. cage 78286 p/n 70305-22800-101 Approved sources: Sargent Controls and

Aerospace Kahr Beaning Div. cage 97613Configuration control applies. Origin inspection required. Critical application item. Line item 0001 qty of 750 ea to be delivered to Tracy. Ca and line item 0002 Qty of 750 ea to be delivered to New Cumberland, Pa. Delivery schedule is 92 days aro. Opl-far 52.2091 or 52.209-2 (see note 23). Quallying Activity: Sikorsky Aircrall Corp. MS $420A 6900' Main Street PO Box 9729 Stratlord, CT 06497-9129 Manufacturer: Sikorsky Aircraft Corp Unrestricted. Intended sources: Sikorsky Alcraft Corp Sargent Controls and Aerospace. Solicitation will be made in writing Anticipated award date is 03/02/99 (W345 SN279456)

Defense General Supply Center, 1000 Jeff Davis Hwy., Richmond,

VA 23297-5312 34-GRINDING MACHINE SOL SP0490-99-R-0736 DUE 012299 POC Contact: for copies of RIP call Martha Meadows al (804)2796611 of send alax to (804)279-5948. PR-NO: PR# 98-19-1031 unrestricted solicitation for procurement of A CNC grinding Machine for delivery within 150 calendar days ARO to 00-ALCALIOP Hill ATB UT, Installation and training are required. FOB is destination with inspection at origin and acceptance at destination. (1-345 SN279582)

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

Columbus, OH 43216-6595 30__SUPPORT, GEAR. SOL SPO750-99-0-2063 DUE 012299 POC Conlact: namejulie M. Lewis phone 1614) 692-1097 FAX num ber PR-NO: YPC98341000864 NSN 3020-00-689-3225, CAGE 80064 Part No 2587642 Support, gear. per Marine Corps drawing 2587642 and all related data 20 EA Del to Barstow CA 92311 Del by 460 days after date of award see NOTE 26 this solicitation is available on the internet at http://WWW.OSCC DLA MIUB/RFO_SEARCH.HTML. FAX requests for copies of this solicitation will not be accepted. The small Business sue 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 Cofurribus, atto: OSCCVICD, PO Box 3990, Columbus, OH 43216-5000: by FAX (6!4) 6922998 or call (614) 692-2344 requests should include the IFB/REP/ RFO number, opening closing date. NSN, purchase request number (EG. YPCMPC), 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 pnce, delivery, past performance and other evaluation factors as described in the solicitation All responsible sources may subunit offer which OCSC shall consider. (1-345 SN279466)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 34-CUTTING MACHINE SOL SP0490-99-Q-M412 DUE 011299 POC Contact: for copies of RFQ call Oliver Johnson at (804)2795637 or send alax 10 (804)279-5948. PR-NO: RR# 99-14-1415 rerquest the procurement of A dual rack and pinion drwe shape cutting Machine (gantry type) esab sabre model 2000-6 IAW DSCR-JHT8.99-19-1000 Deliver to Anniston AL. This is A fum-boxed price contract. All responsible sources may submit offer which DGSC shall consider, (!-345 SN279586)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31-ROLLER, LINEAR-ROTARY MOTION SOL SP0441-99-QV-048 DUE 020199 POC For copies of solicitation, phone or write: ATIN DSCRJIPB Melvin Short (804) 279-3593 FAX (804) 279-6620. Contracting Officer Carolya D. Altuzet (804) 279.3527. NSN 3120-00-182-851), Roller, Linear-Rotary Motion, YPG98338001364, Lyiron Inc. (11245) D/o 378035i Critical application item, soe item 0001 qty of 616 ea to be delivered to Tracy, CA and line item 0002 qty of 416 ea, to be delivered to New Cumberland. Pa. OPL-FAR 52 209,1 OR 52.209-2 (SEE NOTE 23). Qualifying Activity, Lylion Inc. 56 Dragon CL Woburn, MA 01801-1039 Manulacturer. Lylon, Inc. Delivery schedule is 167 days aro. Unrestricted Solicitation will be made in writing. Anticipated award date is 03/ 02/99. Specifications, plans or drawings relating to the procinment described are not available and cannot be furnished by the Government. (W-345 SN279479)

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

Columbus, OH 43216-6595 30— GEAR, INTERNAL SOL SP07409905958 DUE 020399 POC For into Only, P.O.C. - Name: Cindy Milts, Phone: (614) 692-2064 Fax (614) 692-3574 All responsible sources may submit an offer/quote which shall be considered. NSN 3020-01-122-8277. Gear, Internal 12 Ea. to be delivered to Jacksonville Ale 32212-0097 60 DAYS AFTER DATE OF AWARD. Please see Note(s): (26). This solicitation will be available on the Internet at http://www.dscc.dia.millia, 15 days alter this notice is published in the CBD Requests for hard copies of this solicitation will not be accepled, Specifications, plans or drawings are not available. While price may be a significant lactor 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.dsec.dia.mil/ita dscc sol. or the web site (W-345 SN279489)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31-BUSHING SLEEVE SOL SP0441-99-QV-071 DUE 020199 POC for copies of solicitation, phone or write: ALIN DSCR-HFPB Melvin Short (804) 279-3593 TAX (804) 279-6620. Contracting Officer Carolyn D. Altizer (804) 279-3527. NSN 3120-01-205-7557. Bushing Sleeve, YPG98341000940, United Technologies Corp. Pralt & Whitney cage 77445 p!O 4066496 basic Acceptable sources: Dupont Tribon Composites Inc. cage 5523) Configuration Control/Item approval by design control activity applies. Origin inspection required. Critical application item line item 0001 gly of 5600 es to be delivered to tracy. CA and line item 0002 aty of 3550 ea to be delivered to New Cumberland, Pa. Oplfar 52209-1 OF 52 209-2 (see note 23). Qualitying Activity: United

ANNISTON ARMY DEPOT, DIRECTORATE OF CONTRACTING, 7 57. * FRANKFORD AVE, ANNISTON AL 36201-4199 344CC MACHINING CENTER CONTROL R

RETROFIT SOL DAAE 24-99. R-5002 DUE 022099 POC Contract Negotiator Valerie D. Jones (256) 235-7748 Contracting Officer Cathy C. Higginbotham (256) 235-7323 (Site Code: DAACOT) Requirement to retrofit one Ingersoll Gantry Machining Center. SN 18491 at Anniston Army Depola Anniston. Alabama, The basic machine retrofit is to be performed on site. Component parts such as the Auxiliary Spindle Units will be returned to the Original Equipment Manufacturer (OEM). The Machining center is now equipped with an Allen-Bradley 8200 CNC with an auxiliary Ingersoll Supervisory Control (ISC) computer. The existing control systém shall be replaced with a GE Fanuc Model 150 MAMA CNC control or equal. All machine functions accomplished by the existing control system shalt also be

etichist the new control system the existing loductosyn feedback

Pral and Whitney Ann Main Street fast Hand

Issue No. PSA-2242; Tuesday, December 15, 1999

to award on a Sole Source basis with Hagglunds Drive, Inc. for brake parts for a 1993 Westmont 100 ton floating crane.

839/ ERROR--(W-344 SN279384)

devices shall be replaced with Heidenhain feedback devices. The Exciteri Demodulator Box (EDB) Units in the six spindle units and the machine Tam head shall be upgraded. This is a negotiated procurement with only one source, Ingersoll Miiking Machine Company, 707 Fulton Avenue, Rockford, IL 61103, in accordance with 10 U.S.C. 2304(c)(1). Ingersoll Milling Machine Company retains proprietary rights to all technical, design and software data required to perform the control system retrofit. Firms that recognize and can provide retrofit that meets the requirements are encouraged to identify themselves no later than 15 days from the date this published, and provide supporting evidence to the Contracting Officer which will permit their participation in future solicitations, Request must be in writing. Faxed requests will be accepted al (256) 2356353. Telephone requests will not be acknowledged. (1-345 SN279676)

36 Special Industry Machinery

FAR Clause FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial items iact 1998) applies with the following applicable clauses from paragrash (b). FAR 52.203 -6 Restrictions on Subcontractor Sales to the Covenant Alternate I, FAR 52.222-26, Equal Opportunity (Oct 1998). FAR 52 72235. Affirmative Action for Disabled Veterans and Veterans of the Vietnam ERA. FAR 52.222-36 Affirmative Action for Handicapped Workers (Oct 1998). FAR 52.222-37 Employment Reports on Special Disabled Veteras and Veterans of the Vietnam Era. FAR 52.225-3 Buy American Ac Supplies. FAR 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments program Of ALS 252.212-7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Com mercial Items, applies with the following clauses applicable for paragraph (b). OFARS 252.225.7001 Buy American Act and Balance of Payment Program. DFARS 252.225.7036 North American Free Trade Agreemes Implementation Act. Any Contract awarded as a result of this solicitate will be an order certified for national defense use under the Delen Priorities and Allocations System. The government intends to make a single award to the responsible offeror whose offer is the rest advantageous to the government considering price an price-related lx tors. Provision 52.212-2, Evaluation-Commerical Items, applies with part graph (a) completed as follows, the following factors shall be used to evaluate offers. (1) Equipment's capability to meet Government necesa to include 100% Compatibility. (2) Price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meets all requirements stated in the above purchase descriptions for Line Item 0001. Mailed, or faxed copy ofters rest be received no later than 4:00 PM PST. on 21 December 1998. Quotaten sent via the US Postal Service should be mailed to the Contract » Purchasing Office, PO Box 1609. Oceanside, CA 92051-1609, Atın. Barbara Barrett. If quotation is to be sent via Federal Express, Address to read Contracting Olfice, Bldg 22180, Camp Pendleton CA 92055 Ata Barbara Barrell

Barbara Barrett, Contracting Olhice (344 SN279344)

in this notice. This announcement comitten Soloicitation will not be

HEADQUARTERS IOC, ATTN AMSIO-ACI, BLDG 350 5TH FLOOR MIDDLE

BAY, ROCK ISLAND, IL 61299-6000 38—VIBRATION MIONITORING EQUIPMENT FOR WATERVLIET ARSENAL SOL DAAA09-99-R-2017 DUE 122398 POC Contract Specialist Shirleen Browning (309) 782-4383 Chris Tindle (309) 782-3449 (Site Code DAAA09) THIS REQUEST FOR PROPOSAL DAAA09-99-R-2017 REPLACES AND DELETES DAAA09-99-R-2006 PUBLISHED IN THE CBD 30 NOV 98. THIS IS A COMBINED SYNOPSIS/SOUCITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6. AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION: PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THIS SOLICITATION DOCUMENTS AND INCORPORATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 97-09. HQ, INDUSTRIAL OPERATIONS COMMAND (IOC) ROCK ISLAND. IL INTENDS TO NON-COMPETITIVELY SOUCIT AND AWARD A CONTRACT WITH COMPUTATIONAL SYSTEMS INC. (CSI). THE CONTRACT WILL BE A SOLE SOURCE AWARD FOR VIBRATION MONITORING SYSTEM WHICH INCLUDES CONTRACT LINE ITEM 0001: QTY I CSI COMPREHENSIVE MINILAB MODEL #A520004; LINE ITEM 0002: QTY 3 MACHINE VIEW MODEL #V3130-C-NT. WITH 16MB RAM, VT-3130-NET NETWORK CAPABILITY, AND V3100-08 NEMA 12 CABINET; AND UNE ITEM 0003: QIY 4 MACHINE VIEW MODEL #V3110-16. WITH 3 EACH ADDITIONAL V3110MUX 16 CHANNEL MUX CARDS AND I EACH Y3110-TAC 16 CHANNEL TACHOMETER CARD PER UNIT. WATERVLET ARSENAL GOVERNMENT PERSONNEL WILL ACCOMPLISH INSTALLATION, CONFIGURATION, AND INTEGRA. TION OF THE PROCURED EQUIPMENT IN TARGETED MACHINE TOOLS AND ANCILLARY EQUIPMENT. THE CONTRACTOR, AT HIS FACIUTY, WILL SUPPLY TRAINING ON THE PROCURED COMPONENTS. DELIVERY IS REQUIRED BY 30 APR 99 FOB DESTINATION, INSPECTION WILL OCCUR AT THE CONTRACTOR'S FACILITY WITH ACCEPTANCE AT WATERVLIET ARSENAL. THE FOLLOWING PROVISIONS/CLAUSES APPLY TO THIS ACQUISITION SECTION D: 52.000-4148; SECTION [ 52.0022-4901WV (FILLINS: INSPECTION AT CONTRACTOR'S FACILITY AND ACCEPTANCE AT WATERVLIET ARSENAL); SECTION G: $2.232-4503 (RETURN WITH OFFER IF APPLICABLE), 52.000-4230 II (FILL IN: INVOICE ADDRESS IS DEFENSE FINANCE AND ACCOUNTING SERVICE: ROCK ISLAND OPERATING LOCATION: ATTN: DFAS-RI-FPV BLOG 68, ROCK ISLAND. IL 61299-8301); SECTION H: 52.000-4032; SECTION 1: 52.252-2. 52.212-1, 52.212-4. 52.212-5 (52.0000-4650)(CHECKED CLAUSES ARE 52.203-6. 52.219-8. 52.219. 14, 52.222-26. 52.222-35, 52222-36. AND 52.222-37), 52.212-7001 (52.0000-4672)(CHECKED CLAUSES ARE 252.225-2007, 252.227-7015, 252.227-7037, 252.243-7002. AND 252.247-7024), 252.204.7004, 252.232-7009, 52.232-18, 52.0022-4093WV, AND 52.0022-4471WV; SECTION K: 52.204-6, OFFERORS MUST INCLUDE A COMPLETED COPY OF THESE PROVISIONS WITH THEIR OFFER: 52.212-3 (52.000-4630), 52.2127000 (52.0000-4660), AND 252.225-7006: SECTION L: 52.252-1. 52.0004834, 52.214-31, AND 52 215-5 (FILL-IN FOR 52.214-31 AND 52.2155: FACSIMILE TELEPHONE NUMBER FOR HQ, 10C. INSTALLATION CONTRACTING DIVISION IS (309) 782-4955 OR 5958. THE FACSIMILE SHALL IDENTIFY THE CONTRACT SPECIALIST OR CONTRACTING OFFICER BY NAME AND THE SOLICITATION NUMBER). THIS SYNOPSIS IS A NOTICE OF INTENT TO SOUCIT/AWARD A CONTRACT AND SHALL NOT BE CONSIDERED A REQUEST FOR OFFERS. A DETERMINATION BY THE CONTRACTING OFFICER NOT TO COMPETE THIS PROPOSED ACTION BASED ON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DESCRETION OF IHE CONTRACTING OFFICER. RESPONSES RECEIVED BEFORE THE CLOSING DATE WILL BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT FUTURE COMPETITIVE PROCUREMENTS. (1-345 SN279675)

HEADQUARTERS IOC, ATTN AMSIO-ACI, BLDG 350 STH FLOOR MIDDLE

BAY, ROCK ISLANO, IL 61299-6000 36_REPLACE TECHNOLOGICALLY OBSOLETE CNC MACHINE CONTROL SYSTEMS ON TWO CINCINNATI MILACRON HYDROTELS. SOL DAAA0999-R-2013 DUE 011599 POC MS. CHRIS TINDLE, HQ, 10C, AMSIO-ACIP. (309)782-3449, FAX (309)782-4955, EMAIL TINDLECCIOC ARMY.MIL OR MAJ JOHN WOMACK, HQ, 10C, AMSIO-ACI-P (309)782-1211 (Site Code DAAA09) SYNOPSIS PUBLISHED 11/16/98 IS DELETED AND REPLACED BY THE FOLLOWING SOLICITATION SYNOPSIS. 17. This is a combined synopsis/solicitation for commercial items prepared IAW the format in Subpart 12.6, as supplemented with additional information included

constitutes the only solicitation; proposals are being requested and issued. This synopsis/solicitation is issued as RFP DAAA0999R 2013 and should be referenced on all bid packages. This solicitation is unrestricted. This solicitation is to replace technologically obsolete Cincinnati Milacron Acramatic controls utilized on one Cincinnati Milacron Model MT and one Model OM, 3-spindle Hydroteis at Watervliet Arsenal, Watervliet, New York, with the latest open architecture designed controller systems. The oftered systems will utilize off-the-shelf components and be capable of maintaining full functionality while allowing hardware and software components to be obtained from multiple sources. The offeror shall

provide commercial sources of supply and commercial part ordering information of all commercially available components used in their

control system. All responsible sources may submit a proposal which will be considered. Please submit specification sheets for evaluation purposes only. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-9. The provision at FAR 52.212-1 Instructions to Offerors-Commercial items applies. The provision at FAR 52.212-2 Evaluation-Commercial Items applies. The provision at FAR 52.232-18, Availability of funds applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer has the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors as stated in the Statement of Work. All contractors who provide goods/ services to the Department of Defense (DOD) must be registered in the Central Contractors Register (CCR). You cannot be awarded a DOD contract if you are not registered in the CCR. You may register via the Internet at http://ccredi.disa.mil. Further information may be obtained through the internet at http://www.acq.oso.mil/ec/tags. If you do not have Internet access and want to register y ou may contact the CCR Registration Assistance Center at 1-888-227-2423. The Govern. ment will evaluate past performance according to FAR 15.305. The contractor shall extend to the government full coverage of any standard commercial warranty normally offered in a similar commercial sale. one year warranty to include parts and labor prelerred. Acceptance

of the warranty does not waive the government's rights with regard * to other terms and conditions of the contract. Please note: Ofterors

shall include a completed copy of the provisions at FAR 52.212-3 and 252 215-7000 OHeror Representations and Certifications-Commercial items with their oflers. FAR clause 52.212-4 Contract Terms and Conditions-Commercial items applies to this acquisition. FAR clause 52.2125 Contract terms and conditions required to implement statutes or executive orders-Commercial items applies to this acuisition and the following classes apply: 52.203-6, 52.203-10.52.204-6, 52.219-8, 52.219. 14.52.222-26.52.222-35. 52.222-36, 52.246-16, 52.222-37. DFAR Clause 252 212-7000, 252.212-7001, Contract Terms and Conditions apply and the following clauses apply: 252.219-7006. 252.225-7053, 252 225-7012, 252.227-7015, 252.227-7035, 252.227-7036, 252.227-7037, 252 2332000, 252.243-7002, 252.247-7024. This is a DO rated contract. Work is to be complete NLT 180 days alter contract award. FOB Watervliet Arsenal. Watervliet, NY. The following notes apply: 9 & 12. fared proposals (IAW FAR 52.214-31/52.215-18) are acceptable. Proposals must be received by 15 Jan 99, 2:00 p.m. central time. FAX proposals to (309) 782-4955, ATTN: Proposal Depository/Eileen Ray M/F. Mail proposals to: HQ, IOC. AIN: AMSIO-ACI / Eileen Ray. Rock Island, IL 61299-6000, M/F: Proposal Depository, Qty: 2 (no quantity variation). STATEMENT OF WORK LOCATED AT HTTP://WWW.JOC ARMY MAILAC/AAIS/ 10C/SOUNFO/SOW/SOW,HIM TITLED CNC MODIFICATION. (1-345 SN279681)

40 Rope, Cable, Chain, and Fittings

Defense Supply Center Richmond, 8000 Jefferson Davis Mighway,

Richmond, VA 23297-5000 40--TERMINAL, WIRE ROPE, SWAGING SOL SPO490-99-0-4278 DE 011199 POC Buyer: Jean Taylor fax (804) 279-5983 / KO jetirej fl West (804) 279-5844 ypg 98212000418. NSN 4030-00-958-8040, 1EW NAL, WIRE ROPE, SWAGING, corrosion resistant steel for 3/16 dia wire rope. Critical application item, WAW Secification number 1 T-781B Basic did 64 JUL 15 amend NR 03 dtd 82 AUG 03. ir number: VAN SID NR MS20667 REV C basic dtd 79 JAN 31 Anett NR dtd Type Number : SID P/N MS20667-6. (NOTE 9) SEND REQUEST FOR COPIES OF SPECIFICATION TO: DEPARTMENT OF DEFENSE SINGLE STOCK POINT (DOOSSP), ATTN: CUSTOMER SERVICE, BUILDING 4 SECTO D. 700 ROBBINS AVENUE, PHILADELPHIA, PA 19111-5094, FAX 215 697-1462 OR 2978 OR ON INTERNET www.dodssp.daps.mil. 3176 deliver to Tracy. CA 95376-5000 Deliver by 90 Days ARO 2117deliver to Robins AFB. GA 31098-1887 Deliver 90 Days ARO 18-35 SN279639)

42 Fire Fighting. Rescue and Safety Equipment

39 Materials Handling Equipment'

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 42-REGULATOR ASSEMBLY SOL SP0450-99-0-8207 DUE 011999 PX Contact: for copies of REPAFB solicitations (available 15 days announcement), write or phone: DSCR did reg vest holline, atia 153 JJAB. Richmond, VA 23297-5312. (804)279-3350. for copies of #F solicitations, contact the buyer. Glenda Dawson/AJ327/ 804-279-390 PR-NO. YPG98338001510 NSN 4240-01-411-0554, regulator Assemba submersible Systems Inc., CAGE 49537, P/N 0013TH. 100 EA Det to New Cumberland PA 17070 Del by 106 days ARO. 130 EA De 19 Tracy CA 95376 Del by 106 days ARQ. Manufacturer: submersible Systems Inc. Part number: 00131H-specifications, plans o amnes relating to the procurement described are not available and can be furnished by the government. Unrestricted. Automated Best Value Model: the final contract award decision may be based upon A combate of price, past performance and other evaluation factors as deser in the solicitation. Other than full and open. All responsible sota may submit offer which DGSC shall consider. (1-345 SN279668)

Contracting Office, P.O. Box 1609. Oceanside, CA 92051-1609 39_BOOMLIFT ELECTRIC ARTICULATING SOL M93326-8308-1101 DUE 122198 POC Contracting Officer. Barbara Barrelt, 760-725-4205 This is a combined synopsis/solicitation for commercial items prepared in accordance with the formal in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, request for quotation being requested and a separate written solicitation will not be issued. Solicitation number M93326-8308-1101 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through federal Acquisition Circular 97-05 and DAC 91-13. This is an unrestricted procurement. The Standard industrial code is 5084 and the business size is 100 members. The agency need is for Electric Articulating Boomlift (ILG 30 Electric Lill) or equal. This requirement is for a fixed priced contract for one (1) each. Item 0001: Quantity 1 each. Item Description: Electric Articulating Boomlill (JLG 30 Electric Lill) or equal to include the following reaching capabilities- Platform Height 30M1. Horizontal Outreach 1391. Sin. Up and Over Clearance 1611. lun., Swing 360 degrees (non-continuous). Platform Capacity 500lbs. Delivery is required - 30 days after award of contract; to be delivered to: Facilities Maintenance Department, Bldg 22113, MCB. Camp Pendleton, CA 92055. Mark for Supply Officer, Facilities Maintenance Department. Acceptance shall be made at destination. The provision at FAR 52.212.1. Instructions to Ollerors-Commercial Items (Oct 1998) applies to this acquisition. Ofterors are required to complete and include a copy of the following provisions FAR 52.2123, Otter Representation and Certifications-Commerical llems (Oct 1998) with their proposals. The FAR Clause 52.212-4. Contract Terms and

38 Construction, Mining. Excavating, and Highway Maintenance Equipment

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Atfn: AMSTA-AC-PCC Rock Island, IL 61299-7630 42- CARRIER CANISTER ASSEMBLY FOR THE NAZ C& MASK SE DAAE 20-99-R-0003 DUE 020299 POC Dick Permantier (309) 782.34 DESC: NSN 4240-01-376-1382, Part Number 5.1-1971. Noen Cart Canister Assembly, for use on the M42 Chemical Biological Wrist The item to procure consists of two polyphenylene moldings These pieces twist together and are approx. 273 inches thick and des inches in diameter when assembled. Attached to the assembly in three polyphenylene straps, the longest being appror $5 Inches ! 3/4 of inch wide with snaphooks. A 3 year requirements type contract is anticipated. Potential 3 year requirements are 24.000 ea. 198 $ Destination. Estimated issue date is 30 Dec 98. This solicitat.co issued under full and open competition. All or part of the action 15 an unfunded FY 99 requirement. This solicitation all be issued electronically in accordance with FAR 4.501, 5.102(aX]) and 1423

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 Arkwin industries. While price may be A significant factor in the evaluation of offers. the final award decision will bebased 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. (1-345 SN279426)

Center Columbus, attn: DSCC-VICO, PO Box 3990. Columbus OH 43216. 5000: by FAX (614) 692-2998 oi call (614)6922344. requests should include the IFB/RFP/RFQ number, opening/closing date, NSN, purchase request number (E.G. YPC/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 evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-345 SN279433)

electronic copy may download it on or after the issue date by accessing the following address via the internet: http://www.acalalria army.mil ACALA/AAIS/AAIS. htm. This solicitation incorporates a technical data package (TDP) that cannot be provided via the internet. Vendors who need this TDP in order to prepare a bid of proposal are instructed to request same by submission of an email request to: tdpdist@ria. emh2.army.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 TDP will be provided by normal mail after the solicitation has been released to the internet. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government 1$ 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 mionresponsive and result in the rejection of same.

http://www-acalal.ria.army.mil/ACALA AAIS/AAIS.htm Internet address to access this solicitation

email address of Contract Specialist (W345 SN279722)

Delense Supply Center Columbus, PO BX 16595, OSCC-PBAB

Columbus, OH 43216-6595 46_SLEEVE AND SLIDE, DIRECTIONAL CONTROL LINEAR VALVE. SOL SP0740-99-0-5810 DUE 012599 POC Contact: nameanita luich phone614 692-3211 FAX number. PR-NO YPC98313001035 NSN 4810-01033-2871, CAGE 99643 Part No 34527 sleeve and slide. directional Control line ar valve. Sterer Engineering and Manufacturing Co. Part number 34527. 1.A Del to Barstow CA 92311 Del within 90 days after award. 13 EA Del to Jacksonville FL 32212-0097 Del within 90 days after award. NOTE 26 applies. This solicitation will be available on the internet al hitp: //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. Specifications. plans or drawings are not available. This acquisition is for supplies for which the government does not possess complete, unrestrictive 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 Vickers. 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. (1-345 SN279429)

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

Columbus, OH 43216-6595 48-VALVE, SAFETY RELIEF SOL SPO740-99-0-5839 DUE 010699 POC Contact: name-richard Furchner phone-614 692-7923 FAX numberPR-NO FPC98341000956 NSN 4820-00-528-2838, CAGE 75201 Part No 11010-2 CAGE 81205 Part No 10-3000-9 CAGE 81982 Part No A50092C012 valve. Safety reliel. Bahr Machine Co., CAGE 75201, P/ N 11010-2. Boeing Co., CAGE 81205, 10-3000-9. Crane Co., CAGE 81982, P/N A50092C012. 15 -EA Del to Tracy CA 95376 Del within 90 days after award. NOTE 26 applies. This sollicitation will be available on the internet at http: /WWW.OSCC.OLA,MIUI10/15 days after this notice is published in the CBD. requests for hard copies of this solicitation will not be accepted. The small Business standard size 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 contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). approves sources are: 75201,81205 81982. While price may be significant factor in the evaluation of offers, the final award decision will be based on 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, (1-345 SN279461)

*43 Pumps and Compressors

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

Columbus, ON 43216-6595 43-FILTER ELEMENT, FLUID. IN THE AQUACON WATER-ABSORBING* FILTERS SOL SP0760-99-Q-3725 DUE 010599 POC Contact: NAME

KAREN BANE@DSCC DLA MIL PHONE-614-692-1373 FAX NUMBER: i 6140692-4612 PR-NO: YPC98338000739 NSN 4330-01-439-2319. CAGE

13573 Part No aci-44001C CAGE 87405 Part No gng-440 Filter element, Htuid. Veicon filters Inc (CAGE-13573); P/N aci-44001c. facet Inti Inc (CAGE-87405); P/N gng-440. 88 EA Del to Hill AFB UT 84056 Del by 07 Feb 99 or deliver within 60 days after award. 217 EA Del 10 Mechanicsburg PA 17055 Del by 07 Feb 99 or deliver within 60 days after award. All responsible sources may submit an offer/quote which shall be considered. See NOTE(S): 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. 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 governement intends to solicit and contract with only approved sources

under the authority of 10 U.S.C. 2304(CXI). Approved sources are: I 13573, 87405. 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 oflet which DCSC shall consider. (1-345 SN279465)

Detense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 48-VALVE, SOLENOID. MATERIAL COPPER ALLOY BODY. VOLTAGE115V AC, CYCLES-60 HZ. SOL SPO760-99-0-3682 DUE 011499 POC Contact: NAME-KAREN BANE@DSCC OLA.MIL PHONE-614-692-1373 FA X NUMBER-614-4672 PR-NO: YPC98320001155 NSN 4810-01-122-0997, CAGE 04845 Part No AV-228-763-1 CAGE 04845 Part No AV174-509I valve, solenoid, material copper alloy body. Voltage-1150 AC, cycles60 Hz. CAGE 04845. P/N AV-228-763-1. CAGE 04845. P/N AV174509-1. ** 27 EA Del 10 Norfolk VA 23512-0001 Del by 11 Jan 99 of deliver within 90 days after award. All responsible sources may submit an ofler/quote which shall be considered. see NOTE(S): 26. This solicitation will be available on the internet at http://WWW.DLA MIU rlo/. 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will be not accepted. Specilications, plans or drawings are not available. This acquisilion is for supplies for which the government does not possess complele, unrestrictive. technical data, therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(1). Approves sources are: 04845 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 offer which DCSC shall consider. (1-345 SN279430)

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

Columbus, OH 43216-6595 48-PARTS KIT, VALVE, OVE SOL SPO 740-99-0-5846 DUE 010599 POC Contact: namerichard Furchner phone-614 692-7923 FAX numb er- PR-NO: YPC98112000124 NSN 4810-00-875-5864, CAGE 81982 Part No 35-589901 CAGE 81982 Part No 35-589901C Parts, kit, valve. Crance Co., . CAGE 81982, P/N 35-58990 OR 3558990C. 113 -EA Del to Tracy CA 95376 Del within 90 days after award. NOTE 26 applies. This solicitation will be available on the internet at http: INWWW.DSC.DLA MIUIfQ/. 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 acquisition is for which the government does not process 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: 75201, 81205, 81982. While price may be A significant factor in the evaluation if offers, the final award decision will be based upon A combination of price, delivery. ast performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-345 SN279462)

47 Pipe. Tubing. Hose and Fittings

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

Columbus, OH 43216-6595 41-TUBE-SCAVENGE END ITEM: C-135 AIRCRAFT, SOL SP0740-99. 0-5800 DUE 012799 POC Contact: nameanila Luich phone-614 6923277 FAX number - PR-NO: FPC98301000702 NSN 4710-00-802-5711, CAGE 05813 Part No 441847 CAGE 05819 Part No 441847 CAGE 21890 Part No 441847 CAGE 33501 Part No 441847 CAGE 33830 Part No 441847 CAGE 77445 Part No 441847 tube-scavenge. Prall and Whitney P/N 441841. 8 -EA Del to Tracy CA 95376 Del within 90 days after award. NOTE 1 and 26 applies. This solicitation will be available on the internet at http: //WWW.DSCC.DLA.MIUTTO, 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 750 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: Kreisler Industrial; E A Pallen, Lewis and Saunders; tube bends; united Technologies. 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. (1-345 SN279459)

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

Columbus, OH 43216-6595 48-VALVE, CONTROL, OPERATOR SOL SPO760-99-Q-3687 DUE 011499 POC Contact: NAME-KAREN BANE@DSCC. DLA MIL PHONE-614-692-1373 FA X NUMBER-614-692-4672 PR-NO YPC98323000675 NSN 4820-01122-0767, CAGE 52374 Part No 01-435-0189-5 rev-c 3. EA Del to Norfolk VA 23512-0001 Del by 22 Sep 99 or deliver within 90 days alter award. All responsible sources may submit an offer/quote which shall be considered, see NOTE(S): his solicitation will be available on the internet al hulp: INWW.DSCC DLA MIUIIQ). 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 governement does not possess complele, unrestrictive, technical data: therefore, the governement intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(0)(1). Approved sources are: 52374 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. (1-345 SN279432)

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

Columbus, OH 43216-6595 48-SEAT AND PISTON SOL SP0760-99-0-3722 DUE 010599 POC Contact: NAME-KAREN BANE@DSCC. DLAMIC PHONE-614-692-1373 FA X NUMBER-614-692-4672 PR-NO: YPC98329000682 NSN 4820-01-44)9591, CAGE 13344 Part No No 158334 piece 2 seat and piston Crane Co Co (13344)... P/N 158334 *PC2 |--AY Del to comm 757 443 5434 DSN 646 Del by 27 Nov 98 or deliver within 90 days after award. All responsible sources may submit an offer/quote which shall be considered. See NOTE(S): 26. This solicitaion 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. Specifications, plans or drawings are not available. This acquisition is for supplies for which the governement does not possess complete, unrestrictive, technical data: therefore, the governement intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(C)(I). Approved sources are: 13344 all responsible sources may submit offer which DCSC shall consider. (1-345 SN279464)

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

Columbus, OH 43216-6595 48-VALVE, SAFETY RELIEF SOL SP074099R3088 DUE 013199 POC for Info Only. P.O.C.- Name: E. Hayden Phone: (614) 692-4721, Fax (614) 692-3734 All responsible sources may submit an offer/quote which shall be considered. NSN 4820-00-279-4923, Valve, Safety Relief VANW Essec Cryogenics (19062) PN 20C-0050-2. 180 EA. 10 be delivered lo Tinker AFB, OK 287 TO Texarkana TX, 415 To Tracy, CA and 198 to New Cumberland PA 150 days after date of award. Please see Note(s): (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. Specifications, plans of drawings are not available. This is an unrestricted acquisition with a 10% preference for SOB 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 souIC!"5 under the authority of 10 U.S.C.2304(:)(1). Approved sources at

Miris (while price may be

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

Columbus, OH 43216-6595 46-VALVE, SAFETY RELIEF SOL SPO740-99-0-5790 DUE 012799 POC ontact: nameanita luich PHONE 614 692-3277 FAX number. PR-NO: PC98294000747 NSN 4820-00-073-1775, CAGE 98391 Part No 11057 AGE 98391 Part No 1A057-1 valve. Safety relief. Arkwin Ind Inc ert number '1A057-1. 9 EA Del to Tracy CA 95376 Del within 90 eys after award. 16 -EA Del to New Cumberland PA 17070 Del within

days after award. NOTES 1 and 26 apply. This solicitation will available on the internet at http: //WWW.DSCC.DLA.MIU/ifa/. 15 days ter this notice is published in the cod:requests for hard copies of s solicitation will not be accepted. The small Business size standard 500 employees. Specifications, plans, or drawings at nui available

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

Columbus, OH 43216-6595 45_VALVE, SAFETY RELIEF, EN MLRS ROCKET SYSTEM. SOL SPO75099-Q-2139 DUE 012999 POC Contact: name-marcia Mitchell PHONE 614. 692-7356 FAX numbe R614-692-1250 PR-NO: YPC9834 1000961 NSN 4820-01-147-9585, CAGE 06239 Part No a-169 CAGE 18876, Part. No 13030411 valve. Safety relief. VAN U.S. Aimy drawing 13030411. 133 EA Del to Richmond VA 23297 Del by 120 days after date of award. 59 EA Del 1o Texarkana IX 75507 Del by 120 days after date of award. see NOTE(S) I and 26, this solicitation will be available on the internet at http: IMWWW.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 500 employees. written request for drawings are to be submitted to Delense Supply

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/rfq dscc sol. on the web site (W-345 SN279560)

99. 1.375 -EA Del To Bremerton WA 98314-5100 Del By 09 MAR 99. Specs: P/N 6840383. Primary Quantity:7775. Deliveries To Conus (Excluding Alaska). Delivery Schedule:60. Size Standard:500. Notes 1,9 Applies. While Price Will Be A Significant Factor

, Jo the Evaluation Of Offers. The Final Contract Award Price Will Be Based Upon A Combination Of Price And Delivery As Described In Section M Of This solicitation. To Obtain Copy Of Solicitation Please Send Fax To (215)697-6333 (W-345 SN279451)

11

49 Maintenance and Repair Shop Equipment

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

Suite 12; Kelly AFB, TX 78241-6419 49—PNEUMATIC TEST SET SOL F41608-98-0-20722 DUE 012999 POC The Point of contact is DEIRDRE MCCORMICK. LOKSH, Phone: 210925-4741, FAX: 210-925-1073, E-Mail: dk al.mil 4920-01-327-0509AX; part number: 9057367-10; Teach Pneumatic test set; appl: multi aircraft: FMS Material: Steel, aluminum & electrical Size: 12"H x 14.5 W x 18.091 Form: measure capacitance of fuel system probes, set of probes & compensators. simulate probe & compensator capacitance values of functional checks measures insulation resistance of probes & cable harness. Delivery: 99 April NO GOVERNMENT DRAWINGS ARE AVAILABLE. Source: Simmonds 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 ofterors or potential ofterors 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: . See Note(s) 22,26

Send your E-Mail request to the POC (D-345 SN279531)

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53--SCREW, CLOSE TOLERENCE SOL SPQ5409909379 DUE 123098 POC KQ Name: Glenn R. Daemer. NCB05. (215)697-2692, Buyer Name:Şame PR NO: YP198327000089 NSN 5305-01-326-7587, @Nominal Thread Diameter 0.190 inches @thread Quantity Per Inch 32. @Thread Class 3A @Fastener tenth 1.598 Inches Mimimum And @1.628 Inches Maximum. '@Material Iron Alloy 660 Overall.@Head Diameter 0.339 Inches Minimum And @0.381 Inches Maximum. Grip Lenth 1240 Inches Minimum And @1.260 Inches Maximum. @Grip Diameter 0.1885 inches Minimum And @0.1895 Inches Maximum 500 - EA Dello New Cumberland PA 17070.Del By 15 Jan 99. Specs:NAS 1580 P/N C3120 Rev 10. Primary Quantity:500 EA. Deliveries to Conus (Excluding Alaska). Delivery Sched ule:120 Days.Ollers Will Be Evaluated with a 10% Preference for Small Disadvantaged Business Concerns. Note: This Item Is Being Re-Solicited As A 1 Year IDPO. Minimum 500 EA Maximum 1.00 EA Award Will Be Made To QSL Vendor. Fax (215)697-3636. Drawings Are nof Required! To Obtain Copy Of Solicitation Plese fax To (2150697-6333

(W-345 SN279498)

SA-ALC/Contracting Directorate/LOKA8; 485 Quentin Roosevelt Road

Suite 12; Kelly AFB, TX 78241-6419 49--ALTIMETER TEST SET SOL F41608-99-0-29530 DUE 010399 POC The Point of contact is Norma Alba, E-Mail: NSN: 4920-01-339-6180DP, P/N 01-0384-00, Altimeter Test Set, Qunatity: 8 ea. This altimeter set set is used to isolate faults in the AL 1010R and AL-101A radio altimeter system and to perform routine flight-line maintenance test on the system while installed on the aircraft. Award will not be delayed for source approval. Otters from firms not previously identified as sources for this requirement will only be considered when it can be determined prior to award that the item is being offered will meet the Government's requirements. All potential offerons should contact the buyer/PCO identified in this notice for additional information and/or to communicate concerns, if any, concermng this acquisition. If your concerns are not satisfied by the contracting officer, 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 01 Send E-Mail to: .

http://www.kelly-afb.org/links/proc/rfc/solicitations/141608-99-029530.html Click Here To Go To The Solicitation

Send E-Mail to the POC (D-345 SN279724)

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

Suite 12; Kelly AFB, TX 78241-6419 53-SEAL RING SOL F41608-99-0-45062 DUE 010699 POC The Point of Contact is Irene Mireles, LPKAH, Phone: 210-925-6385, FAX: 210925-6659, E-Mail: irmirele@lpgatel kelly.al mi 5330-00-332-6477P1. Seal Ring. PIN 4002454. 117 ea. First Article inspection required. To be eligible for contract award, ollerors must be approved sources, in accordance with clause 1-70. Qualification Requirements. The Government is NOT required to delay contract award to review pending SARS. Therelore, offerors are encouraged to submit SARS AS SOON AS POSSIBLE, If the Government has not completed review of SAR when the contract is awarded the SAR will be relained and the source will be reviewed for possible source approval for future awards. All potential ofterors 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 allicer, an Ombudsman has been appointed to hear concerns from ofterors 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 al AC 210-925-5133 or send E-Mail, to. . See Note(s) 26.

ir mirele@lpgalel, kelly at mil Send your E-Mail request to the POC (D-345 SN279506)

(562) 626-7375. 0001 Softwood lumber, 1109 BF, 2" X 4" X & F, $4S standard or better, # 2 KD, 19% max, any species except redwood or cedar, no random lengths, construction, outdoors, untreated, cust be wrapped in plastic. 0002 Softwood Jumber, 10240 BF. 2* X 17 X 16 fI. S4S standard or better, *2 KD, 19% mar, amy species except redwood or cedar, no random lengths, construction, outdoors uatreated, must be wrapped in plastic. 0003 Sottwood lumber, 1218 BF, 4" X 4" X 10 FT, S4S standard or better, 12 KD, 19% ma any species except redwood or cedar, no random lengths, construction, outdoors. untreated, must be wrapped in plastic, 0004, Sottwood lumbel 7280 BF, 4" X 4" X 12 F1, S4S standard, or better, 12 KO, 19% max, any species except redwood or cedar, no random lengths, construction, outdoors, untreated, must be wrapped in plastic. 0005 Soltwood lumber, 9710 BF. 4" X 4" X 16 F1, $4S standard or better, 12 KD. 19% max, any species except redwood or cedar, no random lengths, construction, outdoors. untreated, must be wrapped in plastic. 66 Sollwood lumber, 11090 BF, 2" X 4" X 8F1, S4S standard u better, #2 KD. 19% max, any species except redwood or cedar, no tandem lengths, construction, outdoors, untreated, must be wrapped in plastic 0007 Sottwood lumber, 13870 BF, 2" X 4" X 10 FI, SAS standard or better, *2 KD, 19% max, no random lengths, construction, outdoors, untreated, must be wrapped in plastic. 0008 Sottwood lumber, 17792 BF, 2" X 4 X 16' FT, S4S standard or better, 12 KD, 19% mar, any species except redwood or cedar, no random lengths, construction outdoors, untreated, must be wrapped in plastic. 0009 Softwood lumber 10920BF. 2" X 6" X 8 FT, 82 KD, 19% max, any species excep redwood or cedar, no random lengths, construction, outdoors, untreated, must be wrapped in plastic. 0010 Softwood lumber. 7680 BF, 7* 1 6" X 10 FT. SAS standard or better, "#2 KD, 19% mar, any species except redwood or cedar, no random lengths, construction, outdoors, untreated. must be wrapped in plastic. 0011 Softwood lumber2048 BF, 27 X 6" X 16 FI, SAS standard or better, 12 KD, 19% ma any species except redwood or cedar, no random lengths, construction outdoors, untreated, must be wrapped in plastic. 0012 Softwood lommt, 4480 BF.4" X 6" X 10 f1. S4S standard of better, #2 KD. 30 species except redwood or cedar, no random lengths, constructen, outdoors, untreated, must be wrapped in plastic, 0013 Softwood lumber. 3584. BF, 4" X 6 X 8 FT, S4S standard or better #2 KD, any species except redwood...or cedar, no random lengths, construction, outdoors untreated. must be wiapped in plastic. IMPORTANT NOTICE: DEALS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/or after. 06-01-98. Lack of registration in the CCR database will make an offero/quoter INEGLIGIBLE FOR AWARD Please ensure compliance with this regulation when submitting the quote Cah 1-888-227-2423 or visit the Internet at http://ccredil.disa ml for more information. This announcement is published as a total Sri Business Set-Aside action per FAR 52.219-), and 52.219-6 (This means you must be a small business. quoting the product of a small-buszfels manufacturer); all eligible, responsible sources may submit an alle This is a combined synopsis/solicitation for commercial items pie in accordance with FAR 13 and the format in FAR subpart 126. * supplemented with additional information included in this motice. The announcement constitutes the ONLY solicitation; quotes are being a quested and A SEPARATE WIRRTEN SOUCITATION WILL NOT BE INUE document and incorporated provisions clauses are those in the through Federal Acquisition Circular 97-9 and Defense Acquisition Directa 91-13. The standard industrial code is 5211 and the business 4 standard is $5.0 million. The agency need is for the following hers The provision at FAR

Instructions to Offerors-Commeria

FAR 52.212-1. Paragraph (b)t5) Others shall provide an express warranty which at a minimum shall be same warranty terms, including offers of extended warranties, oftest to the general public. Express warranties shall be included ? contract. Clause 52.212-4. Contract Terms and Conditions Comment items applies as well as the following addendum clauses: FAR 215 1, Small Business Program Representations: FAR 52.211-5. Make Requirements. The clause at 52.212-5. Contract Terms and Condens Required to implement Slatules OR Executive Orders-Commercial bers applies with the following applicable clauses for paragraph (D. 198 52.222-37, Employment Reports on Disabled Veterans and Yeter of the Vietnam Era. OFARS 252.212-7001, Contract Terms and Condian Required to implement Statutes or Executive Orders Applicable to Defensa Acquisitions of Commercial Items, applies with the following class applicable for paragraph (b): DFARS 252 225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preterras for Cerlain Domestic Commodities; and addendum provisions Dries for Certain Domestic Commodities and addendum provision DEARS 252.211-7003' Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS W" THEIR PROPORALS FAR 52.212-3. Offeror Representation and Cette cations - Commercial items. The government intends to make a safe award to the responsible offeror whose otter is the most advantages to the government considering price and price-related factors. Prova 52.212-2. Evaluation Commercial Items, applies with paragraph a completed as follows: Award will be made to the olteror that meets the solicitation's minimum criteria for technical acceptability of the lowest price. In addition NAVSUP 5252.215.9402. Notice to ProSDHC*** Ollerors, and 5252.215-9403. Additional Evaluation factors Coatzako Evaluation System. Red Yellow/Green Program applies. Nolt: the text of the Federal Acquisition Regulation (FAR) can be accesser the internet at www.arnet.gov.sar: Delense Federal Acquisition Reggiatan Supplement (DFARS) can be accessed on the Internet www.cc dlars , Parties responding to this solicitation may submit then coolf in accordance with their standard commercial practices le Ronco letterhead. formal quote torm, etc.) but must include the fairwed intormation: 1) Company's complete mailing and re mitance addresses, discounts for prompt payment, it any (e.g. 1% 10 days. antep 28 delivery lavailability of product/s, the company's CAGE code for pro

stems aplies. Aadenoum 212 Page

54 Prefabricated Structures and Scaffolding

53 Hardware and Abrasives

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53—SEAL, NONMATALLIC SPECIAL SOL SPO5409909147 DUE 010499 POC KO Name:'Dale Harris, LD. (215)697-3741, Buyer Name: Eileen, Johnson. LAA28.(215)6970650 PR NO: NP198324001227 NSN 5330-01333-0309, 26 - EA Del To New Cumberland PA 17070. Del By 14 AUG 99 Specs: Hughes-Treitler P/N 11741-010. Primary Quantity:26. Deliveries To Conus (Excluding Alaska) Delivery Schedule:120 Days. Size Standard: 500 Notes 1.12 Applies. This Contract Action is for Supplies for which The Government Does Not Possess Complete, Unrestritive 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 Hughes Treitler (12536). While Price Will Be A Significant Factor in The Evaluation 01 Otters, The Final Contract Award Price Witt 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 far 10 (215)697-6333. (W-345 SN279444)

Indian Health Service, 1220 SW Third Avenue, Room 432, Portland,

Oregon 97204 54-MODULAR DENTAL UNIT FOR THE NEAH BAY SERVICE UNIT, CLALLAM COUNTY, WASHINGTON SOL IFB-2001-7MODNBDENT DVE 021099 POC Martha R. Young. Contract Specialist, 503/326-5622 Karen A. Sahmaunt, Contract Specialist This acquisition is set-aside for Indian Owned and Controlled concerns in accordance with the Buy Indian Act (25 USC 47). Construction, delivery, and setup of one (modular dental trailer, approximately 20,726mm x 8435mm,' for the Neah Bay Service Unit, Ciallam County, Washington. The Modular dental unit shall be a complete and operable building ready for installation of government furnished and installed dental equipment. The modular trailer shall include wiring and stubout for four (4) dental operatories, three (3/EA) X-ray umts, casework (4 assist. I center console), dental air compressor, ultra sonic cleaner, and installation of Panoral, and necessary appurtenances for a complete and operational system. The anticipated contract will be a firm-fixed price contract. The performance period is approximately 120 calendar days Payment bonds are required. Buy American Act applies. Indian preference in hining, suppliers and subcontractors is required, including meeting Makan Tribal Ordinances. Solicatiation documents will be available approximately January 11, 1999. Requests for solicitation documents must be submited in writing or by facsimile to 503/326-7280, for technical questions contact Edward Cayous. General Engineer al 503/326-3104. SIC 1542. (W-345 SN279723)

55 Lumber, Millwork, Plywood and Veneer

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53_-BOLT, MACHINE-SLAB MEAD SOL SPO5409909315 DUE 013099 POC KO Name: Jay Ward, NCD03.(215)697-2389, Buyer Name: Dennette Gibson, NCD09,(215)697-0917 PR NO: YP198293001408 NSN 5306-00059-3843, 847 EA Del To San Diego CA 92136-0000. Del By 09 MAR 99, 5,553 -EA Del To Norfolk VA 23512-0001 Del By 09 MAR

Fleet And Industrial Supply Center Seal Beach Detachment, Naval Weapons Station, Supply Dept., Bldg. 239, Code 2100, 800 Seal

Beach Blvd., Seal Beach, CA 90740 55-LUMBER SOL NO0241-99-1-0087 DUE 122898 POC FAX solicitation request to Bid Branch (562) 626-7479; Contract Specialist, Iris Washington,


Page 6

this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted.

http://www.dscc.dla.milita/DSCC Solicitations on the Web (W-345 SN279477)

Bradstreet Number, and Taxpayer 10 number. In addition, if you are 1 quoting on a comparable commercial item, product literature must

be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, on Dec 28. 1998 and will be accepted

va fax 562-626-7479. Anticipaed award date, will be Dec 30, 1998. 1

http://ww.sd. fisc.navy.mil Click here to get more information about FISC, San Diego

w6038@eagle sbeach.navy.mil Use this e-mail address to contact the contract specilalist (W-344 SN279346)

*59 Electrical and Electronic Equipment Components

56 Construction and Building Materials-Potential Sources Sought

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE, GA

31098-1611 58-F CONTROL SOL F09603-99-R-50307 DUE 012999 POC For copy. MAIL TO ABOVE ADDRESS include mig code, for additional information contact II Chris Jameslnkb/19121926-5984 llem 000) NSN 5865-01. 335-8345EW P/N: 435515-2, DIM: 5"x2"X.75" MAI: ELEC COMPS IN METAL CASE: FUNC: PROCESS IF SIGNALS IN BAND 8. Aea. Applicable to: An/Alq-161. Desin: Robins Air Force Base GA 31098-1611. Delivery:31 JAN 2000 4 ea FAX 912 926-7572 The approximate issue/response date will be 30 DEC 1998. To: Stelier Microwave Systems Inc. Palo Alto CA 94304 1223. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Authority: 10 U.SC. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. All potential offeror's 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 appropriale 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, Chiel. Contract Policy Division, at 912-926-2604. Please be prepared to identily previous contacts made by you in an altempt to resolve your concern, See Note (s) 22,73.. (1-345 SN279421)

Datense Supply Center Columbus, PO Bar 16595, OSCC-PBAD,

Columbus, ON 43216-6599 59_RELAY, SURASSEMBLY SOL SPO930-99-Q-A126 DUE 010499 POC for Information Only: Point of Contact: Bonita Y. Dover-Phone: 614. 692-7800; FAX: 614-692-1100 REVISED SOLICITATION SP0900-99-1-3691 PR NUMBER: YPE 98324000038 NSN: 5945-00-201-2970 APPROVED SOURCES: Ward Leonard Electric Co. Inc. (63743) PIN 104.813-1 (or) PIN 104.813-9; Westinghouse Electric Corp (79500) P/N S1265697 for) sible sources may submit an oller/quole which shall be considered See Note(s): 26 Copies of this solicitation are available at the office address above or by faring 614-692-2262. This solicitation is available on the Internet at http://www.dscc.dla.mivila. 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: Part Number Item. Products Offered clause applies. VARIOUS INCREMENTS SOLICITED FROM: 25 10

, DAYS ADO SET-ASIDE TYPE: Unrestricted Please quote all incremental quantities. NOTE I: THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE 2: THE CONTRACTOR IS REQUIRED TO COMPLETE AND RETURN THE ENTIRE SOLICITATION. DUNS NUMBER:

http://www.dscc.dla.millita Delense Supply Center Columbus solicitations on the Web. (W-344 SN279320)

U.S. Department of State, Office of the Procurement Executive,

NOPE, State Annex #6, Room 603, Washington, DC 20522-0602 56–ANTI-RAM VEHICLE BARRIERS SOL N/A POC Robert Benker, 703375-6570 The Department of State (DOS) has a continuing requirement "o provide vehicle barriers in V. S. Diplomatic and Consular Missions wverseas, that have been certified for anti-ram protection. The DOS ntends to establish a qualified manufacturers list (OML) for these anti-ram vehicle barriers. Prior to DOS certification, vehicle barriers must be tested by an independent crash test facility to meet DOS tandards. The testing is broken down by: K12=50 mph (80 kph) 8=40 mph (65 (kph) K4=30 mph (48 kph) 13 =311. (915mm) or 25 L2=3 tt. to 20 ft (915 mm to 6.1 m) LI=20 A to 50 ft (6.1m 1 15.3)m. *K indicates vehicle velocity during crash test; and L indicates taximum allowed penetration of the barrier by the vehicle. Any combinaon of the above should be tested. The test specifies perpendicular arrier impact by a 15,000 lb (6810kg) vehicle. The standards and squirements that a potential offeror (or its product) musi satisfy

order to become qualified are found in the following documents: epartment of State (DOS) standard, SD-STD-0201 (latest revision), pecification for Vehicle Crash Test of Perimeter Barriers and Gates d 12 FAH 5. Foreign Affairs Handbook, The specifications for these oducts are the least restrictive to meet the purposes necessitating e establishment of this qualification requirement. Al a minimum. ich manufacturer must have one vehicle barrier tested and certified

DOS prior to any award of contract. All requests for copies of ese specifications and standards must be in writing and submitted

Department of State, DS/PSP/PSD, Rm 804, SA-6. Washington DC 1522-0611 with an information copy attached for A/OPE, Rm 603, 1-6. The DOS plans to begin awarding contracts subject to this qualificain requirement during fiscal year 1999. When a product is submitted qualification testing, the applicant must furnish any specific informan that may be requested of the manufacturer before testing will gin. The manufacturer is responsible for arranging and scheduling tests by an independent facility that has been approved by the reau of Diplomatic Security, Physical Secunty Programs. Physical curity Division (OS/PSP/PSD). The following testing facilities have en approved: The Transportation Research Center of Ohio. SL R1.33. san County, East Liberty, Ohio 43319, phone (937) 666-2011 and ridian Calspan, 4455 Genessee St., Bullalo, NY 14225, phone (716) 2.7500. All certification tests must be witnessed by a representative DS/PSP/PSD. (W-345 SN279551)

WR-ALC/PKXOA, 235 BYRON ST. ROBINS AIR FORCE BASE, GA

31098-1611 58-RF AMPLIFIER SOL F09603-99-R-50308 DUE 012999 POC for copy. MAIL IO ABOVE ADDRESS Include mig code. for additional informa. tion contact David Millner/lokb/19121926-2607 Item 0001 NSN 5895. 01-175-4231EW P/N: 435340-3, DIM: 5.5X1.11"X3.5" MAT: ELEC COMPONENTS; METAL CASE: FUNC: AMPLIFIES BD 4 SIGNAL FOR OUTPUT. Sea. Applicable to. An/Alq-161. Desin: Robins Air Force Base GA 310981611. Delivery 31 JAN 2000 5 ea FAX No. 912 926-7572 The approximale issue response date will be 30 DEC 1998. To: Amplica Inc, Newbury Park CA 91320-1509. NO telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal. or quotation which shall be considered. Authority 10 U.S.C. 2304(C)(1), Justification; Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. All potential oflerors 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 satilied 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, 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. See Nole (s) 22.73.. (1-345 SN279422)

Detontse Supply Conter Columbus, PO Ben 16595, OSCC-PRAD,

Columbus, OH 43216-6595 $9-RELAY, SUBASSEMBLY SOL SPO930-99-Q-A127 DUE 011999 POC for Information Only: Point of Contact: Bonita Y. Dover -Phone: 614692-7800: FAX: 614-692-1100 PR NUMBER: YP£98334000383 NSN: 5945. 00-241-9336 APPROVED SOURCES: Communications Instruments Inc. (74063). P/N 52600046: Deutsch Relays Inc. (99699) P/N VR26RLB 12A SYNOPSIS GUIDANCE INFORMATION: Nonpile:Up Main contact arrangement A pole. Double ghrow, one position momentary. Main contact maximum voltage rating in volts 28.0 dc. Main contact load current rating at maximum valed voltage 5.0 amperes de resistive load. Operating voltage rating and type af specilied temp 26.5 volts dc 25 deg celsius single winding. No data available. The alternate offeror is required to provide a complete data package including data for the approved and alternate part for evaluation. 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 above or by faxing 614-692-2262. This solicitation is available on the Internet at http://www.dsce.dia.mil/ ila. 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: Part Number Nem. Products Offered clause applies. VARIOUS INCREMENTS SOLICITED FROM: 10 TO 250 EACH DESTINATION(S): Mechanicsburg PA; Lathrop CA DELIVERY SCHEDULE: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted Please quole all incremental quantities. NOTE I: THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S40. NOTE 2: THE CONTRACTOR IS REQUIRED TO COMPLETE ANO RETURN THE ENTIRE SOLICITATION. DUNS NUMBER:

hilp://www.dsco.dia.miria Defense Supply Center Columbus solicitations on the Web. (W-344, SN279323)

Communication, Detection, and Coherent Radiation uipment

141st Contracting Office, 2 South Olympia Ave., Fairchild AFB, WA 99011 54-TRANSCEIVER SOL DAHA459810294 DUE 122198 POC Contact, iese Kaufmann, 509/247-1224/Contracting Officer, Darryl Wachob. 509/ 1.7221 DAMA and Embedded COMSEC Transceiver, interfaces with torola Radio System MX-10923A/GSQ235, Molorola model number --50, Part number 4990 01-P34110101, OR EQUAL Del to McChord 3, WA. Del by I Mar 99. Request oral or written quotation Anticipated ard date 23 Dec 98. All responsible sources may submit an ofter ch will be considered. (W-344 SN279385)

Naval Surface Warfare Center, Code 1163, 300 Highway 361. Crane,

IN 47522-5001 58-SIMPLIFIED DRIVER (SDR) TRAVELING WAVE TUBE (TWT) MODULATOR SOL N00164.98-R-0124 POC Susan Butris, Code 1163. 812-8543696, Kelly Sillin, Contracting Officer Correction the requirement for one each Simpliled Driver (SDR) Traveling Wave Tube (TWI) Modulator and one option quantity of 3 each, in accordance with (AW) 83 AEGS SPC 19 0682 (No Revision) TWI Life Test Modulator and NAVSURFWARCENDIV Crane Statement of Work is hereby cancelled in its entirely.

burris b@crane navy.mil click here for point of contact (W-345 SN279434)

Delense Supply Center Columbus, PO Box 18SOS DSCC-PBAB

Columbus, OH 43216-6535 : 59-AMPLIFIER SUBASSEMI SOL SP0920-99-Q-A104 DVE 122198 POC Contact: name-jim Jarvis PHONE-(614)69207656 FAX NUMBER (614)6926910 PR-NO: YPE98279002998 NSN 5996-00-104-8288, amplifier subassembly CAGE 13499 Part No 514-2112-001 CAGE 55364 Part No 201653 44 EA Del to Lathrop CA 95330 Del by 14 Feb 99. 91 -CA Del to Mechanicsburg PA 17055 Del by 14 Feb 99. Drawings not available. Other than full and open competition part numbered item. Products offered clause applies. Various increments solicited: 1. 100. 101-200, 201300, 301-500. PR quantity: 135 each destinations: Stockton, CA 95296-0130. Mechanicsburg, PA 17055-0789 delivery schedvle: 135 each IN 90 days sel-aside type: unrestricted (sole sourcel single source) (No prelgrence) size standard: 500 all responsible sources may submit oller which DESC shall consider. (1-344 SN279399).

U.S. Coast Guard Engineering Logistics Center, MS26, 2401 Hawkins Point Road, Baltimore, MD 21226 8_REPAIR ON VARIOUS VHF-FM RADIOS AND ANCILLARY EQUIPMENT

DTCG40-99-R-40018 DUE 012998 POC Point of Contact-David arnett, Contract Specialist, (410)762-6441, David H. Mook, ContractOfficer, 1410)762-6456 Repair of various VHF-FM radios and ancillary pment. Radio types consist of Mororola MX300R, Motorola MCX 1000 innel 13 Receiver). Motorola Keyloader, Morotorla Expo (Hand held sceiver), Morotorla Sabre, Astor Spectra 1990X+095W. and Astro e HO4KDC95PWSAN. The repair process includes, but is not limited esting and evaluating the condition of defective radios, determining e of failure, identifying worn and/or delective parts or components, cing worn and defective parts, aligning and calibrating the radios eet operational criteria, cleaning radios, performing quality control ks to ensure the radios fully comply with required operational ria. Contract term is anticipated for a one year period with three rear periods. Attentions: Minority, women-owned, and disadvantaged less enterprieses (DBES), the Department of Transportation (DOT)

Term Lending Program (STLP) offers working capital financing e form of lines of credit to finance accounts recievable for transpor

related contrtacts. Maximu line of credit is $500,000.00 with est at the prime rate. For further information, call (800)532-1169. met address: http://osdbuweb.dot.gov. See numbered note 26.

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

Columbus, OH 43216-6595 58-AMPLIFIER-CONVERTER SOL SPO920-99-Q-A134 DUE 012899 POC for Information Only, Point of Contact is Craig Freeman/ph 614-6927609; fax 614-692-6911 PR NR: YPE 98329000438 NSN: 5895-01-4387901 AMPLIFIER-CONVERTER SOL NR: SP0920-99-0-A134 issued 12. 28-98; relurn quote on/belore 01-28-99. BBN CORP (26970) P/N 1030302. Quantity: 10 each. FOB, Inspection and Acceptance at Destination, Delivery: 60 days. Deliver to: Richmond, VA, Please quole price breaks from I to 30 each, The Small Business Size Standard is 750 employees, Items screened and found to be procured directly from the actual manufacturer or vendor, including a prime contractor who is the actual manufacturer. Contracting from annen od source. This sitinitition is

Delense Supply Center Columbus, PO Box 16SUS DSCC-PBAB

Columbus, ON 43216-6595 59—AMPLIFIER, RADIO FRE SOL SPO920-99-Q-A106 DUE 121598 POC Contact: name-lom mcelhenny PHONE-(614)692-7635 FAX num. ber(614)692-6910 PR-NO: YPE98302000428 NSN 5996-01-315-5682, CAGE 00752 Part No 430894-1 CAGE 56985 Part No DXAS20340 CAGE 56985 Part No DXAS20340A 20-A Del to Mechanicsburg PA 17055 Del by 23 Nov 99. No drawings available. Other than full and open competition; part numbered itemProducts offered clause applies. Various increments solicited: 1-9. 10-19, 20-27, 30-39, 40-49. 50. Destinations: Mechanicsburg. PA delivery schedule 20 each within 60 days set.

Issue No. PSA-2242; Tuesday, December 15, 1998

responsible sources may submit offer which DESC shall consider. Il345 SN279403)

ITA

E.

Defense Supply Center Columbus, PO Box 16595 DSCC-PBABSA

Columbus, OH 43216-6595 59-ATTENYATOR

SOL SP0920-99-Q-A107 DUE,121698 POC Contact: name

marily ten wible PHONE-(614)7643 FAX number (614)692-6910 PR-NO: YPE98308001114 NSN 5985-00-349-3689, CAGE 55974 Part No 2145167-1 1-EA, Del to Richmond VA 23297 Del by 10 Mar 00. No drawings available. Other than full and open competition: part numbered item. Products offered clause applies Various increments solicited: 1-4. 5-9, 10-14, 15-19, 20, Destinations: Richmond, VA delivery schedule: 1 each within 60 days set aside type. unrestricted (sole source/single source) (No preference) all responsible sources may submit ofter which DESC shall consider. (1-345 SN279404).

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

Columbus, OH 43216-6595 59 RELAY, ELECTRICAL SOL SP0930-99-Q-A128 DUE 01 1999 POC For Information Only: Point of Contact: Bonita Y. Dover - Phone: 614692-7800; FAX: 614-692-1100 PR NUMBER: YPE 98302000405 NSN: 594501-210-9831 TO BE MANUFACTURED IAW BASIC SPEC MIL-PRF-83536A DATED 21 MAR 97; AMEND I DATED 19 DEC 97; SPEC/MS SHEET M83536/2 DATED 27 MAR 92: AMEND 3 DATED 21 AUG 98; TYPE NUMBER: M83536/2-028M: QPL NUMBER: 83536-12 SYNPOSIS GUIDANCE INFORMATION: Nonpile-Up main contact artangement:: 2 pole, double throw, one position momentary. Main contact maximum voltage rating in volts: 115.0 ac and 28.0 dc. Main contact load current rating at maximum rated voltage: 5.0 amperers ac and 5.0 amperes de resistive load. 5.0 amperes ac and 3.0 amperes dc inductive load. 1.0 amperes ac and 1.0 amperes dc lamp load, 3.0 amperes ac and 2.0 amperes dc motor load. Operating voltage rating and type at specified temp: 28.0 volts dc 25 deg celsius single winding. 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 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.dla.millila. Requests for hard copies of this solicitation will not be accepted. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC FULL AND OPEN COMPETITION: Military Specification Item. VARIOUS INCREMENTS SOLICITED FROM 500 TO 1726 EACH DESTINATION(S): Mechanicsburg PA DELIVERY SCHEDULE: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted PLEASE QUOTE ALL INCREMENTAL QUANTITIES. NOTE T: THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE 2: THE CONTRACTOR IS REQUIRED 10 COMPLETE AND RETURN THE ENTIRE SOLICITATION. DUNS NUMBER:

"http://www.dscc.dla milito Defense Supply Center Columbus solicitations on the Web. (W-345 SN279449)

WR-ALC/PKOC, 215 BYRON SÍ, ROBINS AIR FORCE BASE, GA 31098

1611 59—SUBSRATE SOL F09650-99-1-1057 DUE 121198 POC for copy, WR-ALC/PKOC, for additional information contact Brigitte D Harvey! Plocal19121926-9846 Item 0001 NSN 5962-PP-R09-8 P/N: PRO98, 0001 Substrate (PN:PR098) A seperate written RFQ will not be issued-this synopsis announcement serves as the request for quotation. The following clauses are applicable to subject solicitation: Far' 52.2121 (instructions to offerors) 52.212-2 (evaluation-commercial items) 52.212-3 (otferor representations and certifications commercial items) 52.212-4 (contract terms and conditions--commercial items) and 52.2125 (contract terms and conditions required to implement statutes.com executive orders commercial items) in accordance with clause 52.2122. the evaluation factors shall be Price and price related factors. Contractors shall quote brand name or equal to Coors Ceramics. Drawing will be furnished upon request. 250ea. Applicable to: N/A

912 9262652 The approximate issue response date will be 11 DEC 1998. The anticipated award date will be 17 Dec 1998. Oral procedure will be used for this solicitation. All responsible sources solicited may submit a bid, proposal; or quotation which shall be considered. 11-345 SN279425)

HQ CPSG/RMK, 230 Hall Blvd, Ste 114, San Antonio TX 78243

7056 59_CABLE SOL F19628-99-0-70001 DUE 121098 POC John Rosenthai. 210-977-3159 Item 0001, Cable, 6 ea, NSN 5995ND011165DCS, CODAR P/N 940-1526-001; Item 0002, Cable, 1 ea, NSN 5995ND011166DCS. CODAR P/N 940-1535-001; Hem 0003, Cable, 2 ea, NSN 5995N0011167DCS. CODAR P/N 940-0829-001; Item 0004, Cable, 2 ea, NSN 5995ND011168DCS, CODAR P/N 940.0846-001, Item 0005. Cable, 2 ea, NSN 5995ND011169DCS, CODAR P/N 940-1525-001; ltem 0006. Cable. 2 ea, NSN 5995ND0111700CS, CODAR P/N 940-0832001; Item 0007, Cable. 3 ea, NSN 5995N0011171DCS, CODAR P/N 940-0834-001; Item 0008. Cable. 4 ea, NSN 5995NDO11172DCS, CODAR P/N 940-0831-001: Item 0009, Cable, 7 ea, NSN 5995ND0111730CS. CODAR P/N 940-1532-001, Item 0010. Cable, 2

NSN 5995ND011174DCS. CODAR P/N 940-1524-001; Ilem 0011, Cable, 2 ea, NSN 5995N0011175DCS, CODAR P/N 940-1530-001;, Item 0012. Cable, 2 ea. NSN 5995ND0111760CS, CODAR P/N 940-1531-001; Item 0013. Cable, 2 ea, NSN 5995ND0111770CS, CODAR P/N 940-1534001; llem 0014, Cable, 2 ea, NSN 5995ND011178DCS. CODAR P/N 940-1537-001; Item 0015. Cable, 2 ea. NSN 5995ND011179DCS, CODAR P/N 940-1538-001: Destination: San Antonio (Kelly AFB) TX; Desired Delivery: Item 0001. 45 days Aro: Items 0002-0015, 30-120 days Aro. Government furnished drawings and specifications are not available,

N/A N/A

Click Here to E-mail the POC (0-345 SN279500)

Defense Supply Center Columbus, PO Box 16595, OSCC-PBAB, **. Columbus, ON 43216-6595

59_SOLENOID, ELECTRICAL SOL SP0930-99-0-A129 DUE 010499 POC For Information Only Point of Contact: Bonita Y. Dover --Phone: 614692-7800; FAX: 614-692-1100 REVISED SOLICITATION SP0900-99-T-3860 PR NUMBER: YPF98328000019 NSN: 5945-00-264-4173 APPROVED SOURCES: General Motors Corp (16764) P/N 1118191; Cascade Diesel Engine CO ILE (27142) P/N 1118191; Ohio Generator Remanufacturing Inc. (66022) P/N 7-38191; Trombetta Corp (88136) PIN P515-A57V24 VAN DRAWING NR 19207 CPR 102385 BASIC DID 81 DEC 07 NO ADDITIONAL DECRIPTIVE DATA AVAILABLE 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 addiess above or by faxing 614-692-2262. This solicitation is available on the Internet al http://www.dscc.dla milita/. Requests for hard copies of this solicitation will not be accepted. Specifications, plans and drawings are not available, OTHER THAN FULL AND OPEN COMPETITION: Part Number Item. Products Offered clause applies. VARIOUS INCREMENTS SOLICITED FROM 100 TO 2173 EACH DESTINATION(S): Mechanicsburg PA DELIVERY SCHEDULE: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted PLEASE QUOTE ALL INCREMENTAL QUANTITIES. NOTE . THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40. NOTE 2: THE CONTRACTOR IS REQUIRED TO COMPLETE AND RETURN THE ENTIRE SOLICITATION. DUNS NUMBER:

http://www.dsec dia. millita Delense Supply Center Columbus solicitations on the Web. (W-345 SN279445)

Dept of Justice, Fed Prison Industries, 320 1st Street MW

Material Mgt Branch, Washington, DC 20534-0001 59-CONECTORS AND CIRCUIT SOL IPI-R-1226-99 DUE 010419 PX Broderick J. Stone. Contracting Officer. (202)305-7363/7365 kw (207365 7318 phone This is a combined synopsis/solicitation for conneta items prepared in accordance with the format in Subpart 126 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constrtutes the only solicitation: proposals are being requested and a written solicitate will not be issued. The solicitation number is IPI-R-1226-99, and this solicitation is issued as a Request for Proposals (RTP). The soloitation document and incorporated clauses and provisions are those in the through Federal Acquisition Circular 97-08, The Standard Industra Classification (SIC)for line item 0001 is 5063 and the small bus ses size standard is 500 employees and the SIC for line item 0002 5065 with the small business size standard al 500 employees. INEIR Federal Prison Industries, Inc. intends to enter into a firm-faed-90 delinite delivery definite quantity supply type contract for the follout items: 0001--Carrier, Hybrid, Post Amp (TTS). UNICOR Part 1 CHOZI D, SM-D-804995, Drawing #: SM-D-804995, Procurement Spec UNO 804995 Rev-AH, Markings per MIL-STD-130(Already called out what the requirements of MIL-STD-454 on drawings), request mandrel dameter be .750" in lieu of .250”, request flex layers be left unbonded. Cabe assembly drawing SM-D-804996 does not require bonding of the these cable layers. Therefore, the manufacturer may choose a preterabe cable construction option provided that the cable complies with the requirements of the drawing. Dupont adhesiveness material any de utilized provided it, at the least, meets the requirements of the rest and the contractor must provide certification to prove this pro Request to use GIN materials- GIN must, at least, meet the requeremos of the drawing and this certification must be provided prior to manulado ing. 0002 - Connector, Recep. Emiller, UNICOR Part I CTR15709, SM-0-772568, Drawing #: 772568. Procurement Spec DNG# 77588 Rev B. (DRAWINGS MAILED/FAXEDUPON REQUEST) In accordance FAR 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, this to + ment is 100% set aside for small business concerns. The teleptor contact for this acquisition is Broderick 1 Stone, Contracting Office at (202)305-7318. Required delivery by the contractor to the factory is 8 weeks (item 0001) and 60 days (item 0002) after rece. 3 : order which may be issued telephonically or by lacsimile. Detery shall be FOB Destination to UNICOR, Federal Prison Industries FCI Phoenix, 37940 N. 45th Avenue, Phoenix, AZ 85027-7058. In acest ance with FAR 52.211-16 VARIATION IN QUANTITY, the pereste variation in quantity for the quantity specified on the delivery * is +/- 0%. Such a variation shall not be accepted unless? ** been caused by conditions of loading, shipping or packing, or allows in the manulacturing processes. Preservation, packing and me shall be in accordance with commercial practice and adequate le ***? acceptance by common carrier and sale arrival at destination 12 contract number must be on or adjacent to the exterior shy01 label. Each pallet received must be marked for type and Busi! FAR 52.211-4 NOTICE OF PRIORITY RATING FOR NATIONAL DREY USE applies to this acquisition. This is a DO-A7 rated order last minute item 0001 and DO-A5 rated for fine item 0002. In accordance FAR 52.246-15 CERTIFICATE OF CONFORMANCE, each shapesires be accompanied by a certificate of contormance. All shipments be labeled with the following information: 1. Vendor; 2. Delety on number and contract number: 3. Item description; 4. ler *** and weight: 5. Other pertinent information. Delivery can be made we the hours of 8:00 a.m. and 2:30 p.m. Monday through Friday ** the exception of institution emergencies or tederal holidays. FAR SU I INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS applies to the 23 sition. Offerors must include a completed copy of FAR 52.212-3 OTERO REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS with the proposal. The following clauses, also apply to this solcital 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO ME MENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. Theo ing clauses cited in FAR 52.212-5 are also applicable. FAR 52 6 RESTRICTIONS OF SUBCONTRACTOR SALES TO THE GOVERNO FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT blin 52.219-8 UTIUZATION OF SMALL BUSINESS CONCERNS AND SMALLES ADVANTAGED BUSINESS CONCERNS, FAR 52.219-14 UMITATION OAS CONTRACTING, FAR 52.222-26 EQUAL OPPORTUNITY, FAR 52 221-35.8 FIRMATIVE ACTION FOR SPECIAL DISABLED VETERANS AND VITERIE OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE ACTION FOR HAA2 CAPPED WORKERS, FAR 52.222-37 EMPLOYMENT REPORTS ON SALE DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA. FAR 52 205 9 BUY AMERICAN ACT-BALANCE OF PAYMENTS PROGRAM AND FG 52.225-21 BUY AMERICAN ACT-NORTH AMERICAN FREE TRADE AGTE MENT IMPLEMENTATION ACT. In addition, the following are applicat FAR 52.232-33 MANDATORY INFORMATION FOR ELECTRONIC MAN TRANSFER PAYMENT(ACH form must be completed belore 3x20 4 52204-6 CONTRACTOR IDENTIFICATION NUMBER-DATA UN VOS NUMBERING SYSTEM (DUNS) NUMBER and FAR 52.212-2 [VALLATA COMMERCIAL ITEMS, award will be based equally on past perform the and price taking into consideration any applicable Buy Acer LCH SEE lials. Discounts for early payment, il oftered, will not be 33 **** in the evaluation for award. In order for the Government to past performance, each otleror must submit at least the(3) DROBE performed contracts. Each reference must sortzu the nurk. ad083} and current telephone number of the comp

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

Columbus, OH 43216-6595 59—SOLENOID, ELECTRICAL SOL'SP0930-99-0-A130 DUE 011999 POC for Information Only: Point of Contact: Bonita Y. Dover -Phone: 614692-7800; FAX: 614-692-1100 PR NUMBER: YPE98337000886 NSN: 594500-411-2990 APPROVED SOURCES: Rocker Solenoid CO (07797) PIN HP1118350-1; Tactair Fluid Controls Inc. (57817) P/N HP1118350-1: Communications Instruments Inc. (58614) P/N A-1104; Lisk G W CO (81983) P/N HPD116350-1 ford P/N )-4278 NO RELEASABLE DATA SUFFICIENT FOR MANUFACTURIC. All responsible sources may submit an offer/quote which shall be considered. See Note(s): 26 Copies of this solicitation are availabi: at the office address above or by laxing 614-692-2262 This solicitation is available on the Internet at http:/ Awww asoc dla milifaf Requests for hard copies of this solicitation will not be accepted. Specifications plans and drawings are not available. OTHER THAN FULL AND OPEN COMPETITION Part Number Item. Products Ottered clause applies. VARIOUS INCREMENTS SOLICITED FROM 10 TO 242 EACH DESTINATION(S). Mechanicsburg PA; Lathrop CA DELIVERY SCHEDULE: 60 DAYS ADO SET-ASIDE TYPE: Unrestricted PLEASE QUOTE ALL INCREMENTAL QUANTITIES. NOTE 1: THIS WILL BE AN INDEFINITE

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

Columbus, OH 43216-6595 59-RELAY, ELECTROMAGNETIC SOL SPO930-99-0-A131 DUE 011999 POC For Information Only Point o! Contact: Bonita Y. Dover - Phone: 614-692-7800; FAX: 614-692-1100 PR NUMBER: YPC98337000889 NSN: 5945-01-079-0347 TO BE MANUFACTURED IAW BASIC SPEC: MIL-R83725B DATED 03 OCT 71; AMEND #2 DATED 15 JUNE 94; SPECI MS SHEET: M83725/3E DATED 26 NOV 86 TYPE NUMBER: M83725/ 3-001: QPL NUMBER: 83725-14 SYNOPSIS GUIDANCE INFORMATION: Nonpile-up main contact arrangement i pole, double throw, one position momentary. Main contact maximum voltage rating in volls 2000.0 ac and 2000.0 dc. Main contact load current rating at maximum rated voltage 8.0 amperes ac and 8.0 amperes de resistive load. Operating voltage rating and type al specilied temp 26.5 volts de 25 deg celsius all windings. All responsible sources may submit an ofler/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.dla mil rfal Requests fo! hard copies of this solicitation will not be accepted. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC FULL AND OPEN COMPETITION: Military Specification Item. DESTINATION: Mechanicsburg PA DELIVERY SCHEDULE 60 days ADO SET-ASIDE TYPE Unrestricted VARIOUS INCREMENTS SOUCITED FROM 10 TO 1427 EACH NOTE 1. THIS WILL BE AN INDEFINITE DELIVERY PURCHASE ORDER AWARD. THE CONTRACTOR'S ATTENTION IS DIRECTED TO CLAUSE S-40 NOTE 2 THE CONTRACTOR IS REQUIRED TO COMPLETE

requested, the Ombudsman will maintain strict confidentiality as to the source of the concern The Oertudsman does not participate in the evaluation of proposals or in the source selectior DIO_ess Indepsiet parties are invited to call Brent W Kendall of your concerns are not satished by the contracting officer (801)717 6991 ATTENTION Contractor must be registered with Central Contractor Registration to be eligible for contact award ct payment from any DOD activity Infermation or registration and annual confirmation equipments may be cbtained by calling 1-888-227-2423. oma the planet at man intel 115 ml The Government physically does not have in Dessersion Selficient accurate, or lepihle data to purchase this part from her than the current sources)

http://contracting til at list:12099923678/72094973675 mm Click here to clain view solicitatiss.

GIBBYJOTHI (WPOS HILL AF MIL Click Here to 11.38 ****** 345 SN29706)

from that company or agency and the contract number of applicable The Government may make an award with or without discussions with olterors. Therefore, the offeror's initial proposal should contain the ofteror's best terms from a price standpoint, Otterors may submit

signed and dated Federal Express or hand delivered offers 10 UNICOR y Federal Prison Industries, Inc., Material Management Branch and First 14 Street NW, Washington, DC 20534, 7th Hoor. Att Rid ystodiar:

In accordance with FAR 52215-5 FACSIMILE PROPOSALS, facsim é propos als will be accepted and shall be addressed to Broderiet. Stone Contracting Officer at 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 2.00 pm Eastern Standard Time on December 30, 1998. All proposals must reference the solicitation number and the due date for receipt of proposals in addition to this, each proposat must contain the name, address and telephone number of the ofteror as well as any discount terms that are oftered and the remit to address lif dilterent from the mailing address) Each proposal must contain a technical description of the item being alleredt in sufficient detail to permit evaluation if oller is not submitted on Standard form 1449, it must include a statement speertying the extent of agreement with all terms and conditions of this solicitation Any proposals that reject the terms and conditions of this solicitation or do not include the certifications and representation contained in FAR 52.212-3 may be excluded from consideration All offerors must hold their prices firm for 60 calendar days from the due dale specited

for receipt of proposals. Incremental pricing will not be accepted. *** Any amendments hereby issued to this solicitation will be syncrsized sa in the same manner as this solicitation and must be acknowledged

by each otleror. Any proposals or modifications to proposals received o "after the specified due date for receipt of proposals will not be considered

A written notice of contract award or acceptance of an offer mailed of otherwise furnished to the successful ofteror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party Before the specilied expiration date of an offer, the Government may accept that offer unlessa written notice of withdrawal is received prior to award. Future require tments for the above listed items may be modified to add additional ... UNICOR factories is considered to fall within the scope of work. Ollerors por shall specify business size and classification as required * FAR 52 212 § 3. All forms necessary to submit a proposal as well as all i'auses and provisions relerenced in this announcement may be accessed at the following website: http://www.gsa.govilat current NO CALLS PLEASE. See note 1 and 9.*****

www.un ICO!.gov.procurement/electromcshodes html Chick here to 3 download a copy of the RIP

Click here to contact the contracting other na e-mail (W-345 SN279563)

Directorate of Contracting/Bldg 1233, 00-Ald/ 6012 Fir Avenue,

Hill Air Force Base UT 84056-5820 59.- AMPLIFIER, RADIO, FREQ 804 142620 99- 20552 01 POC for copy. PKX Z/Pamaia Challee (AX1801-717-7522, for additiona! Inice 3tuon contact Marilyo Simon't he/18011777-6041 Amorded. Procure assets for the form, fit funct.co interface alus replenistocene spaces, Approximate issue date will be 14 Der 1998

http://contracting hill at in Ihtm/3049420652732099-26652 hta Chelles here to obtantview sohcitation

SIMONM CHILIWPOS HILL AF MII Click Here to Email Buyer***** A. 345 SN279707)

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

Columbus, OH 43216-6595 61-CABLE, TELEPHONE SOL SPO935-99-0-A275 DUE OI!199. POC Patricis Hodge 614-692-1/10 PR No. YP.98334000407 AM 6145. 01.234 0254 Cable, Te ephanie. 3000 ftieel, one continucri legati apier resistant van spec ni bulletin 17536-20% basit old 99 lun 21 type number PE-39 Walw spe al 06160 REA PE-39 basc did 82 feb Oi type nurober BFCX200.22 Totai sa all Duskess Set-aside CODES 01 Military and ledera: Suecitications and standaids Ousted Froduit USS And Mitary Handbooks may be obtained from Comandaret, Nava! Pubhcations and forms Сerles (NPFC: 5801 Tabu: Ave. Philadel phia, PA 19120 Urgent requests may be submitted by te ex-834295. Western Union 119.679 3321 However it is preferent that private udustry use a simpled order torn, Do Forn 14.5, which 9.805 addressed atei. Core a custon'er orders DCCLENS, NEC will auchtcally provide the custom with sulficient blauk forms lowe c?00W its the prelesed nanoel. Palieris, Drawings. Devidryf kista Purchase Deskiptions, etc ale roi stocked at NPFC Quant'!j: 2061 !! CONT Copies of Military and Federal Specifications and Standards Qualitet Product Lists and Mary Handbrons may be Dulared trom Commanding 01 ver. Naval Pubications au forms Center (NPC), 501 Tabor AVP. Philadelphia, PA 19120 Urgent requests filles de submlied by te tx 834295 Western Union-710-670-3321. However, it is pieterred that private industry use a simplified order form. O form. 1425. which ariclides a seil addressed label once a customer orders dienis, NPTC will automatically provide the customer with sutistu biaria torms to continue ordering in the prelerred Dianne Patterns. Dawings. Devat ons Lists, Purchase Descriptions etc are not siccked at NPIC. Quantity: 2090 "I CONTINUOUS IC FE Warren AFB, WY, 2060 I1 CONTINUOUS to FC Warren AFB WY; 2000 CONTINUOUS L Ft Warren AFB, WY. 2000 1 CONTINUOUS TOTE Warren AIB WY: 1126 CONTINUOUS to

tantes Afe, WY 45 days ADO FOB Desimaluit, fas? Pay Oeunity Variane. + -0% RFQ will be available 12/28:38 va DSCC website

www.dsuc dia mil Clatere lo fownload a copy of the HFO via the BB AFTER 12/28/987

palnia hodgedui dia mil Chick here to contact the braver vid e mai (AFTER 12/28/98) W-345 SN 229446)

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

Columbus, OH 43216-6595 59_RESISTOR 50L ponos.99 A048 DUE 011899 POC Ester Claylor, (614) 59267): fax 6916 NSN 5965 01-450-8853 YPF98334000327 Resister. Tipemal Approved Solices. Allieu 155284) pin 2601457 McCon nel 18877? Din 1787C1014 1 All responsible sources may sulmit. an offer quote which shall be considered this sonulation is avadatie on the interne! at Hip // www.dsce dla milita/ RF feles's lo had copies of this soticitation will not be accepted. The Small Busines size standard is 500 employees. This acquisition is for suppiles for which the Governguent does not possess complete, unrestrictive, technical data therelore, the Govertiment niends to sollicit and cotract with only approved sources under the anthority of 10 USC 23041: The aponined sommes are noted above Various increments Solicited from 1 to 75. The following notes are applicable to this solicitation Note 26 (W 345 SN2/9/21)

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

07703-5008 59-ATTENUATOR SOL N/A DUE 010499 POC Point of Contact ames Mueller, Engineer. 732-532-2320, Fax: 732-532-444] The purpose of this modification is to change the power rating on the market urvey from 50 watts to 100 watts. The US Army is planning to Hocure a quantity of 52 attenuators

http://acbop.monmouth.army.mil CECOM Acquisition Center's Business pportunities Page

. army, mil Click here to e-mail the POC (D 45 SN279646)

ESCIPKOC, Construction Branch, Operational Contracting Division,

104 Barksdale St., Manscom AFB, MA 01731-1806 61 - UPGRADE ELECTRICAL DISTRIBUTION SYSTEM IN BUILDING 1435 SOL MXRD 99-0001 QUE 011299 POC Captain Larry Woods. Contracts Specialist, 781-317-3251 The United Stales Air Force 15 requesting quotes for the removal of existing power distribution units and transtormers, and the subsequent complete installation of a new electrical distribution network in Building 1435, Hanscom AIB, MA. The project invoives ali labor materials, equipment tools, transportation, and performance of all operations required to complete the aforementioned work in aicidance with he drawings and statement of work. The iragaulude of construction for this project is between $25,000 and $100 000 The solicitation for this project will ONLY be available at the following internet address http //www.herbb hanscom al mil. All interested parties MUST be registered in the Central Conwactos Registration (CCR) Database in order to ieceive an award Applications !or CCR registration may be obtained at nternet address biltpl/www.aq osd molec. The solicitation will be released on or about 4 Jan 99. A Site Vis scheduled for 6. Jan 99. Quotes will be due on 12 Jan 99 and can be fared to 781-377,4324, Arleniion: Capt carry Woods. Award will be made on or about 13 Jan 99 The Government reserves the spot to cancel this solicitation, either before or after receipt of quotes with no oliipaljn to the ole or by the Government See Note 26.

http://www herbb hans om af mil ESC Business Opportunities Wen Page woodsic@hanscom alm Click Here to E-mail the POC (D-345 SN279511)

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

Columbus, OH 43216-6595 59—ELECTRON TUBE SOL SP0960-990-A087 DUE 012099 POC Jell Valker. (614) 692-7414 NSN 5960-01-009-2216 Electron Tube.cpı (06980) In 20091a quantity increments 10:24, 25-49, 50-74, 75-99 delivery rithin 120 days No Drawings Available. (W-345 SN279670)

60 Fiber Optics Materials and Components, Assemblies, and Accessories * ག*4

1 Naval Research laboratory, Code 3220, 4555 Overlook Ave SW

Washington, DC 20375 5326 50-BLOWN OPTICAL FIBER DATA ACQUISTION AND VIDEO NETWORK FOR THE EX-USS SHADWELL SOL, NGO173-39.R-JROZ POC jetry Rules, Contract Specialist Code 3220 JR. (202) 767-2120, Kevin King. Contract ing Officer The Naval Research Laboratory (NRL) has a requireixent for the design and installation of a blown optical libes (BOA) network aboard the ex. USS SHADWEL THE BOT network shall support operational compute: Systenis, scientific data collection systems, and real time video monitoring. Operational computer systems include computers, sen 5015, and machunery controls as they might be used in operational shupboard systems Scientific data collection systems include data acquisition and analysis computers and related instrumentation for the confection of fire/flooding data for research puposes, the real time wded system shall provide multiple simultaneous NTSC videu signals with audio from cameras and micropliönes tocated flitoughout the ship The BOF cabie plant shall provide high speed data transinession (100 Mbps. w higher) and shall be designed to provide robust fornectivity between the ten. node locms on the stup Proposals shall include options for 1). ship check and detailed design of cavie plant and interface. equipller for computers and data duis:fion systems 2 installation of the BOF Delwosk and interface equipment and 3) design and did of data acquisiton software and hardware to support.real-time plotaing and logging of ongoard sensor dala. Numbered Notes 9 and 26 applies The sohiite on will close 30 days after the issuance dale NRI uses Electronic Commerce (ECT to issue RIPs and amendments to affs The solicitation and any amendments to it will be available via the Internet at hitp i/heron.nl, navy malicontracts diame him. Paper copies of the RIP will not be prouded 18 UNKURL: http://turon nrd, oavy ml/ contracts/home.htm 19.Click Here 20.Cite. (W 339 SN 148438)

http://heroa, nrDavy muscontractsitome him click here (W-145 SN219720)

Delense General Supply Center, 8000 lett Davis Hwy. Richmond,

VA 23297-5312 61-COVER, ELECTRIC MOTOR SOL SPC130-99-R-O,97 DUE 020599 POC Contact for copies of REPAFB solicitations available 15 days alter announcement), write or phone DSCR bid request hotline atin CSOR JAB. Richmond, VA 23297-5312 (801)219-3850 for Cotes of RIO 59!.citations, contact the buyer: Richard King I/80/891.279 4381/contra C officer. V. Ward/804-279.349211ax: 279 5201 PRNO ARG9832704500$ NSN 6105-01.135-6293. (multiple ASN "S) NSN. 6105 01-010.3815. motor alternting current The Tailey Coip. Telpliex. Control Systems CAGL 38889.P/N 12SP32-7 2 {A Dello (Call Goalracing office) Del by 180 days-line item. 0001 Dei by 100 days-one Hem? 0902 Other than full and open camp Y Total quartily shipped line HAT, UOL EST 16 (A Total quantiy shipped: lire stem 0002 {SI 120 EA. Option to inc Qiy: N Option to ext term of contract 46 months Duration of contract period. 5 years. Additional demarks: 100

option years. Specifications, plans ce drawings italos to the precurement described are not available and cannot be unsted by the government. Onrestricted Y Solicitation will be made N Quaily N Anticipated in all date is: 02/28/39, All responsibke sukces may subrnilofte: 063C shall consider, 1-345 SN 219583)

Directorate of Contracting/Bldg 1233, 00-Alc/6072 Fir Avenue,

Hill Air Force Base, UT 84056-5820 59-BACKPLANE ASSY SOL F42620-99-0-23678 DUE 012299 POC or copy, PKX-2/Pamala Challeelli AX)801-171-7522. for addsbonat into nation contact Julianne Gibby/like/[8011775-2360 llem 0001 NSN 549811-419-8809WF P/N: 16E 10610-3, Backplane assemble used on the

16 aircrait lea. Applicable to. F16 Acit Desin: IMS Countnes. Delivery.31 Mar 2000 I ea The approximate issuellesponse dale will be 31 DEC 1998. The anticipated award date will be 22 Jan 1999, Wetten procedue will be used for this solicitation. lo Lockheed Martin Corporation, ort Worth TX 76101-0748. No telephone requests. Only written op axed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business firms or others interested in subcontracting opportunities in connection with he described procurement make contact with the firm(s) listed. Specifica. ions, plans, or drawings relating to the procurement described are ncomplete or not available and cannot be furnisbed by the Government. Request for copies of solicitations must reference the entire solicitalion umber, including purchasing office identification number to expedite out request, limit the number of individual solicitat mon numbers requested er letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointer o hear concerns from ofterors or potential otterors during the proposal Hevelopment phase of this acquisition. The purpose of the Ombudsman s not to diminish the authority of the program director of contracting llicer, but to communicate contractor, concerns. issues, disagreements. nd recommendations to the appropriate government personnel Whion

61 Electrical Wire, and power and Distribution Equipment

Defense Supply Center Richmond, 8000 Jefferson Davís Highway, - Richmond, VA 23297-5000

61 " ELECTRIC WIRE & POWER & DISTRIBUTION EQUIPMENT SO spo 151.98.1.1638 POC arlene woodley/th929.801270-416.3 "oducation is being issued to amend issip date to January 29 1999 and closiny date lo Malch Ol. 1999 All other trenis and conditions pean the same. (W211 SN279314)

Detense General Supply Center, 8000 Jeff Davis Mwy., Richmond,

VA 23297-5312 61- MOTOR ASSEMBLY SOL SPD430.99-R-0798 DJE 020599 POC Con. fact for Gopies of RSPB sol citations (available lb days aller announce ment), while or phone USCR Did request hotline, alth DSCR HAB. Richmond, VA 23291 $312. (8043279-3350.101 copies of REQ solulaliers contact the buyer Richard King/12780/804-279-43811Conra Cincer V Wa:0/804-219.3492/lax. 279.5201 PR NO ARG98278045091 NSN

Issue No. PSA-2242; Tuesday, December 15, 1998

63 Alarm and Signal, and Security Detection Systoms

6105-00-921-8635: motor Assembly. Simmonds Precision Products Inc. Motion Controls Div. CAGE 12511. P/N DM1230MI. | LEA Del to (call Contracting office) Del by 220 days. Other than full and open comp: Y. See NOTE 12. Total quantity shipped: EST. 370 EA. Option to Inc qty: N. Option to ext term of contract: N. Duration of contract period: 1 year. Unrestricted: Y. Additional remarks: IQC. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. Anticipated awrd date is: 02/28/99. All responsible sources may submit offer which DGSC shall consider. (1-345 SN279584)

ment). write or phone. for copies 0 F RFO solicitations, contact the buyer: Dorothy Forbes 122882/804-279-3850. contract officer: Richard King/80 4-279-4381. FAX No: 804-279-5201. PR-NO: YPG98292001123 NSN 6105-00-556-6333: motor, torque. Gull Inc. CAGE 26055. P/N 840012-001. 56 EA Del to Cherry Point NC 28533-5001 Del by 0 days. Other than full and open comp: Y. See NOTE 23. Total quantity shipped: 56. Option to Inc aty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made in writing: N. Orally: N. All responsible sources may submit oller which DGSC shall consider. (1-345 SN279663)

Defense General Supply Center, 8000 Jelt Davis Hwy., Richmond,

VA 23297-5312 61- MOTOR, ALTERNATING CURRENT SOL SP0430-99-Q-8401 DUE 011999 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone. for copies OF RFQ solicitataions, contact the buyer: Jean Lanthrip 122783/804-279-4479./contract officer: Richard King/804-279-4381/fax No.: 804-279-5201. PR-NO: YPG98308001631 NSN 6105-00-911-6611: motor, alternating current. Davey Compressor Co. CAGE 16004. P/N K290319.3 -EA Del to Richmond VA 23297 Del by 164 days. Other than full and open comp: Y. See Noe 23. Total quantity shipped: 3. Option to Inc qty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. (1-345 SN279589)

Defense General Supply Center, 8000 Jett Davis Hwy., Richmond,

VA 23297-5312 61-MOTOR, DIRECT CURRENT SOL SP0430-99-0-B397 DUE 011999 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone. for copies 0 F RFQ solicitations, contact the buyer: Dorothy Forbes IZZ882/804-279-3850./contract officer: Richard

King/27 9-4381./FAX. No.: 804-279-5201. PR-NO: YPG98292001124 NSN 6105-00-725-7992: motor, direct current. Barbercoleman Co. CAGE 05624. P/N DYLM43403-3. 50 -EA Del to Texarkana TX 75507 Del by 0 days. Other than full and open comp: Y. See NOTE 23. Total quantity shipped: 50. Option to Inc aty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. (1-345 SN279664)

Bureau of Reclamation, Acquisition Operations Group, Code B.

7810, Denver Foderal Center, PO Box 25007, Denver, CO 80225 63_OUTDOOR WARNING SYSTEM-SIRENS SOL 99SP810449 PIC MAUREEN LUDWIG/lax 303 445-6345 The Bureau of Reclaration has a requirement to furnish and install a complete Outdoor Warning Spatem(Siren). The solicitation will contain alternate bid schedules as tolows: a) remotely-activated, radio telemetered system that will provide an audible warning (siren) and bilingual (English/Spanish) voice instructions for the population occupying the floodplain downstream from the dam. The system will include the controls and equipment to operate the sirens. The system will include a maintenance contract for the site system during the dam construction period, which is estimated be a 2 year period beginning in the spring of 1999. The silen system shall not be removed after the construction period. D) Remotely-actnated, radio telemetered system that will provide an audible warning siren only (no Voice capability) for the population occupying the ficodolan downstream from the dam. The system will include the controls and equipment to operate the sirens. The system will include a maintenance contract for the siren system during the dam construction peret which is estimated to be a 2 year period beginning in the spre of 1999. Al the end of the construction period, the contractered remove the siren system. The location of the system will be at sites owned by Reclamation. Venutra County, or other government entte al Casitas Dam. The Government contemplates issuance of a set solicitation. This acquisition will be accomplished using negetales best value, source selection procedures. This action is totally S8 aside for small businesses. The Standard Industrial Classification Code is 3823; the size standard is 500 maximum employees. Interesten parties may request a copy of the solicitation by either sending a e-mail, fax or written request to the Bureau of Reclamation at the addresses or fax number, listed below. Requests for the solctron should include the respondents's name, address, phone, E-Mail

. Dus number, and fax numbers, and the solicitation name and number

http://www.usbr.gov/aamsden AAMS Current Solicitation Listing Maureen Ludwig (W-344 SN279331)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 61-MOTOR, POWER FAILURE. SOL SPO430-99-0-8369 DUE 011999 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone. for copies o F RFO solicitation, contact the buyer: Dorothy Forbes/ 77882/804-279-3850./contract officer: Richard King/804 -279-4381./fax

No.:

804-279-3850 PR-NO YPG98322000689 NSN 6105-00-873-3307: motor, Power failure. Smith Industries Aerospace. Grand Rapids Div. Cagec 35351. P/N 125235. 01. Island Components Inc. CAGE 40968. P/N isp-004. 66-A Del to Mechanicsburg PA 17055 Del by 0 days. 57 EA Del to Tracy CA 95376 Del by 0 days. Other than full and open comp: N. Incremental quantities- max: 95. Min: 57. Option to Inc aty: N. Option to ext term of contract: N. Unrestricted: N. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government Solicitation will be made: in writing: Y. Orally: Y. All responsible sources may submit offer which DGSC shall consider. (1-345 SN279596)

Delense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 61-STATOR, MOTOR SOL SP0430-99-0-8400 DUE 011999 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement). write or phone. for copies 0 F RFQ solicitation, contact the buyer: Dorothy Forbes: 27882/804-279-3850/ contractofficer: Richard King/ 777 80/804-279-4381.Max No.: 804-279-5201, PR-NO: YPG98294001319 NSN 6105-00-683-1000: stator, motor. Gec- Marconi Aerospace Inc. CAGE 81039. P/N E5279M1. 88 -EA Del to Tracy CA 95376 Del by 0 days. Other than full and open comp: Y. See NOTE 23. Incremental quantities-max: 176. min: 88. Option to Inc gty: N. Option to ext term of contract: N. Unrestricted: Y. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Solicitation will be made: in writing: N. Orally: N. All responsible sources may submit oller which DGSC shall consider. (1-345 SN279665)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 63-ALARM, SIGNAL & SECURITY DETECTION EQUIPMENT SOL SPO45 99-Q-5365 POC Sandra Archer/8G632/804-279-36021. McCores PR YPG98321000458, NSN 6320-01-376-2778, Sensor, Humidity du Dry Corp of America p/n 7161-2. Critical Item Application. Specifications plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Qly of 21 ea.shop Nortolk VA. Inspection and acceptance point is destination See More 22. Unrestricted. A written solicitation will issued on 28 Dec 9 a close date of 18 Jan 99. For copies of the RFQ solicitation, contact the Contract Specialist, Sandra Archer/8G632/804-279-3602. f3 804 279-6095: Contracting Officer/Lynn McCormick/804-279-4230 (#385 SN279627)

61 Electrical Wire, and Power and Distribution EquipmentPotential Sources Sought

65 Medical, Dental and Veterinary Equipment and Supplies

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn:
Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San

Diego, CA 92132-0212 61-SNIP TO SHORE ELECTRICAL POWER CABLE SOL N00244-99R-0150 DUE 012699 POC Luis De La Fuente. Contracting Officer. Code 2405, (619) 532-2888 The Contracts Department of the Fleet and Industrial Supply Center, San Diego intends to issue a contract for the acquisition of ship (submarine) to shore power cables. Items to be procured are 14 each, 250 foot length THOF-500 cables with Viking connectors (crimped and potted) on one end and ninety degree submarine shore power connectors (crimped and potted) at the opposite end. Cable must meet MILSPEC MIL-C-915E. Connectors must meet MILSPEC MIL-C-24368/1 and MIL-C-24368/5. Items procured are F.O.B. Destination, Navy Public Works Center, National City, CA. This procurement effort is a 100% Small Business Set Aside. To obtain a copy of the solicitation, you must contact the Bid Officer at (619) 82-2692. See Note's: I. 26.

connie__oshefsky@sd. fisc.navy.mil Click here to obtain a copy of the solicitation.

luis__de__lafuentesd. fisc.navy.mil Click here to obtain information on this procurement action. (W-345 SN279630)

Turkish Embassy, Office of Defense Attache, Naval Procurement

Office, 2202 Massachusetts Ave., NW, Washington, DC 20000 65-ONE EACH ASSEMBLED IONIZED CALCIUM AND MAGNESIN ANALYSER SOL G-49 DUE 122298 POC Mr. Ozgur Vural Tell (27:31? .1875 Turkish MOD will purchase I each assembled lonnized Cacan and Magnesium Analyser from US sources. You can request foreta and technical specifications by fax letter. Your FedEx account mes! be indicated for authorization to use, otherwise it will not be possa for us to mail the necessary documentations. Our fax:(202)1 by telephone will not be accepted. (W-345 SN279534)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 61–MOTOR, SERVO SOL SPO430-99-0-8409 DUE 01 1999 POC Contact: for copies of RFPAFB solicitations (available 15 days after announcement), write or phone. for copies of RFQ solicitations, contact the buyer: Dorothy Forbes /ZZ882/804-279-3850 /contract offier: Richard King/277 80/804-279-4381/ FAX No: 804-279-5201. PR-NO: YPG98287000938 NSN 6105-00-827-7308: motor, servo. Allied Signal Inc. Government electronics Systems. Iner pial sensor Products Courter Operations. CAGE 017N4. P/N 3562101-0004. 5 -EA Del to Barstow CA 92311 Del by 180 days. Other than full and open comp: Y. See NOTE 23. Total quantity shipped: 5. Option to Inc aty: N. Option to ext term of contract: N. Unrestricted: Y. The finaci contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. Specifications, plans or drawings relating to the procurement described are not aveliable and cannot be furnished by the government. Solicitation will be made in writing: N. Orally: N. All responsible sources may submit offer which DGSC shall consider. (1-345 SN279662)

USAFE Contracting Squadron, GC, Unit 3115, APO AE 09094-3115 61—UNINTERRUPTIBLE POWER SUPPLY AND BATTERY SYSTEM SOL F61521-9906230 DUE 011499 POC Anja Steil. Contract Buyer (01149-631-3539-206) UNINTERRUPTIBLE POWER SUPPLY SYSTEM, TO BE REMOVED, DISPOSED DELIVERED AND INSTALLED; VOLTAGE: IN AND OUTPUT: 380 VAC, 50 HZ; MAXIMUM DIMENSIONS: H=2000 MM, W=2000 MM, D=1000 MM; CONSISTING OF THE FOLLOWING COMPONENTS: 2 UNITS; RECTIFIER. MIN 6 PULSE, FOR EACH UNIT, INCLUDING A INPUT FILTER AND A DC FILTER FOR OUTPUT: INVERTER FOR EACH UNIT; STATIC BY-PASS FOR EACH UNIT, PARALLEL ELECTRONIC FOR EACH UNIT: REMOTE PANEL FOR EACH UNIT; INTERNAL MAINTENANCE BYPASS INPUT FOR EACH UNIT; ENCLOSURE CABINET FOR EACH UNIT; WITH THE THE FOLLOWING REQUIREMENTS: SHALL HAVE CONTINUOS POWER TO LOAD WITHOUT INTERRUPTION; SHALL BE CONFIGURED TO SHARE THE LOAD EQUALLY:SHALL HAVE A MAX. CAPACITY OF 200 KVA; SHALL CONTAIN THE IGBT TECHNOLOGY; SHALL BE SHOCK PROOF ED IN ACCORDANCE WITH THE SEISMIC ZONE 2A, BATTERY SYSTEM, TO BE REMOVED, DISPOSED, DELIVERED AND INSTALLED; MAX. DIMENSIONS: H=1500 MM, W=3000 MM, D=490 MM; CONSISTING OF: 2 SEPERATE BANKS: WITH A MIN. NEED OF 100 KVA FOR A 15 MINUTE BACKUP TIME; WITH THE FOLLOWING REQUIREMENTS: SHALL BE CLOSED AND MAINTENANCE FREE; HAVE HAVE 10 YEAR LIFE TIME, VALVE REGU. LATED LEAD ACID TYPE: SHALL BE FLAME RETARDING; SHALL BE CHARGED: SHALL BE CONNECTED TO THE RESPECTIVE UPS SYSTEM: SHALL HAVE A LOADING TEST-CERTIFICATE, TO SHOW THAT EACH BATTERY IS PERFORMING PROPERLY, SHALL HAVE SCREWED AND SECURELY CONNECTED BATTERY POLES IN ACCORDANCE WITH THE BATTERY SYSTEM; WITH USER OPERATOR MANUAL AND ON SITE OPERATOR TRAINING, ENGLISH LANGUAGE, NOTE: THE CONTRACTOR SHALL NOT REMOVE THE EXISTING POWER SUPPLY AND BATTERY SYSTEM AT THE SAME TIME, WHEN THE NEW EQUIPMENT WILL BE DELIVERED AND INSTALLED. THE CONTRACTOR SHALL NOT REMOVE NOR DISPOSE THE EXISTING PLATE OF THE UPS AND BATTERY SYSTEM, BECAUSE THE NEW UNITS SHALL BE MOUNTED TO FOR THE PHASE OF THE INSTALLATION, VENDORS ARE ALLOWED TO USE THE EXISTING CABLES, HOWEVER THE INPUT CIRCUIT BREAKERS MUST BE SIZED IN ACCORDANCE WITH THE DELIVERED UPS SYSTEM IF THE DELIVERED CIRCUIT BREAKERS ARE LARGER THAN THE EXISTING FRAMES. THE FRAMES SHALL ALSO BE REPLACED IAW SINGLE LINE DIAGRAM. THE CONTRACTOR MUST PERFORM A SITE VISIT AT THE LOCATION PRIOR TO START OF PERFORMANCE, DELIVERY: FOB DESTINATION TO RAMSTEIN AIR BASE. REQUEST FOR QUOTATION WILL BE MADE AVAILABLE FROM THE USATE CONTRACTING SQUADRON HOME PAGE: http://www.usale.at.mil/joint/cons

ANJA STEL@RAMSTEIN ATA" ININTERRUPTIBLE POWER SUPPLY AND BATTERY CUC Tru2AL SUD..

Acquisition Management Department, Building 54, National Kanal

Medical Center, Bethesda, MD 20889-5600 65-CORONARY STENT SOL NOO16899RC02153 DUE 121598 POCO Smith, Contracting Officer (301) 295-0548 The National Naval Medai Center (NNMC) Bethesda, MD intends to award a sole-source procurement to SCIMED for SCIMED NIR ON TM Ranger Coronary Stent (Carta Cath Lab/Bldg. 9) Ranger Coronary Stent must have a rated burse pressure of at least 12 ATM. Must have Minimal foreshortening spor expansion. Must be FDA approved for Stenting DE NOVO (Abrupt Classert Native Coronary Arteries. Award will be made using Simplified Acous. Procedures. (W-345 SN279545)

66 Instruments and Laboratory Equipment

SA-ALC/Contracting Directorate/LOKAB; 485 Quentin Roosevelt Read

Suite 12; Kelly AFB, TX 78241-6419 66-DIODE MATRIX TEST SET SOL F41608-99-R-29514 DDE D!299 POC The Point of contact is Louis Botello, LOKAB. Phone: 210-925 6380. FAX: 210-925-0412, E-Mail: louis.bolello@!dgatel.kelly a'i NSN--6625-01-159-7832. PN--75A56000-001, Size/Dimenses 2971 20.3"W x 20.5"H. Predominant Material of Manufacture --Electreer Con ponents. Ship to: FB2065, 0035 Depot Supply DDWG-ER. DLA CRIS Rec., 455 Byron, St. Robins AFB. GA. Sole Source Manutaciwer-Cape Code : ODNU9, Applied Data Technology Inc. No drawings or speciter

Defense General Supply Center, 8000 Jeft Davis Hwy., Richmond,

VA 23297-5312 61-MOTOR, TORQUE SOL SPO430-99-0-8399 DUE 011999 POC Contact: for copies of REPAFB solicitations available 15 days after announce

All responsible sources may submit a proposal which shall be considered by the agency. Proposals may be faxed to Louis Botello at 210-9250412. All potential offerors should contact the buyer/PCO identified

in this notice for additional information and/or to communicate concerns, Fake if any, concerning this acquisition. If your concerns are not satisfied Ce by the contracting officer, an Ombudsman has been appointed to hear ( 14 concerns from offerors or potential offerors during the proposal develop

ment phase of an acquisition. The Ombudsman does not diminish the u is 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: . Buyer's name (point of contact

listed above) should be included on all solicitation requests. In addition, puis please include a FSCM/cage code for mailing purposes. See Note(s)

22,26

Send your E-Mail request to the POC 23 (D-344 SN279334)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 66—INDICATOR, SIGHT, LIQUID SOL SP0440-98-0-1511 DUE 012999 POC Contact: for copies of RFO solicitations, contact: MS 1.D. Bowman AY802/804-279-3927. FAX your request to (804)27 9-6014, attn: AY802. PR-NO: YPG98308002093 NSN 6680-01-065-7878, indicator, sight, liquid, END item appl. xm-1 Tank, development Co.. CAGE 97484. P/N MI44E. Critical application item. @MATERIAL steel @OVERALL height 0.950 inches nominal @WIDTH across flats 1.062 inches nominal @MEDIA for which designed oil @FURNISHED data liquid level @END connection type threaded external, plain Single END @NOMINAL pipe size for which designed 0.750 inch ES single END @THREAD series designator npt single END @NOMINAL thread size 0.750 inches single END 650 -EA Del to Tracy CA 95376 Del by 90 days. 1,102 -EA Del to Mechanicsburg PA 17055 Del by 90 days. Small Business set-aside. See NOTE 23. Option to extend term of contract 36 months. Duration of 48 months. Solicitation will result in placement of iddo with base exceeding one year. Please quote SF 18. Specifications, pians 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. (1-345 SN279590)

attn: AY802. PR-NO: YPG98302000873 NSN 6680-00-243-9977, counter, rotating. hand held, digital display. 5 digits, Ametek/Mansfield & green Div. CAGE 92456, P/N 1726. draf ind., CAGE 30282, P/N 1306, Jones instrument Corp.. CAGE 32480, PIN ct-1000 @STYLE designator B3 square/rectangular cased OVERALL width 2.830 inches nominal @REGISTER quantity 1 @REGISTER function add single register single tier @FIGURE quantity per register 4 single register single tier @ACTUATING device location left side single Regi ster single tier @NUMERAL display method drum @NUMERAL readout 0000 minimum and 999 maximum single register single tier @SHAFT rotation direction and maximum speed in RPM 2500.0 clockwise single register single tier 24 -EA Del to Tracy CA 95376 Del by 60 days. 33 -EA Del to Mechanicsburg PA 17055 Del by 60 days. Unrestricted. 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. (1-345 SN279667)

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

4488, Redstone Arsenal, AL 35898-5280 66-NDICATOR, TEMPERATURA SOL DAAH23-99-R-0082 DUE 012799

POC Demetirus Lee, Contract Specialist, (256) 955-9192 or Marsha * *flakes, Contracting Officer, (256) 955-9187 Noun: Indicator, Temperatura,

NSN: 6685-01-320-5449; P/N: 9A 1290. Applicable to the AH-1 Air Frame Unit. The Government intends to issue an indefinite Delivery Indefinite $Quantity, Firm Fixed Price Type contract with four consecutive ordering * periods. The minimum quantity is 88 each and the maximum quantity

*$ 204 each. Delivery will be FOB Destination to Texarkana. IX, Stockton, LUCA and New Cumberland, PA. Required delivery is 8 each. 120 DACA #snd 10 each per month thereafter until completion. This procurement

equires prequalification. The approved source is Horizon Aerospace ** LC. All responsible sources may submit a bid which shall be considered si uy the agency. Subject to availability of funds. No telephone requests I will be accepted. You may fax your request to AIIN: AMSAM-AC

L-E, Demetirus Lee, Contract Specialist, on 205-955-9196. See Numbered lote 22,23,26. (W-344 SN279339)

Supply Directorate, Contracting Department, PSC Box 8018, MCAS,

Cherry Point, NC 28533-0018 66-QUEL FREQUENCY EDDY CURRENT FLAW DETECTOR SOL MO014699-Q-NI 16 DUE 122898 POC Debora Berget. Purchasing Agent, 252466-7766/Fax 252-466-8492. Or Cindy Ives, Contracting Officer. 252466-5317 The Naval Aviation Depot located at the Marine Corps Air Station, Cherry Point, NC has submitted a procurement request for 4 each Duel Frequency Eddy Current Flaw Detectors. P/N 072-100068 to be delivered 30 days after receipt of order. This requirement will be for a brand name or similar manufactured by Krautkramer Branson Delivery will be made to: NADEP Receiving Officer. Cherry Point, NC. The Standare Industrial Classification is 3825. No phone requests. Only written or faxed requests directly from requestor will be acceptable. Fax request to 252-466-8492. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by this agency. As of i Oct 1997, all Contractors must be registered in the Central Registration (CCR) Database as a condition of contract award. Contractors may register in the CCR through the World Wide Web at http://www/acq.osd.millec or call the DOD Electronic Commerce Information Center at 1-800-334-3414. (W-345 SN279631)

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

6100, MSC 1902, Bethesda, MD 20892 66–INSTRUMENTS AND LABORATORY EQUIPMENT SOL NHLBI-PS-SP9-384 DUE 122898 POC Tabitha Davol, Purchasing Agent. (301) 435. 370 The National Heart. Lung, and Blood Institute intends to purchase ne specific make/model (brand name only) items from Bracco Diagnostic

16., P. O. Box 5250, Princeton, NJ 08543-5250 for the purchase of (A) ACIST System, Catalog No.014602. (The system includes Injector 4. ead, Touch Screen monitor, Cart Transducer, 1 Year warranty): quantity

1 I each. (2) Ohmeda Transducer, Catalog No. 014601, One(1) each; 1) Angiographic Kit. (Box of 10), Catalog No. 014300, One (1) Box; nd (4) Control Panel Sterile Cover (Box of 25) Catalog No.14500,

te (1) each. The Standard Industrial Classification (SIC) Code 3826, Ilze Standard is 500 employees and will be used for this requirement.

his is Not A Small Business Set-Aside. This notice of intent is not

request for competitive proposals. Interested parties may identify eir interest and capabilities in response to this requirement. The po termination by the Government not to compete the proposed contract sed upon responses to this notice is solely within the discretion

the Government. Information received will normally be considered - lely for the purpose of determining whether to conduct future competitive

1 ocurement. Information received will normally be considered solely or the purpose of determining whether to conduct future competitive ocurement. Responses to this announcement, referencing synopsis imber NHLBI-PS-98-384 may be submitted to the National Heart.

ing, and Blood Institute, Contracts Operations Branch. Procurement action, Building RKL2, Room 6145, 6701 Rockledge Drive, Bethesda,

0 20892-7902, Attention Tabitha Davol. Purchasing Agent. All respon, rble sources may submit a quotation, which if timely received, shall : considered by the agency.

http://cbdnet access.gpo.gov http://cbdnet access.gpo.gov/ Issword.html

httlicbdnet access.gpo.gov/password.html Tabitha Davol (W-345 4279533)

Detense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

YA 23297-5312 66-GAGE ASSEMBLY, AIR PRESSURE SOL SP0440-99-R-0475 DUE 020199 POC Contact: for copies of REPAFB solicitations (available 15 days after announcement), write or phone: DSCR bid req uest hotline, attn: DSCR-JJAB, Richmond, VA 23297-5312. (804)279-3350. FAX: 804279-4165. buyer: Bob Willis/AX 506/804-279-3692. Contracting officer: Stephen Allgeier /804-279-4105. PR-NO: YPG98281002584 NSN 6685. 00-248-6974, CICA: see AID & cited spec action started comp code G 85001 Tech data package availability: 225 EA Del to Tracy CA 95376 Det by 145 DARO. 225 EA Del to Mechanicsburg PA 17055 Del by 145 DARO. Duration of contract period: 365 days. Specification. See NOTE 9. MIL-G-8349H. First article test required. Option to ext term of contract. Months: 48. Unrestricted. Automated Best Value Model: the final contract award decision may be based upon A combination of price, past performance and other evaluation factors as described in the solicitation. More than one source. Trade Agreements Act. See NOTE 12. Solicitation between $25,000-$100.000. All responsible sources may submit offer which DGSC shall consider. (1-345 SN279661)

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. SW,

Washington, D.C. 20375-5326 66-SCANNING PROBE MICROSCOPE STATION SOL N00173-99-R-JR01 POC Jerry Riles, contract Specialist. Code 3220.JR, (202) 767-2120. Wayne Carrington, Contracting Officer This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, N00173-99R-JROI, is a request for proposal (RFP). The incorporated provisions and clauses of this acquisition are those in effect for Federal Acquisition Regulation (FAR) and Federal Acquisition Circular 97-08 (excluding 9707) and for Defense Federal Acquisition Regulation Supplement (DFARS) through Defense Federal Acquisition Regulation 91-13. The small business size standard for this acquisition is 500 and the SIC code is 3827. This acquisition is unrestricted. The Naval Research Laboratory (NRL) has a requirement for CLIN 0001. Scanning Probe Microscope" for intergration with a Zeiss Axiovert Optical Microscope. The Scanning Probe Microscope system must exhibit molecular scale image resolution while connected to a Zeiss Axiotech optical microscope. 1. General Performance Characteristics: 1.1. The system must be able to measure steps in the 2 direction of less than 1 nanometer (nm). Hence, the RMS noise of the installed will be less than 0.15 nm over a 0.05 Hz-100 kHz bandwidth with the cantilever on a coverslip in water and loaded to a force > 5 NN. The vendor must provide adequate vibration and acoustic isolation to meet this goal. 1.2. The system must operate in several different modes, including: Noncontact mode, Contact Mode. Lateral force, Magnetic Force, Electric Field, Surlace Potential, and Force Volume Imaging Mode, 2. System Controller and Electronics Interface: 2.1. The system shall have three independent 16 bit digital to analog converters (DACs) per scan axis (x, y, and i for a total of 9). On a per scan axis basis one DAC shall be used to scale scan size, the second DAC shall be used to scale scan pattern, and the third DAC shall be used for scan offset. 2.2. The feedback control of the tip-sample separation must digital for sufficient flexibility and accuracy of control. 2.3. Disable/enable slow scan axis for optimizing feedback parameters along a single line scan. The system must allow for a choice of logarithmic (STM) or linear (AFM) feedback response, and provide the capability to select from the following input filters and gain types: integral, proportional, or digitally expressed functions. These input filters must include the ability to perform real-time scan linearization and to utilize the information from the preceding scan to allow the tip to anticipate features in the current scan (2-D, also known as look-ahead gain). 2.4. The operating environment for the scanning probe microscope, control interface must allow for real-time response. Hence, the system must allow true 32 bit processing with pre-emptive multitasking. 2.5. The feedback and scan drive functions must have adequate performance for the following: A lateral scan rate of > 500 microns per second with a 90 micron or greater scanner, with real-time scan linearization active. 2.6. The system shall be able to perform a lift mode operation when measuring long-range force field gradients emanating from the sample surface. Examples of these long-range force field gradients are electric/coulombic forces and magnetic forces. The lift mode shall perform as follows: topography determined on the first pass over a scan line, then the tip is lifted some user defined height off the surface and the exact same scan line is traced again, keeping a constant (user defined) separation between tip and sample surface. During this second pass, the tip interacts with, and measures, the long-range force field gradient. The use of this mode virtually eliminates any convolution of topographic features with the desired force gradient information. The use of methods which simply skim the lip some height above the sample without regard to topography, shall be considered unacceptable. 2.7. The system shall provide an option to perform non-square scans of the specimen surface. The aspect ratio for these non-square scans shall be user selectable from 1:1 to 1:32. This feature enables efficient operation of the microscope. 2.8 Minimum hardware requirements include: Pentium Il processor, 450 mhz. 128MB RAM, 9GB hard drive, 32x CD-ROM, zip drive. 1.44MB 3.5" llopply drive. 11" color monitors (15.90 viewable. 28 dpi).3. Scanner Performance and linearization: 3.1. The system shall provide a piezoelectric ceramic tube scanner constructed of two piezo tubes bonded together. The piezoelecteric ceramic material used in these tubes must be optimized for sensitivity and linearity during the xy and z motion of the scanner. This design must provide <l% change in 2 piezo sensitivity ("derating") for a 5 angstrom step height after calibrating the scanner with a 180 nanometer standard calibration relerence. 3.2. The system shall have a real-time scan linearization which provides a calibrated non-linear wave'sim to the peizoelectric scanner achieving a lina: cutcut for o? Sa 12 nanometers

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 66–SPEEDOMETER ELECTRICAL SOL SP0440-98-Q-L512 DUE 012999 POC Contact: for copies of RFQ solicitations, contact: MS 1.D. Bowman/ AY802/804-279-3927. FAX your request to (804)27 9-6014, attn: AY802. PR-NO: YPG98299001245 NSN 6680-01-131-9698. speedometer, Electrical Dixon Inc. Meter Div., CAGE 06046. PIN 58052/47705, Oshkosh Truck Corp. CAGE 45152, P/N 1310070, critical application item @HEAD type Electrical @VOLTAGE in volts 24.0 SPEED indicator range 0.0 to 80.0 Miles per hour INDICATOR type needle @TRIP odometer not provided @HIGH headlight beam indicator not provided @WINDOW material any acceptable @LUMINOUS major graduations/indicator not provided 47 EA Del to Tracy CA 95376 Del by 80 days. 19 A Del to Barstow CA 92311 Del by 80 days. 27 EA Del to Mechanicsburg PA 17055 Del by 80 days. Unrestricted. Option to extend term of contract 48 months. Duration of contract period 60 months. Solicitation will result in placement of iddo with base exceeding one year. Please quote on SF18. 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. (1-345 SN279666)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 66-SPEEDOMETER SOL SPO440-98-0-4513 DUE 012999 POC Contact: 't copies of RFQ solicitations, contact: MS 1.D. Bowman/AY802/80419-3927. FAX your request to (804)27 9-6014, atin: AY802. PR-NO: "G98266000569 NSN 6680-01-225-4475, speedometer, General Motors ord. Chevrolet Motor Div., CAGE 11862, P/N 25052373, General Motors ord. CAGE 70040. P/N 25052373. END item appl. 0-85MPH & 1. 4OKPH action started comp code D 86162 22 - A Del to Tracy CA 5376 Del by 60 days. 20 -EA Det to Mechanicsburg PA 17055 Del

60 days. Small Business set-aside. Solicitation will result in placement i ideo with base exceeding one year. Please quote on SF 18. Option

extend term of contract 48 months. See NOTE 23. The final contract Hard decision may be based upon A combination of price, past performnce and other evaluation factors as described in the solicitation. Il responsible sources may submit ofter which DGSC shall consider. -345 SN2755481

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 66-COUNTER, ROTATING, HAND MELD SOL SP0440-98-0-1514 DUE 012999 POC Contact: for copies of RFO solicitations, contact: MS j.p. Bowman/A1OO/004-279-3927. FAX your request to (804)27 9-6014.


Page 7

times the percent ouby prying the area of the B2 (or competit

23 2.2 2016), )

{,

S, pa Numbered note: 9. An indefinite quantity type

by first summing the area for all cight somer peaks. The amount solicitation with option years is planned. Requirement: Potatoes, In- 93 Nonmetallic Fabricated Materials

of cis- Trimedlure shall be obtained by multiplying the total area stant,110,8% moist.,form b.style I.moisture/sugar:a 8915-00-133

of the four cis-isomers times percent purity (measured in C.2) and 5903.described by CID-AA-20032. Approx quantity:20,000 cans. Deliv

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

dividing by the total area of all eight isomer peaks. If the second kiery April 1999. Potatoes,diced, dehydrated #10,3/8 X 3/8 x 1/8", form

Richmond, VA 23297-5000

cis peak al 20.52 minutes figure 2) is unresolved from the trans a, moisture/sugar:a.described by CID-AA-20032. Approx quantity: 67,000

B2 peak al 20.21 min., the area of the cis peak at 22.88 minutes cans, Delivery:April 1999.

93—NONMETALLIC SPECIAL SHAPE SOL SPO490-99-0-M458 DUE

shall be taken also as the area of the unresolved cis peak, the B2 012799 POC Jean Reese/CK950/Ph: (804)279-4053/fax: (804)279-50021 , mil Defense Supply Center, Philadelphia (W-345

area , C KO-Magnora Jackson PR: YPG98342000865. NSN: 9390-01-090-9166.

N279543)


determined { Nonmetallic Special Shaped Section used on weapons rail f-14 Aircraft.

and dividing by the total area of all eight Unit of issue is LG equals---12 10.13. foot lengths only-Color, Gray

Shape and Dimensions IAW Grumman Sid G179BG1 REV.G DO 17


isomer peaks. PERFORMANCE SPECIFICATIONS: A. Chemical Assay. USOA

will conduct chemical analysis of each production lot of trimediure Directorate of Subsistance, Delense Supply Center Philadelphia, Oct 1986, Material shall be IAW MIL SPEC as cited use of Ozone

for isomer content purity, retractive index, infrared spectum 8. Bioassay Attr: DPSC-HRUB, 2800 S. 20th Street, Philadelphia, PA 19145- Depleting Substances First Article/Preproduction approval, Contractor

mi In addition to chemical analysis, the Government reserve's the option 5099 Inspection Required. First Article samples shall be IAW Para 4,3.1

to conduct bioassay field tests to determine the effectiveness of the 89—TEN VARIOUS GROCERY ITEMS PACKED IN #2 1/2 CANS SOL of the MIL-R-25988B. The First Article Test shall be TAW Table U

product for the intended purpose. Failure of the product to meet bioassay PO300-99-R-7004 DUE 012999 POC Ken O'Donnell, Contract Specialist, of the Specification and First Article Test Report shall be FAW MIL

requirements will be cause for rejection. Only Trimedlure which has 15-737-4255, fax X4115, mil Numbered note: 9. STD-831 Dated 28 Aug 1963. Note: First Article and First Article Test

been tested and approved by the USDA for program use will be used n indefinite quantity type solicitation with option years is planned. All Report shall be IAW Para 4.3.3 and 6.2.1 of MIL-R-25988B. Tech

as a control. FIRST ARTICLE APPROVAI. -GOVERNMENT TESTING (al ems for delivery April 99. Requirement.Imitation maple syrup, 42 1/ Data Package Availability: An unrestricted technical data package is

The Contractor shall deliver 0.5 kilograms of item 1 within 45 calendar available at DSCR for this NSN. To obtain a copy, submit request regular, thick type 1.style a.class 2,8925-00-682-6708. described by

days from the date of thus contract to USOA, APHIS. IS. 54 East D-AA-20124. Approx quantity:6500 cans. Requirement Peanut Butter,

to DSCR-VABA via mail, fax, or phone. Mailing Address: Defense Supply & fronton Street, Brownsville, TX 78520 for l'irst'article tests. The shipping 1/2,smooth/medium, unfortified.grade A.type a,style a,8930-00-543Center Richmond, Attn: DSCR-VABA, Richmond, VA 23297-5615; fax

documentation shalt contain this contract number and the Lov/item 302. described by US standards,grades, Approx quantity:8500 cans. + Number: (804)279.4946, Phone Number: (804)279-3356. First Article

identification. The characteristics that the first article must meet and quirement:Grape Jelly, *2 1/2.concord,grade A.type 1.8930-00-543Testing Required. Critical Application ltem. Total Quantity 371 LG. Based

the testing requirements. (b) Withio 60 calenıtar days after the Government 507, described by CID-AA-20078. Approx quantity 6500 cans. Requireon market research, the Government is not using the policies contained

feceives tiest article, the Contracting Officer shall notify the Contracent Blackberry Jelly, #2 1/2.grade A.lype 1,8930-00-543-7608, described in Part 12. Acquisition of Commercial Items, in its solicitation for

tor, in writing, of the conditional approval, approval, of disapproval CID-AA-20078, Approx quantity: 1700 cans. Requirement:Onion Soup the described supplies or services. However, interested persons may

of the first article. SPECIAL PACKING AND MARKING: All characters 1. dehydrated, #2 1/2,8935-00-222-0570, described by MIL-S-35046, identify to the contracting officer their interest and capability to satisfy

shall have a minimum height of 3/8 inch. Each carton shall have prox quantity:3400 cans. Requirement:Chicken Soup Mix, dehydrated, the Government's requirement with a commercial item within 15 days

the following intor malion displayed on two outside walls in addition 1/2.8935-00-753-6422, described by MIL-S-35046, Approx quanof this notice. First Article Test Required QPL --FAR 52.209-1 0 52.209.

to other required markings d.Contents: Triwnedlure: :2. USDA, APHIS, 4:3400 cans. Requirement: Beel soup/gravy base,#2 1/2.type 1,style 2 (Note 23). Delivery Schedule 30 Days ARO. The final contract award

PPQ 3. Up: 4, Do Not Crush: 5. Store jn a go place. 6. Quantity :lass 1,8935-00-234-6217, described by FED-EE-B-575. Approx quan

decision may be based upon a combination of price, past performance 7. Contract Number: 8. Date of Manufacture; 9. Manufacturer's Name: 1:12000 cans. Requirement: Chicken soup/gravy base, #2 1/2.type and other evaluation factors as described in the solicitation. Total

10. Manufacturer's Lot No.: 11 Storage Instructions SPECIAL MARKING: Small Business (SB) Set-Aside (Note 1). Solicitation will issue on 28 style a class 1,8935-00-543-7789. described by TED-EE-B-575. Appror

Each package container of fiquid trimedlule shall be clearly marked antity: 1700 cans. Requirement:Mustard, light, salad, #2 1/2.8950-00Dec 98 and will close on 27 Jan 99. This solicitation will be made

with the contract number & tot number. Each package shall be marked 3-7698, described by CID-AA-20036, Approx quantity: 1700 caas. Rein writing (W-345 SN279637)

with the contract & batch numbers. The package labeling shall also

2. A 20. irement. Green peppers,dehydrated, #2 1/2.type I, style a or b.class

include the lot number of trimedture that was used in the production 1915-00-227-1387, described by:CID-AA-20070, Approx quantity:8500 99 Miscellaneous

of this batch of dispensers. Reference Website: http://www.ar net gou

Tar/lac.html (FAC 97-06) for Ofteror Representations and Certifications al .mil Defense Supply Center, Philadelphia (W-345

Commerical items, complete, sign and return with the offer: and http/

USDA, APHIS, Field Servicing Office, Butler Square West, 5th Floor, 279600)

www.gsa.gov/forms/lar him for required Standard form 1449. Offeror 100 North 6th St., Minneapolis, MN 55403

shall submit the evaluation factors with the offer: Jhe provisions FAR 99—LIQUID TRIMEDLURE SOL 38-M-APHIS- 99 DUE 121898 POC feanne 52.212-1. Instruction to Olterors Commerical Items (Aug 1998); FAP

V. Lewis (612) 370-2109 This is a combined synopsis/solicitation for 52.212.2 Evaluation - Commerical Items (OCT 1997). FAR 52-212.3. OtterDIRECTORATE OF CONTRACTING, BLDG 4022, FORT KNOX, KY 40121- commercial items prepared in accordance with the format in FAR Subpart or Representation and Certifications Commencal llems (OCT 1998); FAR 5000

12.6. as supplemented with additional information included in this 52.212- 4, Contract Terms & Conditions Commericial Items (APR 1998): 39—BEVERAGE BASE SOL DABT23-99-8-0011 DUE 012299 POC Con- notice. This announcement constitutes the only solicitation proposals FAR 52.212-5. Contract Terms and Conditions Required to implement - Specialist Paul Avery (502) 624-8069 (Site Code DAB123) Require.

are being requested and a'written solicitation will not be issued Statutes or Executive Orders-Commerical Items (OIC), 1998) apply to ats type contract for bag-in-box beverage base, with dispensers This solicitation document and incorporated provisions and clauses are this acquisition. (W-344 SN279355)

delivery to Fort Knox, Kentucky during the period 1 February 1999' those in ellect through Federal Acquisition Circular 97-06. The Standard AM
sugh 31 January 2000 with two one-year option periods. Contractor

Industrial Classification is 8999: This is a 100% small business set aside. 4 3
Il furnish beverage base in five flavors. Beverage base shall be
The USDA. APHIS, Mpis-ABS has a requirement for 280 kilograms of

Commander (VPL), USCG MLC (Pacific), Naval Eng ineering Division, id with natural or imitation flavoring, or any combination thereof,

liquid trimedlure to be delivered in 40 drums. LIQUID TRIMEDLURE ar sweetened with a five (5) gallon yield. Total estimated annual

SPECIFICATIONS: TRIMEDLURE CONCENTRATE SAMPLING & TESTING PRO- 1.4 CEDURES: A. General: USDA will conduct chemical analysis of each

99 ALTERNATE MESSING & ntity: 13,795 gallons. Contractor shall also furnish and install dispens

IN KETCHIMAN, AK FOR CGC systems in approximately 55 dining facilities within Fort Knox. lot of Trimedture concentrate for purity and isomer composition prior

WOODRUSH ŠOL DICC85-99-0-625195 DUE 010599 POS Rebecca Budde, responsive sources may submit an offer which will be considered. to it's incorporation into dispensers. B. Sampling for Lot Acceptance:

Contracting Officer at (510) 437-3988 or fax 4510) 437-3988 The may fax your request for a copy of the solicitation to 502/624. for purposes of sampling. all Trimedure concentrate manufactured ? USCG MLCP in Alameda, CA.. proposes to contracte for alternate messing 9 or 502/624. 7165, No IFBs forwarded nor offers accepted via from a single production run is defined as a lot and the coded designation : sand berthing in Ketchikan, AK. Contractor(s) will be required to provide (-345 SN279673) of a lot as the lot number. C. Test Procedures: Infrared and gas

served meals, boxed meals and berthing for approximately 28 days, chromatography analysis will be used for identity of fruit fly attractant.

starting 19 Estimated number of meals is 56. At quest for quote The sample submitted to the laboratory shall be well mixed. 'Evident

rooms is 30. i lack of homogeneily shall be cause for rejection 1. Identity by Infrared

will be issued on 28 Dec This acquisition will be issued as Marine Corps Air Station, Station Supply 3KG, Box 99133, Yuma,

Spectroscopy.- A solution shall be made by dissolving 10 to 12 mg --AZ 85369-9133 of sample in 1.0 ml of intrared grade carbon disulfide. Aller mixing 9n 5 Jan 1999, *****

Sa GUICES WITH EQUIPMENT!! SOL m62974-99-m-4017 DUE 123098 solution shall be placed in a 0.5 mm path-length cell and scanned 1.4" na na

Marsha L Gay, 520-341-2632, Contract Specialist or fax 520- from 4.000-10 650 cm with a similar cell filled with carbon disulfide na na (W-345 SN279742) A -2287!! Marine Corps Air Slation is solicitating for various juices - in the reference beam. The spectrum of the sample shall be qualitatively self

dispensers. Two (2) countertop dispensers with 8 spouts each the same as the spectrum of authentic Trimedlure. The relative intensities one countertop dispenser w/4 spouts each or equal. Contractor of the peaks shall be the same as those of the reference spectrum

21 CONSALGCC 700 St

AFB CO 80914-1:200 provide samples of juices for taste testing. Must be FDA aproved. (attached as figure 1) and have no extraneous absorbencies. 2. Purity i requirement is 100% sel-aside for small business and in accordance by Gas Chromatography. A solution shall be prepared by dissolving

99–POOL CHLORIN VAINTENANCE, AND REPAIR AT PETERSON

AFB, CO SOL FO5604-98-R-0006 POC TSRt Budy. (719) 556-4195/ContractFAR Part 12.6 and FAR Part 13, Commercial items. Contractor a weighed quantity of sample in hexane to give a known concentration ting Officer, Cheryl Eckert, 4719) 556-7991 Reference is friade to CBO it be CCR (Central Contractor Registered) at time of award. Telephone close to 1.0 ug/ul. A 2 ul aliquot of this solution shall be snjected

announcement numbers 24 7431 and 248200. dated 9 and 10 September Jests for the solicitation will not be accepted. Written or lascimile onto a wide-bore (0.75 mm i.d. x 30 m long) SPB-1, non-polar. capillary *?'1998. jests should reference M62974-99-Q-4017 on all paperwork. This column programmed at 100 degrees C for 2 minutes and then 10

Solicitation be requirements contract for base year plus one year for a total

Governnlent intends degrees/minute 10 250 degrees C where it was held for 6 minutes. Iwo years. Equipment provided to hold the juices will be at no Under these conditions

. Trimedluse elutes as a pair of unsolved peaks fion pursuant 10 10 U.S.C, 23041¢)(1). (W.345 SN2797511 ,

to procure subject requirements through other than full and open competiitional cost. (W-345 SN279739)

aboul 5.9 and 6.0 minutes: dehydrochlorinated precursor elutes about
3.6 minutes. The purity of the sample shall be computed by first
summing the areas of all of the peaks (other than those attributable

CONTRACT AWARDS Fuels, Lubricants, Oils, and Waxes

to background) that appear in the chromatogram beyond the solvent
front (usually beyond 2.5 minutes); the percent Trimedlure shall then
be obtained by dividing the sum of the areas of the pair of Trimediure

The Commerce Business Daily putilishes for Defense Energy Support Center, 8725 John J. Kingman Rd., Suite

10 result the peaks by the totat area of all sample peaks and multiply by 100. 4950, Ft Belvoir, VA 22060-6222

1 subcontracts

The amount of dehydrochlorinated Inimedlure shall be obtained by dividing 1-COAL, BITUMINOUS, NIGH VOLATILE SOL SP0600-99-R-0032 DUE the area of its peak by the total area of sample peaks and multiplying 299 POC Sherrill Nichols/Donna M. Frankel (703) 767-8523/8524 by 100. 3. Isomer Composition by Gas Chromatography. The isomer

Services 0-Coal, bituminous (high volatile) 10,000 metric tons for delivery composition of Trimedlure shall be measured by capillary column, gas U.S. installations in Germany. Offers providing coal from U.S. and Chromatography on a 60-m long x 0.25 mm i.d. fused-silica column ign sources will be considered. Delivery period is 01 May 1999 coated with Durawan DX4, Carbowax 20M. Of other equivalently polar

A Research and Development e 1999 at the Rheinau Coalyard) through 30 April 2000. Ollers stationary phase (helium or hydrogen carrier gas at roughly I'ml/

be submitted via facsimile, (703) 767-8506. Hard copy must be min., injection port and detector te inperatures of 225 and 275 degrees ived within 10 days of closing date: See note 12. All responsible C. respectively): 2 ul of the solution prepared in C.2 shall be injected

US Army, CECOM Acquisition Center, Ft. Monmouth, New Jersity ces may sumit a proposal which shall be considered. Please see onto the column set at 100 degrees C for 1 minute, then programmed

07703-5008 internet site for pricing history for U.S. installations in Germany at 1-5 degrees C/min. to 185 degrees C where it is held for 15 DA-MULTI-FUNCTION SIGINT PAYLOAD POC D. MORETTI, Contract to view the solicitation. http://www.desc.dla.mil/main/a/home

minutes. The resulting chromatogram should show the separation 115 Specialist, 732-532-5456. D. GW.LIGAN, Contracting Officer. 73.2-53?indicated in fioure 2 Gattached! The composition shal

er at agencies somoses of contract


Page 8

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

Box 76, Bldg. 31, Hines, IL 60141-0076 65-PHARMACEUTICAL POC Patricia Brenner. Contract Specialist. (708) 786-5179 CNT V797P-5355X AMI $113,000. 4.Syr estimate LINE 422A DID 121598 TO Gynetics, Inc, 105 Raider Blvd. Suite 203. Belle Mead, NJ 08502 (W-345 SN279493)

70 General-Purpose Information Technology Equipment

US Army. CECOM Acquisition Center, Fl. Monmouth, New Jersey

07703-5008 61-6-MO REPAIR EFFORT, AN/PPX-3 RSR PROGRAM POC A. MANFREC", Contract Specialist, 732-427-1612. R. BOGNER, Contracting Officer, 732-32-1103. CNT DAAB07-97-C-S820 AMT $1,013,800.00 LINE OOXX DTO 12598 TO TELEDYNE ELECTRONIC TECHNOLOGIES, MARINA DEL REY ACILITY, 12964 PANAMA STREET, LOS ANGELES, CA 90066-6534

Manfredi@doim 6.monmouth.army.mil CECOM Acquisition Center (D45 SN279555)

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

Box 76, Bldg. 37, Mines, IL 60141-0076 65 PHARMACEUTICAL POC Patricia Brenner. Contract Specialist, (708) 786-5179 CNT V797P-5356X AMT $100,000. 4 yi estimate LINE 422A DID 121598 TO Methapharm, Inc. 131 Clarence Street, Brantford, Ontario, Canada N3T 2V6 (W-345 SN279496)

General Services Administration, Federal Technology Service (FIS). Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas

City, MO, 64131 70-6TSA-99-CSC-0034 POC Sue Cumpton, Contracting Officer, Fax (816) 823-3322. Email xxxx CNT GS061998NMO247 AMT $97952 DTD 121198 TO Gasonia Fire & Salety, 809 Live Oak Dr. Unit 33. Chesapeake VA

http://eps.arnet.gov/cgi-bin/WebObjects/ EPS?ACode=A&ProjID=GS06T99BNMO247&locID=211 Visit this URL for the latest information about this notice

XXXX Sue Cumpton (D-345 SN279743)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 61-BUS, CONDUCTOR SOL SP0451-98-Q-RA27 CNT SP0451-99-M340 AMT $46,890.36 LINE 0001 THROUGH 0002 DID 120998 10 Semco istruments Inc 25702 Rye Canyon Rd Valencia CA 91355 (1-345 N279569)

72 Household and Commercial Furnishing and Appliances

82d Contracting Squadron, 136 K Avenue Ste 1. Sheppard AFB,

TX 76311-2739 65--TWO X-RAY ANALYZERS POC LGCS/SSgt Thomas R. Manning. Contract Specialist. 940/676-5189; Contracting Officer - MS8! Kevin E. Slone, 940/676-5185. CNT F41612-99-P0040 AMI $34,000.00 LINE 0001 DTD 112598 TO Greenwich Instructions, 128 Old Church Road. Greenwich CT 06830-4821.

http://www.sheppard.at.mil/82cons/BidAwd.htm Sheppard AFB 820 Contracting Squadron

Thomas SSgt Thomas R. Manning (W-345 SN279508)

Defense General Supply Center, 8000 Jeti Davis Hwy., Richmond,

VA 23297-5312 61-MOTOR, ALTERNATING CURRENT SOL SP0430-98-0-6782 CNT 0430-99-M-D390 AMT $79.152.00 LINE 0001 THROUGH 0003 DID 1198 TO ARC Systems Inc 2090 Joshuas Path Hauppauge NY 11788 345 SN279574)

82d Contracting Squadron, 136 K Avenue Ste I, Sheppard AFB,

TX 76311-2739 72_PROVIDE AND INSTALL FLOOR COVERING, BLDG 430, SHEPPARD AFB TX POC LGCS/ILI William P. Surrey. Contract Specialist. 940/ 676-2758: Contracting Officer ---MSgt Kevin E. Slone, 940/676-5185. CNT F41612-99-M0033 AMT $89,000.00 LINE 0001 DID 112098 TO Breegle Building Product, 2213 Grant Street; Wichita Falls TX 76309.

http://www.sheppard.at.mil/82cons/BidAwd.htm Sheppard AFB 820 Contracting Squadron

William. Ili William P. Surrey (W-345 SN279524)

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

Box 76, Bldg. 37, Hines, IL 60141-0076 65-FSS 65 II 0, MEDICAL EQUIPMENT AND SUPPLIES POC JANE BRUSVEEN (708) 786-7659 CNT V797P-3447K AMI $125.000 DID 010199 10 Glacier Cross. Inc., 1694 Whalebone Dr, Kalispell, MT 59904-0818 (W-345 SN279716)

73 Food Preparation and Serving Equipment

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 61-LEAD, ELECTRICAL SOL SP0451-98-0-7610 CNT SP0451-99-M25 AMT $31.791.98 UNE 0001 THROUGH 0002 DID 121198 T0 Elecsys 8800 Allen Rd Peonia IL 61615-1584 (1-345 SN279578)

66 Instruments and Laboratory Equipment

Defense General Supply Center, 8000 Jell Davis Hwy., Richmond, VA 23297-5312 1- MOTOR ASSEMBLY SOL SP0430-98-R-2214 CNT SP0430-99-C. 7 AMT. $144,640.00 LINE 0001AA THROUGH 0003 DID 121198 TO monds Precision Products Inc Motion Controls Div 197 Ridgedale Cedar Knolls NJ 07927-2101 (1-345 SN279660)

Defense Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, OH 43216-6595 66—YIG COMB GENERATOR ASSEMBLY SOL SPO920-99-0-0593 CNT SP0920-99-M-1081 AMT $87,950.00 LINE 0001 DID 121098 TO Eid Microwave Inc 1745 mccandless Di Milpitas CA 95035-8024 (1-344 SN279393)

General Services Administration, Federal Supply Service (FSS). General Products Center (7FX), 819 Taylor Street, Room 6A24,

Fort Worth, TX, 76102 73 F000 SERVICE EQUIPMENT POC JOAnn Stanley Contracting Officer, Phone (817) 978-2505. Fax (817) 978-8672. Email joann stanley@gsa gov

CNT GS071-0109J AMT $125000 LINE 302-1, 3, 8. 28. 47 OID 121598


TO Bakers Pride Oven Co., Inc. 30 Pine Street New Rochelle, NY 10801

http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=A&ProjlD=G507F. 01091&locID=3 Visit this URL for the latest information about this notice

JoAnn Stanley (0-345 ȘN279608).

Lighting Fixtures and Lamps

Defense Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, OH 43216-6595 66— LIMITER, ATTENUATOR SOL SPO920-99-Q-A033 CNT SP0920-99M-1071 AMT $30.825.00 LINE 0001 DID 121098 TO Lip Microwave Inc 1745 mccandless Dr Milpitas CA 95035-8024 (1-344 SN279396)

83 Textiles, Leather, Furs, Apparel and Shoe Findings, Tents and Flags

Federal Correctional Institution, 1900 Simler Avenue, Big Spring. TX 79720-7799 LIGHT FIXTURES POC Deanna foresyth, Contract Specialist (915) 6802 CNT SI51c-107 AMT $39,925 LINE ALI DIO 121098 10 Maurice Crical Supply Co.. 500 Penn St. NE, Washinjiton DC 20002 (142704271

Defense General Supply Center, 8000 Jeft Davis Hwy., Richmond,

VA 23297-5312 66-THERMOCOUPLE, IMMERSION SOL SP0411-99-0-£854 CNT 2ALA! DO-G-uri."143 AMT $104 691 25 UNE 0001 THROUGH 0012

Delbnse Personnel Support Center, 2800 So. 20th St. Philadelphia,

PA. 19145-5099 83— WEBBING, TEXTILE, NYLON, TYPE, XUI, CM GREEN 483 CNT SPO100-99-M-EA55 AMT $40.691.00 LINE 0001AA DTD 121098 TO Tavlor

Issue No. PSA-2242: Tuesday, December 15, 1998

Thomas and Sons Inc sô Houghton St Hudson MA 01749-2513 ( 345 SN279408)

Dept of Justice, Fed Prison Industries, 320 Tst Street NW

Material Mgt Branch, Washington, DC 20534-0001 83--CHAMPAGNE SKEETING POC Millie Clark, 202-305-7270 CNT IPIC-3929-99 AMT $281,740.00 LINE 0001.0002.0003 DID 121098 10 AID American Co., 135 Greenwood Avenue, Wyocole, PA 19095-1396

mclark@central. unicor.gov Award Notice (W-345 SN279713)

84 Clothing. Individual Equipment and Insignia

Defense Personnel Support Center, 2800 So. 20th St. Philadelphia,

PA. 19145-5099 84-SLACKS, WOMAN'S, UNDRESS (CG) CNT SPO100-99-M-CA35 AMT $106.536.00 LINE 0001AA THROUGH 0023AA DIO 121098 10 [qua Industries Inc 1070 WF Brennan St Mayaguez PR 00680 (1-345 SN279407)

2

Defense Supply Cir. Philadelphia 2800 S. 20th. Street Philadelphia,

PA 19101-8419 89—UHT MILK, SHELF STABLE POC Contact: William Wolljen, 215/ 737-3831 Contracting officer: a.carol Santos, 215/737-3640 CNT SPO30098D2190/ AMT $31622.40 DID 121098 TO Barrios Distributing 5265 Lovelock Street San Diego CA 92110 (S) (1-345 SN279405)

TO ISSUE A SOLICITATION FOR AN ESIIMATED 4000-5000 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 AWESTERN SOUCITATIONS 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 (RIQ). 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, DVD (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 FEASIBIUTY OF THE PROPOSED ACQUISITION. SPECIFICALLY ISSUES IN THE AREAS OF PRICING AND DELIVERY. (See Alrachment 1) PRICING: AS STATED ABOVE. THE SOLICITATIONS 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 MIUTARY USERS HAVE EXPRESSED A DESIRE TO OBTAIN A DELIVERY TIMEFRAME OF FIVE (5) SEVEN (7) DAYS TOR ROUTINE REQUIREMENTS AND AS LOW AS TWENTY-FOUR HOURS FOR URGENT REQUIREMENTS. COMMENTS ARE REQUESTED AS TO THE FEASIBIUTY OF THESE REQUIREMENTS. IT SHOULD ALSO BE NOTED THAT THERE WILL BE A LARGE CUSTOMER BASE WHO WILL BE REOUISITIONING 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. 108 POINT WILL BE DESTINATION. ALTHOUGH FAST PAY PROCEDURES WILL BE IN EFFEC, CLAUSE EON, INSPECTION OF SUPPUES-FIXED PRICE. WILL BE IN THE SOLICITATION AND AWARD IN ORDER TO RESERVE THE GOVERNMENT'S RIGHT TO INSPECL CONTRACTOR MUST HAVE A QUALITY SYSTEM EQUAL TO ISO 9002 TO SATISFY INDIVIDUAL CUSTOMER QUALITY REQUIREMENTS, THE CONTRACTING OFTI. CER MAY REQUEST MATERIAL CERTIFICATIONS TO ACCOMPANY SOME SHIPMENTS. A DISKETIE 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: IT IS RECOMMENDED THAT ALL REQUESTS FOR ADDITIONAL INFORMATION BE ACCOMPANIED WITH A MAILING ADDRESS AS WELL AS AN EMAIL ADDRESS. PLEASE RESPOND BY C.O.B. 29 DECEMBER 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 dla,mil FAX # (215)697-3630 OR MR. CUIFION MOORE BY TELEPHONE AT (215)697-1003. BY E-MAIL cmoore@disc dia.mil, OR BY FAX #(215)697-3630. Defense Industrial Supply Center (DISC) 700 Robbins Ave. Philadelphia, Pa. 19111 ALIN. Elaine Segal/DISC-APC (W345 SN219412)

NEW WEBSITE ADORESS-OMNIBUS 2000 The Aviation and Missile Command (AMCOM) Acquisition Center has moved the Omnibos 2000 website. The new address is https://wwwproc.redstone.army milacquisition/ommbus/omnibus.html. The Omnibus 2000 Homepage currently in. ciudes copies of the Industry Conference Charts, the list of companies attending, a list of contracts currently included in the Omnibus 2000 program, questions and answers, and the new Omoibus 2000 Newsletter which will be issued monthly. New information will be posted as it becomes available. The Acquisition Center's points of contacts are Ms. Dana Holmes at

(256) 842-7404

e-mail at mil or Ms. Elizabeth Moulder at (256) 8420522: e-mail at moulder or Ms. Brenda Showalter at (256) 876-2142: e-mail at showalter-ba@redstone army.mil.

moulder Click here to contact the Contracting Officer, Elizabeth H. Moulder: Office Symboi AMSAM AC-SS-CO, via email (W-344 SN279345)

pursuant to this RFI. The Delease Industrial Supply Center (DISO speed your expression of interest and any suggestions regarding OSC s desne to establish supply chain management support for spare parts and industrial hardware used in ground vehicle and aircralt repair at lade States Military sites in Europe, and possibly in southwestern Amand northeastern Africa. This supply chain management initiative wil ercom pass approximately 20,000 items of spare parts and industrai be man for the maintenance, overhaul and repair of military and commentai ground vehicles and aircraft. DISC desires to capitalize on the tota supply chain management and integrated iogistics currently being des onstialed in private industry by forming a strategic alliance at a or more private sector partner(s) known as "industrial Prime Vendas (IPVs)." Initially. DISC intends to establish IPV support for US Mitary siles in Europe and possibly in southwestern Asia and northeastern AlicoDepending upon the nature of the responses to this kinn U. S. military siles may be divided into a number of independent "zones,” or designated as a single zone for purposes of melaton and award. Each contract entered into under this program wu srcude surge and wartime readiness sustainment requirements. The trauss items within the scope of the IPV program will include those cam associated with the maintenance, overhaul and repair of mi'de commercial ground vehicles and aircrall, including, but most ** to, items currently cataloged under the following Federal Stock Class! (FSC) 1015.1280. 1377. 1560. 1620, 1630, 1650, 1660. 1670, 1680.113 2640, 2835, 2840. 2915, 3020, 3040, 3110, 3120, 3130, 4010. 42, 4030, 4130. 4140, 4240, 4320, 4330, 4540, 4710, 4720, 4730 4819 4820, 5305, 5306, 5307, 5310, 5315, 5320, 5325, 5330. 5335 334 5344, 5350, 5355, 5360, 5365, 5640, 5905, 5906, 5910, 5926. 5930, 5935, 5940, 5945, 5950, 5961, 5970, 5975. 5980, 5985. ** 5995. 5999. 6110, 6140. 6145, 6150, 6210, 6220, 6230, 6240, 625 6260, 6310, 6620, 6625, 6685, 6810. 6830, 6850, 6930. 7240. 134 7350, 7510, 7530, 7920, 8030, 8140. 8305, 9160. 9330, 9390, $50 9513, 9515, 9525, 9530. 9535. 9540, 9905, 1005, 1010, 1240 123 2090, 2510, 2520, 2530, 2540, 2590, 2610, 2805, 2815, 2910 2930. 2940. 2990. 3010. 3030, 3820. 3830. 3940. 4210, 4310, 6.0 4930. 5331, 5339. 5345, 5364, 5977, 6103, 6115, 6130, 5135, 518 6350. 6365. 6510, 6515, 6530. 6545, 6635, 6640, 6545, 6580 to 7690. 9340, 9520. Page 2 of 3 The type of contract contrario for the IPV program is a form, fixed price. or feed price with scuror! price adjustment, indefinite quantity contract with a base deita one or more one-year option periods. Current IPV contracts United States have a two-year base period with three (3) options. Sugeestions for other long-term arrangements will be considerat We anticipate the use of Electronic Commerce Any respous it RFI should include comments regarding the use of informatda sys: to provide for asset visibility, order and receipt transmission reports. Methodologies that warrant consideration include, but a limited to supply replenishment as determined by the 1994. Bi supply replenishment under a requisition/delivery order systes $* of DISC's integrator/supply support expectations under the Correa will be as tollows: (a) If a determination is made to award a con under which the Contractor will be responsible for determinades! stock levels and actual supply replenishment, the Contractor *** required to maintain the stock tevels. (b) If a determinator 6 EUR to award a contract under which requisitions and deiner des de involved. the Contractor will be required to deliver trectly 3 end user at the U.S. Military site. (c) The Contractor's pert, will be expected to evolve to a 100 percent fill-rate by the endi the first year of the base period of the Contract. A 200 OK fill-rate in the supply replenishment methodology means that the si box, shell, or other container of the parts will have the part de la when the mechanic goes to the container with a requirement case of a contract with requisition/delivery order methodo gy, the is percent fill rate means that all orders are delivered to the 195 consignee destination on time. In either instance, appropriate 20.7. would apply if excusable delay exists. Incentive provisions will be first ered. (d) The Contractor will deliver products which will contes the requirements of cited specificalions, drawings, standards, aky assurance provisions, approved part numbers, as described in Norde and will comply with any Department of Defense (Dod) atto ita Act of Appropriation Act restrictions, when applicable. as sua in Part 225 of the Defense Federal Acquisition Regulator. Seppe malu (DFARS 225). The successful Contractor may own and waraft own international distribution network based in Europe er sentent that is capable of supporting the requirements of the US : bases m. Europe. southwestern Asia and northeastern Africa. Prili of 3 Alternatively, the successtui Contractor may parinei with Cuppen or other international warehouse and disinbution compare to be such support. Alternate methodologies may be considered. LISO your written comments, suggestions and ideas regarding this Pvt. Se Please include your comments regarding the leasibility and cos? effecit ness of this IPV Initiative, and provide a summary of your in similar undertakings. We desire to formulate a AFP sig i Value Source Selection evaluation criteria. In such instance DSS # select one or more Contractors based on an integrated assess of technical and price proposals Greater weight will be accorded to proposals. Accordingly, the proposed evaluation will consist of 2 leti Proposal Phase followed by a Prace Proposal Phase Price Propos will be requested from only those who have submitted acceptable len? Proposals Technical Proposals will be required to demonstrate a 3*** understanding of the requirements se! forth in the RIP #5 #6 provide a detailed plan for executing the elements of the local Proposal. Responses to this phi that indicate that the moment therein is proprietary or represents contidential bus tess si maiz will be received and held in confidence for US Government However DISC's intent is to develop an RFP from the presence the information prewded from industry as a whole frase 3*** responses by close of business November 13, 1998 to

REQUEST FOR INFORMATION MARKET RESEARCH Direct Vendor Deliyeries (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? 11 so, what type of arrangements? Example(s) formal/informal agreements, etc. Products Do you supply single industrial product lines 01 multiple products such as fasteners, o-rings & gaskets, miscellaneous hardware, elc? Capacity Whal 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 9 Hard to obtain items (limited sources) a Long Lead items a liems with special manufacturing processes and or quality requirements Distribution What are your routine delivery timelines? How would you satisfy urgent deliveries that are required within 24hrs? Transportation Are transportation costs.generally included regarding the cost of supplies of charged on a per shipment basis? ECIMEDI What current system capabilities do you have in-place? Purchase Orders Do you have minimum order requirements? If so. a How are minimum orders determined? Example: By type of item. How packaged. In general, what are your minimum ordering requirements? (W-345 SN279413)

NOTICE OF INTENT TO NEGOTIATE A SOLE SOURCE CONTRACT WITH ANSAR, INC. Notice of intent to negotiate a sole source contract utilizing Simplified Acquisition procedures under the authority of FAR Part 13 with ANSAR Inc., 242 South Eighth Street, Philadelphia, PA 19107 for 25 Medic Monitor ANS-R 1000 units. 5-year maintenance and support technicians. The Medic Monitor ANS-R 1000 provides a digital (CG for system setup, displaying multiple signal bands analysis. The system sets baseline triggers allowing clinicians to observe respiration and two heart rate frequency bands, combining the respiratory and ECG components to display the signal as a power spectrum (Power Spectral Heart Rate Analysis). The system provides quick computations and non-invasive, real-time display. The highly optimized program utilizes Fast Fourier Transtorms to compute data (with an epoch ot 612128 second, update every 32 seconds). The proposed action is for supplies and services for which the government intends to solicit and negotiate with only one source under the authority of IAR 6.302-1. The government believes that only one responsible source can provide the supplies/ Services that will satisfy the agency requirements. The contractor holds the proprietary hardware, engineering and software data. This notice is not a request for competitive quotes but responses received on or before December 21, 1998, 1200 pm PST will be evaluated A determination by the Contracting Officer not to compele this proposed action based on responses to this notice is solely within the discretion of the Contracting Officer. Information received will be considered solely for the purposes of determining whether to conduct a competitive procurement Please email comments iesponses via email to the Contract. ing Officer al joe . and to the GSA information Technology Manager Art Duggan al art . "See Note 22"

joe joe 10e. joe (W-344 SN279386) *

SPECIAL NOTICE SPECIAL NOTICE FOR COMMERCE BUSINESS DAILY The following schedule identifies the reassignment of some Federal Supply Classes (SC's) from the Defense Supply Center. Richmond to The Defense Industrial Supply Center (DISC) Philadelphia, Management of these FSC's will commence at the Defense Industrial Supply Center, 700 Robbins Avenue, Phwadelphia, PA19111-5096 starting on the Ettective Transfer Dale (ETD) of January 1, 1999 FSC's 8105. 8115. 8135, 8145 are assigned to DISC-H, point of contact is Kevin Light (215)6973065 FSC's 7105 and 7110 are assigned to DISC-V, point of contact is Pat Savini (215)697-2325 SC's 7125 and 7195 are assigned to DISC-W point of contact is Trudy Repan 215)697-6963 Additional information about DISC, the [BB. and the OLAFederal Stock Class Transfer is also available on DISC's Home Page on the World Wide Web. To access the Home Page, use your www browser and the tohowing Uontsed Resource Locator (URL). http://www.disc dla mit. (W-345 SN279414)

INDUSTRIAL SPARE PARTS-REQUEST FOR INFORMATION REQUEST FOR INFORMATION (RSD) SP0500-98.1-A002 This Request for Intormation (RFI) Is the initiation ! market research under Part 10 of the federal Acquisition

AR), and is not a Request for Proposals (REP).

APG) 700 Robbins Avenue, Philadelphia, PA 19111 All (esponses must reference RFL no. SPO500-98-1-A002: Points of Contact POCs) for this RFI are as follows: Victoria Ryan, Contracting Officer: E-Mail: HYPERLINK mailto:

, Telephone: (215) 697-5952: Karyn Reade, Customer Liaison Specialist: E-Mail: HYPERLINK-mailto: , Telephone: (215) 697-2087: Steven Wentz, Customer Liaison Specialist: E-Mail: HYPERLINK-mailto: swentz@disc dla mil, Tele. phone: (215) 697-0677.

as the approved increase in FPI's sign sales. Additional Board Review In addition to its current and semi-annual publication of sales data in the Commerce Business Daily, FPI will compile its sign sales at the end of each fiscal year, and provide a copy of this information to all interested parties. Should any party believe that circumstances such as (but not limited to) overall industry growth or Federal procurements have changed sufficiently that FPI's authorized production is having a substantially greater impact than anticipated in this decision, that party may provide such written information to the Board. The Board will then review the information and, if warranted in light of the information supplied, reexamine FPI's authorized production levels. Decided this 30th day of November, 1998. For the Board of Directors: Joseph Aragon. Chairman (W-345 SN279486)

AMENDMENT TO #277318, SP4700-99-0-0009 SP4700-99-0-0009 15 1 amended to clarify status. This action is a small business set-aside.

(W-345 SN279453)

INDUSTRIAL SPARE PARTS-REQUEST FOR INFORMATION REQUEST FOR ME INFORMATION (RFI) SP0500-98-1-A002, Amendment 0001 1. Request

for Information (RFI) SP0500-98-4-A002 is hereby amended as follows. iza. Page 3, the date for receipt of responses is extended from November

.13, 1998, to December 11, 1998. 2. All other terms and conditions * remain unchanged. (W-345 SN279416)

SMALL BUSINESS IN THE SUNSHINESEGLIN AFB FL Small Business in the Sunshine On Thursday, 4 Mar 1999, the Eglin Small Business Office will co-sponsor a Small Business Procurement Conference at the Sandestin Beach Hilton. Destin, Florida. Over 50 federal, state and local government agencies, and large defense contractors will be represented. Small Businesses will have an opportunity to discuss their capabilities and find out what business opportunities are available. Representatives from small business firms will be attendees but will not have booths. There will also be seminars on current acquisition topics The conference will begin at 8:00am CT and end at 4:00pm. The registration fee is $10, which does not include lunch. We anticipate the hotel will have a lunch bullet for conference attendees. Watch the Eglin web site (http://eglinpk eglin.at mil) under Small Business Assistance for more details or e-mail uhrigp@eglinat mil to be placed on a mailing list for further information. You can also call 850-8822843.45 and leave your name and address. Registration forms and an agenda should be available by mid-January. Room reservations at the Sandestin Beach Hilton can be made now by calling 850-267. 9500 or 800-367-1271 and mentioning the Small Business Conference, The room rate is $60 a night. single or double. (plus 9% tax) and is available for two nights before and after the conterence. After 10 Feb rooms may not be available at this rate. Any other questions can be directed to Ralph frangioni or Patty Uhrig at 850-882-2843

http://eglinpk.eglin af mil Eglin AFB FL ,mil Small Business Specialist (W-345 SN279495)

FPI BOARD OF DIRECTORS' DECISION ON SIGNS, DECALS AND RELATED ITEMS The Board of Directors for federal Prison Industries, Inc. (FPI) 20w issues its decision regarding fol's proposal to significantly expand ts production of signs, decals and related items (hereinafter referred o as "signs“). As required by statute, FPf prepared a comprehensive impact study which analyzed the potential impact that FPI's expansion 20 production may have on private industry and labor. On March 27, 998, FPI sent out "early notification letters to various sign industry vendors, trade associations and other interested parties. The letters tated that FPI would soon begin work on an impact study covering PI's proposal to significantly expand its production of signs. The letters also invited recipients to submit any information which might be of

se for the impact study. FPI announced, in the June 15, 1998. edition at the Commerce Business Daily, its plans to present its proposal rto the Board of Directors: described the procedures for obtaining a

opy of the impact study; and invited public comment on its proposal, copies of the impact study were sent to various manufacturers, trade ssociations, labor representatives and private individuals. FPI received ritten comments on its proposat from three sources, prepared responses

those comments, and submitted all such information to FPI's Board *** Directors. Members of the Board reviewed all of the materials, 2 Xcluding all comments received from interested parlies. The Board Hotel Iso heard in-person comments from a sign manufacturer who is also 7746 member of the sign industry's primary trade association during a and earing held on October 20, 1998, in Washington, DC The Board

ishes to thank all parties who took the time and made the effort 1) submit comments. The industry's written and oral comments were elpful in developing a clearer picture of the industry and its concerns.

he Board is now called on by statute to make a determination as whether the proposed significant expansion in the production of tgns would result in FPI's assuming no more than a reasonable share

the market and not cause an undue impact on the industry. In + aching our decision, we have relied on the impact study, with the

Jditional insight that the private sector has afforded us. Issues Objections NIPI's proposal centered on two main arguments: first, that by increasing

3 sales. FPI will limit the amount private vendors may increase their un sign sales; and second, that FPI's sign production is focused 1 a narrow niche of the sign market and SPI's impact on that specific che is too great. The Board examined both of these arguments very telully. The Board recognizes that every sale of signs for any other oduct or service) by FPI is a sale not made by a private vendor. jwever, the evidence presented to the Board makes clear that the gn industry is healthy and experiencing steady growth. FPI has requested

increase its annual sign sales from $9 million during FY 1998 $32 million in FY 2004. During this same period, the total domestic arket for the types of signs made by FPL is projected to grow

almost $1.6 billion. It is our belief that the growth in the total mestic sign market will provide private sign vendors with ample oportunity to significantly increase their sales during the next five Pars. The Board received written comments and heard in-person testiony that FPI's expansion proposal would result in an undue burden

the interior architectural and modular sign systems segment of le sign market. We were told that FPI had overestimated the size

this segment of the market. Upon reviewing all of the material lated to these criticisms, we feel fPl's increase in sign sales will pt create an undue burden. The impact study calculates the total omestic market for architectural signs to be $535 million. The Board eard testimony from a private vendor that this market segment is oser to $200 million. The vendor, speaking on behalf of the sign dustry's principal trade association, suggested that only a small number I companies are active in the architectural or modular sign systems ?gment of the market, and that an increase in FPI's production would ave an especially strong impact. The Board acknowledges these concerns,

ut we feel the evidence does not warrant rejecting FPI's growth - Toposal. The Board first points out that FPI manufactures a variety

I sign and decal items, substantially diversifying its production within ne sign industry. We also feel it important to note that the manufacturer making this argument allowed that her firm also produces a diverse ariety of sign items, limiting the potential impact which could resull Om FPI's expansion proposal. As to the accuracy of FPI's market stimates, the Board notes that the impact study provides a clear nethodology for how each märket estimate is calculated. We wish o emphasize the credence we lend to the report of the FP1 Methodology Review Panel (included as an attachment to the impact study). The 'anel's report was pranared in response to our request for an objective

review of FPI's methodology in calculating Federal procurements. The Board notes that while we received criticism of FPI's estimate of this segment of the market, no interested party provided any type of supporting materials or data to substantiale a lower estimate. Based on in-person Testimony presented, we again reviewed the section of the impact study analyzing the potential impact on the private sector. The Board has historically placed an emphasis on the extent to which private companies are reliant upon the Federal market as a measure of potential impact. The study identified only five vendors who obtain more than 20% of their total sales from the federal government. Only one of these vendors was identified by commenters as participating in the architectural/modular sign systems segment of the market. From materials presented to us, the Board concludes that this particular vendor 1) chose not to olier any information while FPI was preparing its proposal, 2) opted not to submit any comments in response to FPI's impact study and, 3) decided not to respond to FPI's request for a private sector partner to manufacture signs. The Total Domestic Sign Market EPI's impact study provides a thorough analysis of the total domestic sign market. The impact study estimates the total domestic market for the types of signs manufactured by FPI will be $3.9 billion in 1999. The Board did not receive any written or in person comments challenging this estimate fpi's impact study projects this market to grow 7% annually through 2004. Several commenters questioned this projection, However, when we inquired as to what a more accurate figure may be commenters were either unable or unwilling to offer an estimate. Two commenters stated they "had no crystal ball" and thus would not make a projection. However, the manufacturer who testified before the Board stated that her company has targeted its future growth at 10% annually. This would appear to validate (PI's estimate of 7% annual growth for the industry it is the Board's impression that the commenter was primarily focused on her fum's rate of return on investment. The commenter did not provide the Board with reason to believe any of her form's existing workers may be in danger of displacement as a result of FPI's expansion proposal. The levels of FP! production approved by the Board will equate to only 0.6% of the total domestic sign market in FY 2004. a slight increase from 0.4% in FY 1998 FPI's increase in sales will be more than offset by growth in the total domestic sign market. Despite the approved levels of production in this decision, sign sales available to private vendors will nevertheless increase significantly. Measuring the levels of production approved in this decision against the total domestic sign market, we see thal in FY 1999. sign sales available to private vendors totaled approximately $3.9 billion. By FY 2004, presuming the growth projected by the impact study occurs. the amount available to private vendors will grow to $5.4 billion. This "expanding Die" allows for FPI to increase its own sales while allowing private vendors to continue to increase their sales. Federal market Information provided to the Board included conflicting projections regarding the current and future size of the Federal sign market in its proposal, FPL estimated the federal sign market to be $69.5 million in FY 1998 in testimony before the Board, a representative of the sign industry's trade association claimed FPI's estimate was llawed by overstating the amount of signage purchased per square foot of facility space. The commenter suggested the Federal sign market was smaller than FPI's estimate. Following the hearing the commenter submitted additional information further challenging FPI's estimate of the Federal sign marke! The Board recognizes the differing estimates of the federal sign market represent a discrepancy. Since we rely heavily upon the Federal market data when rendering a decision, it is crucial we have confidence in the data's accuracy. As noted earlier. FPI's impact study includes complete documentation of how its estimate is calculated in contrast, the commenter criticizing Pl's estimate of the Federal market offered only limited anecdotal evidence, supplied after the Board's hearing, The Board also noted the commenter's testimony that signs purchased by Federal customers are often bought in ways beyond the GSA contract schedule. This substantiates a contention from FPI's impact study that data covering federal sign buys is significantly under reported. In light of the evidence presented to us, it is the Board's opinion that EPI's estimate of the Federal sign market is reasonable. The Board made a particular note of the fact that the manufacturer presenting in-person testimony obtained less than 2% of its total sales from the federal government. The presenter allowed that even if her firm reached its growth goals, only 10% of its sales would be from the Federal market. The Board also notes that IPL is restricted by statute to only selling its products and services to the Federal government The vast majority of the domestic market for almost every product and service provided by IPL is available solely to private vendors. Indeed, the total domestic market for signs is significantly larger than the Federal market. Production levels Aller careful review, it is the Board's decision to approve the expansion proposed by FPI stall. The Board is mindful of the concerns raised by private vendors and does not authorize FPI's expansion lightly. However, we believe that FPI's newly approved level of sales for signs will aid in providing additional inmale jobs while resulting in minimal impact on the sign industry. The Board approves FPI to increase its production of signs, decals and related items to the following levels: FY 1999 $ 16 million; FY 2000 21 million FY 2001 25 million FY 2002 28 million: FY 2003 30 million and, FY 2004 32 million Given the difficulty in achieving an exact level within a given year. FPI may exceed the annual limits by insubstantial amounts, so long as the aggregate over the live year period does not exceed $152 million. The Board believes this increase in sales to the Federal government, coupled with a projected total domestic market growth rate of 7% annually. will effectively minimize FPI's impact on the private sector. In light of the data from the impact study, as well as comments submitted by interested parties and the oral testimony presented before the Board. we feel FPI's increased sign production will not place an undue burden on The sign industry Rather, we believe the evidence is clear that the growth opportunities available to the industry will be equally as significant

FPL BOARD OF DIRECTORS' DECISION ON INTERACTIVE KIOSKS The Board of Directors of Federal Prison Industries, Inc. (FPI) now issues its decision regarding FPI's proposal to initiate production of interactive kiosks. As required by statute, FPI prepared a comprehensive impact study, which analyzed the potential impact that [Pl's production may have on the private sector. FPI announced, in the June 2, 1998. edition of the Commerce Business Daily, its plans to present this proposal to the Board of Directors, described the procedures for obtaining a copy of the impact sludy; and invited public comment on its proposat, Copies of the impact study analyzing the proposal to produce interactive kiosks were sent directly to the principal trade associations, various manufacturers, and other interested parties. FPI received written comments on its proposal from eight sources, prepared responses to those comments, and submitted all such information to FPI's Board of Directors, along with it request to produce interactive kiosks. One manufacturer of interactive kiosks requested to make oral comments to the FPI Board of Directors but failed to appear on the designated date. Members of the Board reviewed all of the materials. The Board of Directors wishes to thank those parties who took the time and effort to comment. The Board of Directors is called on by statute to make a determination as to whether production in the interactive kiosk industry would result in FP!'s assuming no more than a reasonable share of the market and not unduly impact the industry. In reaching our decision, we have relied on the entire record, including the impact study, written comments submitted and informal oral presentations from individuals from North Communications and Correctional Products and Services, Inc. On the basis of all the information before us, it is the Board's decision to approve fpi's request to manufacture interactive kiosks. THE INTERACTIVE KIOSKS MARKET In reaching this decision, the Board carefully reviewed all of the information presented regarding the market for interactive kiosks. Below is a summary of the Board's analysis and findings. Background information Federal Prison Industries, Inc. in an ellort to diversity its product base announced its intent to manufacture interactive kiosks FPI intends to enter into a partnership agreement with Correctional Products and Services, Inc. (CPSI) and North Communications to manufacture this product. FP! plans to start with the manufacturing of the cabling and the wiring components associated with the interactive kiosk. In addition, FPI will also be involved in the assembling process and will eventually manufacture the enclosure used to house the interactive computer. North Communications will supply the computer hardware and software used for the interactive kiosk. Federal market The Federal market is embarking on a new era of providing better customer service to the people they serve People today are seeking new and easier ways to access government at the same time government agencies are reengineering service delivery. The increasing demand for quality services coupled with the decreasing availability of resources offered by the Federal government, created a situation that needs a solution. Many Federal government agencies are exploring the possibility of providing better government services through the use of interactive kiosk networks. Agencies with direct contact with the general public will be the main buyers of the interactive kiosk. These agencies include but are not limited to the Social Security Administration, the U.S. Postal Service, The Internal Revenue Service, the National Park Service, the Immigration and Naturalization Service, and the Government Printing Office. Ten out of the thirty-nine manufacturers identified in the impact study.

Issue No. PSA-2242; Tuesday, December 15, 1998

have sales recorded to the federal government at the present time. It does not appear that of the thirty-nine companies identified. any of them will be significantly impacted if FPI manufactures interactive kiosks. Based on data outlined in the impact study, in 1993, the total Federal multimedia kiosk application market, which includes application software and computer hardware. had estimated sales of $4.7 million. By 1994, sales increased by a phenomenal 74 percent. The future for the Federal market for the next five years continues to show substantial increases in the Federal interactive kiosk market, Federal sales for the interactive kiosk market are expected to reach $191.2 million by 2003. The rate of growth is expected to continue because of the demand for faster service and easier access to government services. Domestic market The domestic market for interactive kiosks was estimated at $830.8 million in 1998 and is expected to reach $2.94 billion in 2003 FPI sales would represent 1.9 percent of the domestic market in 1999 and increase to 3.3 percent of the domestic market in 2003. PRODUCTION LEVELS It is the finding of the Board that sales levels proposed by FPL for interactive kiosks represent a reasonable share of the market and that proposed production at the se levels will not impose an undue burden of competition on the industry. Therefore, the Board authorizes FPI to produce interactive kiosks at the levels outlined below. 1999---Pl projected sales $15.7 million, projected market share 19%; 2000—{P! projected sales $27.5 million, projected market share 24%; 2001--FPI projected sales $45.0 million. projected market share 29%; 2002-FPI projected sales $65.8 million, projected market share 33%; and, 2003-—EPI projected sales $96.7 million and projected market share 38%. The Board recognizes that it is difficult to achieve exact sales levels each year. It is therelore understood that FPI may exceed the annual limits by insubstantial amounts, as long as the aggregate over the five-year period does not exceed the five-year approved total of $250.7 million. While the sales levels equate to a projected market share, as reflected in the study, primarily for ease of reference and tracking, it is the decision of the Board to use sales dollars as the measure for expansion Should any party believe that circumstances such as (but not limited to) overall industry growth or Federal procurements have changed sufficiently that FPI's authorized production is having a substantially greater impact than anticipated in this decision, that party may provide such written information to the Board The Board will then review the information and, il warranted in light of the information supplied, reexamine FPI's authorized production levels. Decided on the 8th day of December, 1998, for the Board: Joseph M. Aragon, Chairman (W-345 SN279503)

as (but not limited to) overall industry growth or Federal pecutat have changed sufficiently that EPI's authorized production start 8 à substantially greater impact than anticipated in this decision, 1 party may provide such written information to the Board. The Beat, will then review the information and, if warranted in light of te information supplied, reexamine FPI's authorized production levels is noted that Director Richard Womack, Labor representative, there a variety of reasons, does not concur with the decision to manufact se lawn and garden equipment. The Board voted 5 to i to approve the proposal. Decided on this 30th day of November, 1998. For the Beart Joseph M. Aragon, Chairman (W-345 SN279536)

FPI BOARD OF DIRECTORS' DECISION ON LAWN AND GARDEN EQUIP. MENT The Board of Directors of Federal Prison Industries, Inc. (FPI) now issues its decision regarding FPI's proposal to initiate production of lawn and garden equipment. As required by statute, FPL prepared a comprehensive impact study, which analyzed the potential impact that fpi's production may have on the private sector. FPI announced. in the May 29, 1998, edition of the Commerce Business Daily, its plans to present this proposal to the Board of Directors; described the procedures for obtaining a copy of the impact study: and invited public comment on its proposal. Copies of the impact study analyzing the proposal to produce lawn and garden equipment were sent directly to the principal trade associations, various manufacturers, and other interested parties. FPL received written comments on its proposal from seven sources, prepared responses to those comments, and submitted all such information to FPI's Board of Directors, along with its request to produce lawn and garden equipment. Members of the Board reviewed all of the materials and heard in-person comments from industry rep. resentatives at an FPI Board of Directors meeting held in Washington, DC on October 20, 1998. The Board of Directors wishes to thank all parties who took the time and made the eflock to comment. The industry's written and oral comments were helpful in developing a clearer picture of the industry and its concerns. The Board of Directors is called on by statute to make a determination as to whether production in the lawn and garden equipment industry would result in {PI's assuming no more than a reasonable share of the market and not unduly impact the industry. In reaching our decision, we have relied on the entire record, including the impact study, written comments submitled and the oral presentations by four individuals at the Board meeting. On the basis of all the information before us, it is the Board's decision to approve FPI's request to manufacture lawn and garden equipment. In approving this request, the Board drew conclusions about key issues and established certain conditions, which are outlined below. One of the first issues from the private sector was the impact on private sector jobs. A representative from John Deere's Worldwide Commercial and Consumer Equipment Division from Horicon, Wisconsin stated that il FPI and the Ariens Company entered a partnership. John Deere would lose five jobs. The Board recognizes that John Deere is a multibillion dollar company that sells lawn and garden equipment as well as agricultural and construction equipment. The Board also recognizes that this division in Honcon, Wisconsin has increased employment due to growth it has experienced over the last three years. Within the month of October, this division hired 160 new wage workers with 60 to 70 more planned for the near future. Based on the size of the Federal market and the size of the domestic market the Board does not foresee John Deere having to displace any employees FPI's proposal is to gradually increase markel share over a live year span, to obtain 41% of the Federal market that equals sales of $9.6 million by the year 2003. The federal market for lawn and garden equipment is estimated to be $17.9 million in 1998 and up to $20 million in 2003, which is less than one percent of the domestic market. The domestic market in 1998 is estimated to be $5.7 billion and estimated to reach $6.8 billion in the year 2003 The lawn and garden industry sells to the commercial and residential markets and does not rely solely on the Federal market. During the public hearing. Iwo representa lives for the industry stated that they thought that $20 million for

the Federal market was under estimated. The question was asked as to how the partnership between FPI and the Ariens Company came about. The Ariens Company responded to the Commerce Business Daily (CBD) announcement dated February 2, 1998, requesting new products and/or services for partnerships between private companies and FPI. The Aniens Company approached FP! with a proposal to partner to manufacture lawn and garden equipment. The John Deere representative also raised the issue of fPl having an advantage with lower labor costs. Although FPI does not pay all of the same types of expenses as private sector manufacturers, FPL incurs substantial overhead costs that are unique to operating in a prison setting and that the private sector does not have to bear FPI overhead consists of, but is not limited to, inspections of incoming and outgoing products, security. and tool control. Along with a lower over head, the private sector also has advantages in job skills, work efficiency. and available markels. In the private sector, most employees have prior job skills or work experience. In FPI, most inmates have little, it any. job skills or work experience prior to working in FPI. FPI must be labor - intensive in order to employ the largest number of inmates possible. The private sector uses automation, technology and equipment to produce products at a rapid pace. The private sector has the ability to sell to consumers, commercial entities, of government agencies (local, state, and federal). FPI can only sell to federal government agencies. FPI has fewer advantages than the private sector and additional overhead costs and still must follow the same regulatory requirements as the private sector. Another issue was the growth of the overall lawn and garden equipment market. FPL noted that growth predictions for this industry are difficult to determine due to many unpredictable factors. For example, weather plays a major role on the industry as a whole. Representatives from the industry estimated a market growth rate of 2% per year for a total increase of 10% in five years. It was further noted thal the commercial sector of the market is expanding more rapidly than the residential market segment, and is responsible for most of the market growth. The Federal markel, which FPI is seeking to enter, is classified under the commercial sector of the market, the segment responsible for the industry's growth. FPI market share would not allect the residential market. In the impact study, FPI estimaled the Federal market to increase by 2.5% each year solely on inflation. The Board recognizes the dilliculty in determining the estimated size of the Federal market and has approved the following levels for FPI for lawn and garden equipment: FY 1998-estimated federal market $17.949.021, proposed IPL Sales $0. approved FPI sales $0: FY 1999estimated federal market $17.949,021. proposed FPI Sales $3,700,000. approved FPI sales $3,600,000: FY 2000-estimated Federal market $17,949.021, proposed FPI Sales $5,100,000, approved FPI sales $4,800,000; FY 2001-estimated Federal market $17,949,021. proposed FPI Sales $6,800,000. approved FPI sales $6,300.000: FY 2002-estimated Federal market $17.949,021, proposed FPI Sales $8,000,000, approved FPI sales $7.200 000; FY 2003- estimated Federal market $17.949.021, proposed FPL Sales $9.600.000. approved FPI sales $8.400.000: Due to the fact that growth for the lawn and garden equipment market is hard to predict, the Board has decided to use a conservative ligure, and has directed that the estimated 1998 Federal market be used as the size of the total Federal market from 1998 through 2003 This does not include any growth linked 10 sales or inflation for the upcoming years. The Board recognizes thal it is dithcult to achieve exact levels each year. It is therelore understood that FPI may exceed the anaual limits by insubstantial amounts, so long as the aggregate over the five year period does not exceed the five year approved total of $30.3 million. While the sales levels equate to projected market share, as rellected in the study. primarily for ease of reference and tracking. It is the decision of the Board to use sales dollars to measure EPI's market share. Should any party believe thal circumstances such

MRI SITE PREPARATION AND INSTALLATION The VA Puget Sound Health Care System, Seattle Division, Seattle, Washington intends 3 5 negotiate on a sole source basis with Philip Medical Systems ! Lind Avenue SW, Renton Washington to provide complete tecte cal design, structural analysis and coordination for site preparaton ud installation for a newly acquired MRI. The MRI replacement required significant coordination and technical expertise due to the highly specat ized work involved and the location of the MRI building, whick & approximately 35 feet above grade, at ibis Medical Center. The so of this project consists of providing all necessary electrical emin and wiring to provide a fully operational MRI magnet and 25880 equipment, including cutting through steel plates for required to E complete rigging, crane and operator for removal of existing mail placement of new magnet and lifting of all associated equipment is to be placed in the building or on the rooftop: repair of the mo membrane roofing alter removal and installation of equipment pro and install complete RF shielding within the tolerances allowatt the equipment manufacturer; and replacement of existing HVAC Cape systems with a dual 5 ton split system, including programs to im Energy Management Control System. Sources who believe they are ca* of providing these services must supply written documentation process their capabilities to respond to this requirement on or before Decento 28. 1998. 12:00 pm PST. A determination by the Contractang Otam not to compete this proposed action based on responses to this man is solely within the discretion of the Contracting Officer. These is not a request for proposal, Information received will be conside solely for the purpose to determine whether to conduct a compe acquisition. All information must be in writing and include the set name, point of contact, address and phone number. (W-345 S1274

WEDNESDAY December 16, 1998

A daily list of U.S. Government procurement invitations, contract awards, subcontracting leads, sales of surplus property and foreign business opportunities

Commerce business daily. Dec 16, 1998 SIBL/CLS.

BUSINESS NEWS

ONLINE ACCESS TO THE COMMERCE BUSINESS DAILY IS NOW AVAILABLE CBD Net-an official, state-of-the-art system-is accessible 24 hours a day and provides not only the current CBO listings, but also hotlinks to further documentation relating to the listings, as well as e-mail links to agency contracting officials, Easily searchable on the full text or fields, this database is accessible from your home, business, laptop, or Federal Depository Library PC. A searchable historical database of CBD listings is also available. CBD Net is the product of an award-winning allian between the U.S. Department of Commerce and the U.S. Government Printing Office. Commerce has management responsibility for the Commerce Business Daily and GPO provides the day-to-day operation of CBD Net through a collaborative effort of many GPO departments. Get acquainted with the new official online system today-tog on to: http://cbdnet access.gpo.gov. A special note to current subscribers to the CBD: The familiar paper version will continue to be available in an enhanced format.

US Army. CECOM Acquisition Center, Fort Monmouth, Now Jersey

07703-5008 ALONGWAVE INFRARED. HYPERSPECTRAL SENSOR (LWIR HSS) SYSTEM SOL DAAB07-99-R-K752 DUE 021799 POC Point of Contact - Laura Paskman Syms, Contract Specialist, 732-427-1362. Contracting Officer Karen M. Conti, 732-532-1984. The U.S. Army CECOM proposes to solicit for a twenty-four (24) month design and development effort of a passive thermal Longwave Infrared Hyperspectral Sensor (LWIR HSS) system to support broad area detection and cueing of camouflaged military targets and other targets that are difficult to detect. The LWIR HSS system will be comprised of an integrated LWIR Hyperspectral Imager (HSI) and Midwave Infrared (MWIR) High Resolution Imager (HRI) sensor system integrated on an Army aircraft. The LWIR HSS components and all support equipment will be referred to as the LWIR HSSS. This effort will include five (5) options. The first option is for the design of the Adaptive Spectral Reconnaissance Sensor System (ASRSS). The second option is a design effort the extends the ASRSS system to high altitude manned and unmanned reconnaissance platforms. The third option is for the integration and demonstration of the LWIR HSS on the ARL-M platform, The fourth option is for the integration and demonstration of the LWIR HSS on a UAV platform."'The fifth option is to provide support for an OCONUS demonstration of the LWIR HSS. All responsible sources may submit a proposal which shall be considered by the agency. In order to be eligible for award, your facility and storage capability must be at a level of SECRET. The U.S. Army Communications Electronics Command (CECOM) has established a Business Opportunities Page (BOP) website to allow electronic transmittaf of Requests for Proposals (RFPs) and Invitation for Bids (1FBs! from CECOM to All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the Business Opportunity Page at (http://acbop.monmouth.army.mil). Upon accessing this webpage, click on CECOM Business Opportunities, You may access potential CECOM Business Opportunities by simply typing "guest" for the login ID and password. Registration for a user ID and password will only be necessary when you are considering the submission of proposals to CECOM through the BOP. For CD-ROM drawings or other data, contact the identified Contracting Officer via their e-mail. Offers and Bids shall be submitted in hard copy at the time and place specified in the solicitation. No bids shall be submitted directly to the Contracting Officer. The CECOM Acquisition Center's EBB is closed!

http://acbop.monmouth.army.mil CECOM Acquisition Center's Business Opportunities Page

paskman@doim 6.monmouth.army.mil Click here to e-mail the POC (D-348 SN279874)

$324 a year (1st Class mailing) $275 a year (2nd Class mailing). 6 Month Trial Subscription: $162 (1st Class), $137.50 (2nd Class). Foreign Rate: $343.75 a year - $171.90 six months, plus Air Mail rates. Two year subscription available at above yearly rates.

A Research and Development

To Order. Send remittance with full mailing address to the Superintendent of Documents, Government Printing Office, Washington, DC 20402-9371, Tel. 202/512-1800 or fax 202/512-2233. Purchase order must be accompanied by payment. Make check payable to Superintendent of Documents. Visa or Master Card are acceptable. Allow approximately 6 weeks for delivery of first issue.

service problems. Call Superintendent of Documents. Government Printing Office, Washington, DC, Tel. 202/512-1806.

Naval Research Laboratory, Attn: Code 3240, 4555 Overlook Ave.,

SW, Washington, DC 20375-5326 A-ELECTROMAGNETIC ENVIRONMENTAL EFFECTS AND DEVELOPMENT OF SYSTEMS AND MATERIALS FOR DIAGNOSIS AND CORRECTION OF ELECTROMAGNETIC ENVIRONMENTAL EFFECTS PROBLEMS SOL N00173-

99-R-CB01 POC Contract Specialist Cheri R. Burkhardt, Code 3220.CB


(202)767-6542, Jan Bays, Contracting Officer, (202)767-6542 17. The
Naval Research Laboratory has a requirement for research and develop-
ment expertise to investigate and resolve problems of electromagnetic
environmental effects, including the areas of electromagnetic compatibility (EMC) that include electromagnetic interference (EMI), electromagnetic pulse (EMP), high power microwaves (HPM), lightning, impulse radar,

hazards of electromagnetic radiation (RADHAZ), to personnel (HERP).


ordnance (HERO), and fuels (HERF). An indefinite-delivery, indefinite-
quantity (IDIQJ contract is anticipated for award with a minimum of
29,505 hours and a maximum of 49,175 hours. The period of performance
in which task orders may be written is 60 months after date of
award. Numbered Note 26 applies. NRL uses Electronic Commerce (EC)
to issue RFPs and amendments to RFPs. This solicitation and any
amendments to it will be available via the Internet at the URL address
shown below. Paper copies of the RFP will not be provided.

http://heron,nrl, navy.mil/contracts/home.htm click here (W-345 SN279758)

Expiration. Subscriptions expire one year from the date of the first sue. One expiration notice is about 90 days before expiration date.

Defense Advanced Research Projects Agency (DARPA), Contract Management Directorate (CMD), 3701 N. Fairtax Dr., Arlington,

VA 22203-1714 A-TERAHERTZ TECHNOLOGY FOR SENSING AND SATELLITE COMMU- NICATIONS SOL BAA 99-15 DUE 022699 POC Gernot Pomrenke, DARPA

ETO, Fax (703) 696-2206 and Edgar Martinet, 'DARPAJETO, Fax (703)


ddress Changes. Send to Superintendent of Documents, Government inting Office, Washington, OC 20402-9373, with entire mailing label om last issue received.


Page 9

Issue No. PSA-2243; Wednesday, December 16, 1998

materials or components, modifications of gasoline engines to make

or gasoline engines to operate on the required fuels are of interest This request is for technical information describing the offeror's current product or proposals for further development of production, concept, or demonstrator items. The submittals should consist no more than five pages of text, supplemented by no more than three pages of tabular data and illustrations. The submitted data should include a complete description of what the offeror is proposing the current

state of development, descriptions of demonstrations conducted to date specific technical data where available, and a detailed description of proposed further development efforts. An estimate of the time required to deliver a demonstrator item shall

also be included in the submitted data. Proposals shall be submitted in topleate to: The Name Surface Warfare Center, Carderock Ervigions Detachment Norfolk NSWCCO DETNOR), Att Code 2302, Shirley Rowe. 116 Lake Parkway, Suite 200, Sutfolk, VA 23435-2698. Proposal submittals are desired as soon as possible but will be accepted until the due date aboa. The purpose of this request is to determine the state of the chain required to develop, or the availability of an engine or nee meeting the stated requirements and to further investigate awarding a combinad with one or more of the offerors for a demonstrator item for testing HOWEVER, THIS IS A SOURCES SOUGHT SYNOPSIS AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT.

rowe rowe (W-348 SN280053)

696-2206 PROGRAM OBJECTIVES AND DESCRIPTION: The Defense Ad- 1The Air Force Research Laboratory is interested in receiving proposals vanced Research Projects Agency (DARPA) is soliciting proposals for for a Cooperative Research and Development Agreement (CRDA) with novel and innovative research in terahertz technology for sensing and companies interested in incorporating parts of AFRL'S AF-GEOSpace, satellite communications. The overall goal of the program is to explore a suite of space environment specification models, in their products. terahertz technologies for higher bandwidth communications and sensing Space environment domains modeled in AF-GEOSpace include cosmic for satellite systems and upper atmosphere imagery. More specifically, rays, trapped energetic particles, magnetic fields, ionospheric electron the objective is the development and demonstration of solid-state terahertz density, and scintillation. Interested parties may respond after two sources and detectors for operation in the range

between 0.3 THz weeks of the date of publication of this offer. Direct responses to to 10 THz, mainly for space-based communications and atmospheric Janet C. Johnston, AFRLNS, 29 Randolph Rd, Hanscom AFB MA 01731sensing and potentially, short-range terrestrial and airborne communica- 3010,

Voice: 781-377-2138,

Fax: 781-377-5974, email: tions and near object analysis. Goals are to have all solid-state (a) . high detectivity detectors; (b) focal plane detection; (c) high efficiency, NA NA high power, directional sources; and (d) fully integrated semiconductor Click Here to E-mail the POC (D-348 SN279972) transmitter-receiver sub-systems. Full semiconductor based solutions are sought. Operation limits and compactness for space operations needs to be addressed. Breakthrough approaches are sought in terahertz sources and detectors, which will lead to system demonstrations in

Commander, U.S. Army Aviation and Missile Command, Acquisition potential follow-on programs. A particular successful program would

Center, Research Development and Engineering Center, Redstone demonstrate the launching and receiving of the terahertz signal. DARPA

Arsenal, AL 35898-5000 seeks innovative proposals in the following areas: 1. Terahertz sources, A_59 ELECTRONICS MODULES IMITA DETECTOR ARRAY SOL 2. Terahertz detectors, 3. Terahertz imagers, 4. Terahertz transmit/ RU9445A2D1D2 DUE 010499 POC Patsy D. Gilliam, Contract Specialist, receive links, 5. Physics and limits of operation for terahertz components, 256-842-7260, Judy D. Lundy, Contracting Officer, 256-875-1470 17. and/or 6. Materials and processing for terahertz components. Additional It is the Government's intent to acquire on a sole source basis from information on these technology areas is provided in the Areas of the H. N. Burns Corporation, the following hardware purchase for support Interest section of the BAA 99-15 Proposer Information Pamphlet ref- of the High Quantities Anti-Material Submunition (HI-QUAMS) Seeker erenced below. PROGRAM SCOPE: Awards totaling approximately $12 Science Technology Objective (STO): 1) A Prototype, Compact, 8-channel million over four years are expected to be made during the first Pulse Capture Electronics Module (PCEM) with Integrated Detector Array half of calendar year 1999. Multiple awards are anticipated. Collaborative (IDA). at The major components of the PCEM with IDA consist of efforts/teaming and cost sharing are encouraged. The technical POCs the fiber optic focal plane interface, Optical receiver card (MORF), for this effort are Li Col Gernot S. Pomrenke, fax: (703) 696-2206. and the digital range/intensity card (MARC) in a package no greater electronic mail: and Edgar Martinez, fax (703) than 2"X3"x4". The Module will include silicon APD detectors for 1.06 696-2206, electronic mail . GENERAL INFORMATION: mm wavelength, integral temperature compensation on the MORF, and Proposers must obtain a pamphlet entitled "BAA 99-15 Terahertz Tech- RS-232 and parallel date interface. (Specification sheet will be furnished nology for Sensing and Satellite Communications, Proposer Information upon request.) b) Detailed specification of the Pulse Capture electronics

Module. c) Customized PCEM Interface to meet the HI-QUAMS Seeker for space communications and imagery, the submission, evaluation, requirements. The Interface Control document (ICD) is currently being and funding processes, proposal abstract formats, proposal formats, developed and a draft will be available Dec 1999. d) All responsible and other general information. This pamphlet - may be obtained from sources may submit an offer. See Note 22, (W-348 SN279989) the World Wide Web (WWW) or by fax, electronic mail, or mail request to the administrative contact address given below. Proposals not meeting the format described in the pamphlet may not be reviewed. In order A Research and Development Potential Sources Sought to minimize unnecessary effort in proposal preparation and review, proposers are strongly encouraged to submit proposal abstracts in advance of full proposals. An original and nine 797 copies of the

Naval Surface Warfare Center, Carderock Division, Philadelphia proposal abstract must be submitted to DARPAJEJO, 3701 North Fairfax

Purchase Branch, Code 335, Bldg. 4, Philadelphia Business Center, Drive, Arlington, VA 22203-1714 (Attn: BAA 99-15) on or before 4:00 Philadelphia, PA 19112-5083 p.m., local time, Tuesday, 19 January 1999. Proposal abstracts received ALIGHT WEIGHT MID-DISTILLATE AND HEAVY FUELED ENGINES SOĽ after this time and date may not be reviewed. Upon review, DARPA 93030579 DUE 030199 POC Shirley Rowe, Contract Specialist (757)686will provide written feedback on the likelihood of a full proposal being 7366, Faith I. Ferris, Contracting Officer (301)227-3602 The Naval Surface selected and the time and date for submission of a fult proposal

, Warfare Center, Carderock, Division, Detachment Norfolk. (NSWCCD Proposers not submitting proposal abstracts must submit an original DETNOR), in Suffolk, VA is seeking information from potential sources nine (9) copies of the full proposal to DARPAJETO, 3701 North Fairfax for light weight engines operable on JP-4.JP-5, No. 1-D and No. Drive, Arlington, VA 22203-1714 (Atto.: BAA 99-15) on or before 4:00 2-D fuels available, onboard Navy ships. These engines will be installed p.m., local time, Friday, 26 February 1999, in order to be considered. in high speed combatant craft (some propelled by gasoline engines This notice, in conjunction with the BAA 99-15 Proposer Information at present) and are weight critical. The power range of interest is Pamphlet, constitutes the total. BAA. No additional information is available, 500 to 700 HP. All methods for meeting these objectives such as nor will a formal REP or other solicitation regarding this announcement developments of new or unique engine types, novel applications of be issued. Requests for the same will be disregarded. The Government materials or components, modifications of gasoline engines to make reserves the right to select for award all, some, or none of the proposals them operable on the required fuels, or fuel additives or devices allowing received. All responsible sources capable of satisfying the Government's gasoline engines to operate on the required fuels are of interest. needs may submit a proposal which shall be considered by DARPA. This request is for technical information describing the ofteror's current Historically Black Colleges and Universities (HBCUs) and Minority Institu- product of proposals for further development of production, concept, tions (Mis) are encouraged to submit proposals and join others in or demonstrator items. The submittals should consist of no more than submitting proposals; however, no portion of this BAA will be set five pages of text, supplemented by no more than three pages of aside for HBCU and Ml participation due to the impracticality of reserving tabular data and illustrations. The submitted data should include a discrete or severable areas of research in terahertz technology. All complete description of what the offeror is proposing, the current administrative correspondence and questions on this solicitation, including state of development, descriptions of demonstrations conducted to date, requests for information on how to submit a proposal abstract of specific technical data where available, and a detailed description of full proposal to this BAA, should be directed to one of the administrative proposed further development efforts. An estimate of the time required addresses below; e-mail or fax is preferred. DARPA intends to use to deliver a demonstrator item shall also be included in the submitted electronic mail and fax for correspondence regarding BAA 99-15. Proposals data. Proposals shall be submitted in triplicate to: The Naval Surface and proposal, abstracts may not be submitted by fax or e-mail: any Warfare Center, Carderock Division, Detachment Norfolk (NSWCCD $0 sent will be disregarded. DARPA encourages use of the WWW for DETNOR), Attn: Code 2302, Shirley Rowe, 116 Lake View Parkway, retrieving the Proposer loformation Pamphlet and any other related Suite 200, Suffolk, VA 23435-2698. Proposal submittals are desired information that may, subsequently be provided. EVALUATION CRITERIA: as soon as possible but will be accepted until the due date above. Evaluation of proposal abstracts and full proposals will be accomplished The purpose of this request is to determine the state of the technology through a technical review of each proposal using the following criteria, required to develop, or the availability of an engine or item meeting which are listed in descending order of relative importance: (I) overal the stated requirements and to further investigate awarding, a contract scientific and technical merit, (2)., potential contribution and relevance with one or more of the offerors for a demonstrator item for testing. tö DARPA mission, (3) plans and capability to accomplish technology HOWEVER, THIS IS A SOURCES SOUGHT SYNOPSIS AND DOES NOT COMMIT transition, (4) offeror's capabilities and related experience, and (5) THE GOVERNMENT TO AWARD A CONTRACT. ost realism. Note: cost realism will only be significant in proposals

rowe rowe__ , navy.mil which have significantly under or over-estimated the cost to complete

(W-348 SN280044) heur effort. The administrative addresses for this BAA are: Fax: (703) 351-8616 (Addressed to: DARPANETO, BAA 99-15); Electronic Mail: ; Mail

: DARPAJETO, ATTN: BAA 99-15, 3701 North Fairfax Drive, Arlington, VA 22203-1714. This announcement and the Proposer

Carderock Division, Naval Surface Warfare Center, Bethesda, MD nformation Pamphlet may be retrieved via the WWW at URL http:/

20084-5000 www.darpa.mill in the solicitations area.

ALIGHT WEIGHT MID-EISTILLATE AND HEAVY FUELED ENGINES SOL http://www.darpa.mil http://www.darpa.mil

93030579 DUE 030199 POC Shirley Rowe, Contract Specialist (127) (W-348 SN279947)

7366, Faith ( Ferris, Contracting Officer (301)2270-3602 The Naval
Surface Warfare Center, Carderock Division, Detachment Norfolk (NSWCCD
DETNOR), in Suffolk, VA is seeking information from potential sources

for light weight engines operable on JP-4, JP-5, No. 1-D and No. Air Force Research Laboratory, Hanscom Research Site, Space

2-D fuels available onboard Navy ships. These engines will be installed Hazards Branch (AFRLNSBS), 29 Randolph Rd, Hanscom AFB MA

in high speed combatant craft (some propelled by gasoline engines 01731-3010

at present) and are weight critical. The power range of interest is A-AFRL COOPERATIVE R&D AGREEMENT (CRDA) SOL AFRLASB99- 500 to 700 HP. All methods for meeting these objectives such as 11 POC MS Janet Johnston, 781-377-2138, email: johnston@plh at mil. developments of new or unique engine types novel applications of

Carderock Division, Naval Surface Warfare Center, Bethesda, MD 20084-5000 ALIGHT WEIGHT MID-DISTILLATE AND HEAVY FVELED ENGINES SOL 93030579 DUE 030199 POC Shirley Rowe, Contract Specialist (7571636 7366; Faith L. Ferris, Contracting Officer (301)227-3602 Corrected Sources Sought: The Naval Surface Warfare Center, Carderock Division, Detachment Norfolk (NSWCCD DETNOR), in Suffolk, VA is seeking information from potential sources for light weight engines operable on JP-4, 3P-5, N. 1-D and No: 2-D fuels available onboard - Navy ships. These engines will be installed in high speed combatant craft (some propelled by gasoline engines at present) and are weight critical. The power range of interest is 500 to 700 HP. All methods for meeting these objectes such as developments of new or unique engine types, novel applications of materials or components, modifications of gasoline engines to make them operable on the required fuels, or fuel additives or devices allowing li gasoline engines to operate on the required fuels are of interest This request

for technical information describing the ofteror's current product or proposals for further development of production, concept of demonstrator items. The submittals should consist of no more than five pages of text, supplemented by no more than three pages of tabular data and illustrations. The submitted data should include a complete description of what the offeror is proposing, the current state of development, descriptions of demonstrations conducted to date specific technical data where available, and a detailed description of proposed further development efforts: An estimate of the time required to deliver a demonstrator item shall also be included in the submitted data. Proposals shall be submitted in triplicate to: The Naval Surface Warfare Center, Carderock Division, Detachment Noriolk (NSWOG DETNOR). Attn: Code 2302, Shirley Rowe, 116 Lake View Parke Suite 200, Suffolk, VA 23435-2698. Proposal submittals are desired as soon as possible but will be accepted until the due date adde The purpose of this request is to determine the state of the technolog required to develop, or the availability of an engine or item mestu the stated requirements and to further investigate awarding a contract with one or more of the offerors for a demonstrator item for testing HOWEVER, THIS IS A SOURCES SOUGHT SYNOPSIS AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT.

rowe rowe . navy M (W-348 SN280060)

Battelle, Pacific Northwest National Laboratories (PNNL), P.O. Bar

999, (MSIN K3-04), Richland, WA 99352 A-COMMERCIALIZE ELECTRONIC SECURITY DEVICE SOL Gary P. Morgan DUE 010899 POC Gary B. Morgan (509) 375-2373 Pacific Nortiseest National Laboratory (PNNL), seeks interested parties to commercialize (license or otherwise) patent No. 5,097,253 for an Electronic Security Device. The invention is related to a security device having a control box containing an electronic system and a physical communications loop over which the system transmits a signal. The device is constructed so that the communications loop can extend from the control the across the boundary of a portal such as a door into a sealed enclosure into which access is restricted. The loop must be damaged or moved in order for an entry to be made into the enclosure. The device is adapted for detecting unauthorized entries into such enclosures such as rooms or containers and for recording the time at which such entries occur for later reference. Additionally, the device detects attemps to tamper or interfere with the operation of the device itself and records the time and which such events take place. In the prelered emodiment, the security device includes a microprocessor-based electrgant system and a detection module capable of registering changes in the sigal transmitted over the loop. Interested parties must contact PAN! by January 8, 1999. These submissions must be made to Gary 3 Morgan, BattellePacific Northwest Laboratory, PO Box 999 Wal Seso K5-25, Richland, WA 99352, or via facsimile 09:37 - 45


Page 10

M. Clark, Contracting Officer, at or before 4:30 p.m.(CST), December 21, 1998.!!

Click here to contact the Contracting Officer via e-mail. (W-348 SN280148)

One toll-free operator assisted alpha paging number with individual

pins/numbers for each pager. 4. Two Group pin numbers (16 pagers u in each group) with operator assisted alpha capabilities. 5. The option

to generate in-house alpha pages (computer dial up service). 6. All pagers should have an extended North East Atlantic coverage. The actual number of pagers may vary plus or minus the stated amount depending on changing requirements during the term of the contract, Any resulting contract would include an option provision to increase the number of pagers over the term of the contract by up to 50% of the above stated amount Price evaluations are based on individual amounts and options as proposed on a per pager basis. This modification also changes the established response date and time as established in the original CBD announcement to no later than 4:00 PM Eastern Standard Time (EST) January 4, 1999. (W-348 SN280130)

F Natural Resources and Conservation Services

USDA-Forest Service, Umatilla National Forest, 2517 SW, Hailey

Ave., Pendleton, OR 97801-3942 E-CONTINOUS INVENTORY AND MONITORING SOL R6-14-99-11 DUE 012799 POC Debbie Durfey (541) 278-3843 for a bid packet The Umatilla National Forest is soliciting quotes for Continous inventory and Monitoring. Remeasurement of 150 inventory plots. The inventory plots are located every 3.4 mile apart on all areas of the Umatilla National Forest, except wilderness. Desired start work date is May 15, 1999 with contract time of 120 days. Price range is between $25,000 and $100,000. If you have field questions, please contact Glenn Fischer at (541) 278-3743

ddurfey/r6pnw ddurfey/ r6pow (W-345 SN279780)

Department of Commerce, Patent and Trademark Office (PTO).

Office of Procurement, Box 6, Washington, DC, 20231 D-MAINTENANCE FOR PVCS PROCESS MANAGER SOL 195P9900412 DUE 121698 POC Henrietta Brox, Contract Specialist, Phone (703) 305

8016, Fax (703) 305-8294, Email henrietta Henrietta 其实

Brox, Contract Specialist, Phone (703) 305-8016, Fax (703) 305-8294, Email The Patent and Trademark Office (PTO) intends to award a sole source purchase order to INTERSOLV, 9420 Key West Avenue, Rockville, MD 20850 to provide maintenance for Support Net for PVCS process manager (HP-UX version 4.4.32). Qty. 100 seats. This software is proprietary to INTERSOLV. This purchase order will be negotiated using the simplified acqusition procedures. Responsible parties may submit a proposal for consideration to The Patent and Trademark Office, Attn: Henrietta V. Brox, 2011 Crystal Drive, Crystal Park 1, Suite 810, Arlington, VA 22202.

http://eps arnet gov/cgi-bin/webObjects/ EPS? ACode=P&ProjlD=195P9900412&LocID=251 Visit this URL for the latest information about this notice

Henrietta Brox (D-348 SN280135)

M FOSTER 651/290-5415 Contract Officer THOMAS H. KOOPMEINERS 651-290-5409 (Site Code DACW37) Services to be performed are for construction contract inspection and quality assurance activities associated with District construction contracts in the states of North Dakota, Minnesota, and Wisconsin, Construction activities to be inspected will include, but are not limited to, excavation, embankment construction, pipe installation, concrete and sheet pile retaining wall construction, riprap placement, roads and walkways, and construction safety. Quality assurance services will include, but are not limited to, labor interviews, accident reporting, maintenance of as-built and shop drawings coordinating and performing quality assurance testing, maintaining a submittal register, and quality assurance reporting . Interested firms must show proven construction inspection and quality assurance experience. Individuals assigned must have a minimum of 5 years of construction inspection acceptable to the Government. Inspectors shall also have a minimum of 2 years construction inspection experience on projects involving activities similar to those on a typical Corps of Engineers flood control project, e.g. earthwork and heavy construction, sheet pile shored excavation and structural concrete placement. Firms must be able to demonstrate the capacity to assign up to 2 inspectors for short durations (less than one month) and 1 inspector for extended durations (greater than 6 months), as needed. This is a requirements contract and actual work will be issued under individual delivery orders. The SIC for this procurement is 8741, size standard is $5 million average annual receipts for the preceding three fiscal years. Selection shall be based on all evaluation factors, in order of priority, 1) Technical competence and construction inspection experience of primary individuals to be assigned to the project. Minimum 5 years (2 persons), 2) Construction inspection experience of primary individuals as similar type projects (i.e. earthwork and/or heavy construction, structural concrete placement. Minimum 2 years (2 persons), 3) Construction Quality Assurance inspection experience of the firm, 4) Ability to provide qualified personnel in a timely manner, 5) Construction inspection experience of alternate individuals to be assigned to the project (1 person). Price will not be scored but will be evaluated through the use of price analysis (FAR 15-404.1). Firms that are interested may send requests in writing for a copy of the solicitation reference RFP No. DACW37-99-R-0003. The Request for Proposal will be available on or about December 30, 1998. (1-348 SN280067)

USDA-Forest Service, Umatilla National Forest, 2517 SW, Hailey

Ave., Pendleton, OR 97801-3942 FSPRING TREE PLANTING SOL R6-14-99-12 DUE 020899 POC Debbie Durtey (541) 278-3843 for a bid packet The Umatilla National Forest is soliciting quotes for tree planting estimated 1056 ac, tubing installation estimated 642 ac, and hardwood planting estimated 1400 trees located on the Heppner Ranger District (Heppner, Oregon). Desired work start date is March 29, 1999 with contract time of 37 days. An Oregon State Farm/Forest Labor License.

ddurtey/r6pnw ddurteyi (W-345 SN279784)

| Maintenance, Repair, and Rebuilding of Equipment

Directorate of Contracting, NTC, Contracting Division, P.O. BOX

105095, Fort Irwin, CA 92310-5095 F SERVICES TO PROVIDE SOIL CEMENT TO PROVIDE DUST CONTROL SOL DAKF04-99-Q-0024 DUE 122898 POC Paul Lamantini, Contract Specialist (760) 380-3843, Patricia Cuft, Contracting Officer Contractor to provide the National Training Center, Fort Irwin California 92310, services to provide and apply a concentrated dust control retardant for soil stabilization. This soliciation is initiated to obtain a performance based, firm fixed price contract, for a Base plus 4 years, using Simplified Acquisition Procedures. Contract to be issued on or about 3 March 1999. Written or EMail requests for solicitation only. FAX Number is (760) 380-3693, Attn: Paul Lamantini, Contract Specialist. No phone calls will be accepted.

(W-348 SN280098)

GSA, FTS, 819 Taylor St. (TZRE), Fort Worth, TX 76102-6105 0-SUPPORT FOR SEAGATE HOLOS SOFTWARE MODIFICATION SOL 7TF-99-0006 DUE 122198 POC Dorothy M. "Shan" Clark, 817-978

3984 170). This is a combined synopsis/solicitation for commercial the items prepared in accordance with the format in FAR Subpart 12.6,

the test program in FAR Subpart 13.5, and FAR Part 15, as supplemented with additional information included in this notice. This announcement

constitutes the only solicitation; proposals are being requested and 132 written solicitation will not be issued!! 17(ii). Solicitation Number

IT-99-0006 Request for Proposal!! 17(116). This solicitation document and incorporated provisions and clauses are those in effect through the issuance of Federal Acquisition Circular 97-8!! 17(iv). This is a full and open procurement under SIC Code 7371, Computer Programming Services!! 17(w). Requirements listed below!! 17(vi). Description: The purpose this Request for Proposal is to provide the installation, contiguration, introduction, and maintenance of Seagate software for the Air Education and Training Command's (AETC's) Decision Support

System (ADSS) environment. 17(vii). Date of delivery is negotiable. Place * of Delivery and Acceptance is: MAJ Nicole Ster mer. HQ AETCAPRI,

244 F Street, Suite 2, Randolph AFB, TX, 78150-4321. FOB destination!! 17(viii). Solicitation provision at FAR 52.212-1, Instructions to OfferorsCommercial Items (AUG 1998) is hereby incorporated by reference.!! 017(x). The Government will award a contract resulting from this solicitaortion to the responsible offeror whose offer conforming to the solicitation

will be most advantageous, representing the best value to the Government price and other factors considered. The following factors shall be used to evaluate offers: Evaluation will be based on (1) Ability to meet the requirements listed under item 17(vi) within the time frame specified and (2) Price. Factors are listed in their relative order of importance

Past performance will be evaluated as follows: Evaluation of past perform-- ance shall be based on information provided by the offeror (see below)

and any other information the Government may obtain by following

up on the information provided by the offeror and/or through other * sources (i.e., offeror's performance on previously awarded FAST delivery

orders/contracts and/or contracts with other Government entities). The

offeror must identify two Federal, state, or local government and private contracts or delivery/task orders for which the offeror has performed

work similar to the statement of work in this solicitation. References should include the most recent contracts completed within the last two years. The ofteror shall provide a point of contact, current telephone number and fax number for each contract. This list is due by the date established for receipt of proposals!!!! 17(x). Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 1998), with offer!! 17(xi). Clause 52.212-4. Contract Terms and Conditions Commercial Items (APR 1998), is hereby incorporated by reference.!! 17(xii). Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 1998), is hereby incorporated by reference. The following paragraphs apply to this solicitation

and any resultant contract (b)(3)52.219-8. (b)(7)52.22226,(b)(8)52.222-35,(b)(9)52.222-36.(b)(10)52.222-37, (b)(16)(0)52.22521.!! 17(xiii). Additional Contract Terms and Conditions applicabie to this procurement are: (0) NA (6) Type of Contract: A firm fixed-price definite quantity, definite delivery contract will be awarded. 17(xiv). The Defense priorities and Allocations Systems (DPAS) assigned rating for this procurement is unrated.!!. 17(xv). N/A!! 17(xvi). One original signed and dated offer must be submitted to GSA, FTS, ITS; 819

U.S. Army Corps of Engineers, 600 M.L. King, Jr. PI., Rm 621,

Louisville, KY 40202-2230 F-PRE-PLACED REMEDIAL ACTION CONTRACT PRIMARILY FOR THE LOUISVILLE DISTRICT MISSION BUT CAN INCLUDE MISSIONS WITH AND OUTSIDE THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES SOL DACA27-99-R-0005 DUE 011299 POC Contract Specialist, Denise Bush (502) 625-7528, Project Engineer, Gary Meden (502) 6257446 Correction: This action was originally publicized in the CBD on December 3, 1998. You are required to submit and original and two (2) copies of the Phase 1 submittal no later than 4:30 P.M. Local Time on January 12, 1999. Phase 1 submittal shall be no more than 15 pages in length. Pages will be 8.5" x 11". Under Factor (3) PROJECT EXPERIENCE, a completed project will be defined as cost reimbursable contracts and task orders that are physically complete and fixed price contracts where final payment has been made. (W-348 SN280147)

21 CONS/LGCC 700 Suffolk St Peterson AFB CO 80914-1200

POOL CHLORINATION, MAINTENANCE, AND REPAIR AT PETERSON AFB, CO SOL F05604-99-R-8006 DUE 010799 POC TSgt Budy, (719) 556-4195/Contracting Officer, Cheryl Eckert, (719) 556-7991 Solicitation for pool chlorinating, maintenance, repair, and testing services at Peterson AFB, CO, will be issued on or about 28 December 1998. The solicitation will be available at the 21 CONS home page address: http:// www.spacecom.at.miV21cons/index.htm. Government intends to procure subject requirement through other than full and open competition pursuant to U.S.C 2304(c)(1) and procedures in FAR Part 12, Acquisition of Commercial Items. The contractor shall provide all management, tools, supplies (chemicals), equipment, and labor necessary to maintain, repair, test, and chemically balance a STRANCO, Inc. Strantrol Aquazone Pool Chlorination System located in the Base Aquatics Center, Building 404. Contractor shall meet commercial standards established by industry; federal, state, and local regulatory requirements; and Air Force Occupational Safety and Health. Contractor must be factory-certified by STRANCO to perform maintenance, adjustments, checks and balances, and repairs of the STRANCO system and have remote access capability to monitor and assess system performance. Contract type will be firm-fixed-price. Anticipated basic period of performance is 1 February 1998 through30 September 1998 with four (4) one-year option periods. SIC Code is 7999; size is $3.5 million. Interested offerors meeting the requirements described above should respond by letter to the address provided in this transmission or by facsimile to (719) 556-7881 with the company name, address, telephone number, facsimile number, point-of-contact, and business size. (W-345 SN279759)

H Quality Control, Testing and Inspection Services

Department of Veterans Affairs, Network Business Contor, 5901

East Seventh Street, Bldg 149, Long Beach, CA 90822 M-INDUSTRIAL HYGIENE SERVICES SOL RFQ 691-027-99 DUE 012899 POC Joanne C. Risse, (562)961-8059 This modification hereby changes the solicitation number to RFP 600-037-99. Original submission posted in CBD on 12/8/98.***** (W-348 SN280011)

Department of Veterans Affairs, Network Business Contar, 5901

East Seventh Street, Bldg 149, Long Beach, CA 90822 HINDUSTRIAL HYGIENE SERVICES SOL RFQ 691-027-99 DUE 012899 POC Joanne C. Risse, (562)961-8059 This modification hereby changes the solicitation number to RFP 600-037-99. Original submission posted in CBD on 12/8/98. (W-348 SN280013)

Military Sealift Command, Pacific, Code N-10, 140 Sylvester Road,

San Diego, CA 92106-3521 HOWING SERVICES OF BARGE APL-62 FROM NAVAL STATION SAN DIEGO, CA TO PUGET SOUND NAVAL SHIPYARD, BREMERTON, WA SOL N32205-99-R-6027 DUE 010699 POC Jennifer Tsui, 619-553-7676; fax 619-553-7774 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N32205-99-R-6027 is issued as a request for proposal(RFP). From: Military Sealift Command, Pacific (MSCPAC). Code N10 To: Bidder's List Subject: Voyage Charter for U.S. Flag Tug Ref: (a) MSC TUGCON 93 (REV 4/93) A. MSCPAC Code N10, is requesting proposals for an U.S. Flag Tug capable of meeting the transportation requirements described below. References below apply to the box layout of Ref (a), which shall be the charter form of any contract resulting from this solicitation. By submission of an offer, offeror agrees with all terms and conditions of this solicitation, unless otherwise indicated, and warrants that the vessel is capable of towing the vessel described in box 6, below. 1. RFP: N32205-99-R-6027 (9 DEC 98) 2. Contract No.: Will be provided upon award 3. Issuing Agency: Department of the Navy (Code N32205) Military Sealift Command, Pacific Attn: Code N10 140 Sylvester Road, Bldg. 139 San Diego, CA 92106-3521 4. Address proposals to: Address indirated in box 3 5. Tug(s) required: U.S. flag tug capable of towing the ! :!18, described in box 6 below. Contractor

H. Quality Control, Testing and Inspection Services Potential Sources Sought

U.S. ARMY CORPS OF ENGINEERS, ST. PAUL DISTRICT, 190 FIFTH

STREET EAST, ST. PAUL MN 55101-1638 H-CONSTRUCTION INSPECTION SERVICES AND QUALITY ASSURANCE CO DACW27.99.R.0003 DUE 020599 POC Cantin Caucia! - ALITUNNY

Issue No. PSA-2243; Wednesday, December 16, 1998

5566. MIL-STD may be obtained from Standardization Documents. Order Desk, 40, 700 Robins Avenue, Philadelphia, PA 19111-5094, 215-6972179.

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

Send E-Mail to the POC (D-348 SN279980).

Of The Government (Fixed Price)(SEP 96) 142.2 DFARS 252.203-7001" Special Prohibition On Employment (JUN 97) 142.5 DFARS 252.2097000 Acquisition From Subcontractors Subject to On-Site Inspection Under The Intermediate-Range Nuclear Forces (Inf) Treaty (NOV 95) 142.5.1 DFARS 252.219-7003 Small, Small Disadvantaged And Women Owned Small Business Subcontracting Plan (DOD Contracts) (APR 96) 142.7 DFARS 252.219-7005 focentive for Subcontracting With Small And Small Disadvantaged Businesses, Historically Black Colleges And Universities And Minority Institutions (NOV 95) K6 FAR 52.219-01 Small Business Concern Representation (DEC 96) K12 DFARS 252.209-7001 Disclosure of Ownership OR Control By A Foreign Government that Supports Terrorism (SEP 94) 115 FAR 52.233-02 Service Of Protest (AUG 96) 17. Articles added to master solicitation: 19.1.3 FAR 52.2038 Cancellation, Rescission, And Recovery Of Funds for illegal OR Improper Activity (JAN 97) 19.1: 'FAR 52.203-10 Price OR Fee Adjustment For Illega! OR Improper Activity (JAN 97) 16 FAR 52.215-01 Instructions To Offerors - Competitive Acquisition, Contract (OCT 97) B. Section L6, FAR 52.215-1(1)(1). is changed to read "Award will be made to the responsible offeror whose technically acceptable proposal represents the lowest overall cost to the government, price and price related factors considered." C. For evaluation purposes only. One-half day (12 hours) Demurrage and Surveyor's cost will be added to the total evaluated price. D. Proposal shall at a minimum, include Subparts A-D of Part | and Section K of reference (a) fully completed. In addition to the intormation required by the boxes in reference (a) each ofter shall contain the following: 1. Lump Sum Rate, Demurrage, and Surveyor's cost as appropriate. 2. Speed Of Advance (SOA) Laden, and Detailed Itinerary. 3. Completed Representation and Certifications (Section K)

jenniter .navy.mil Click here to contact the Contracting Officer via e-mail (W-345 SN279761)

Contracts Department, P. O. Drawer 43019, MCLB, Albany, GA

31704-3019 IMAINTENANCE RENEWAL (GOLD SUPPORT) FOR E10000 HARDWARE SOL M67004-99-R-0004 DUE 020199 POC Helen J.Daughtry, Contracting Officer, Code 892, 1912)439-6741 This agency intends to enter into a contract with Suri Service Division, Sun Microsystems, Inc. for maintenance support of E10000 hardware systems at DMDC, Seaside, CA. On-site: 4 hour support along with off-site remote systém monitoring is essential. Anyone other than Sun Microsystems must show proof with their proposal that they can provide this service. (W-348 SN279886)

shall provide independent surveyor to certify the proposed tug, tow rigging, and the seaworthiness of the towed equipment. 6. Description of the tow: This is an unrestricted procurement. The associated standard industrial classification (SIC) code is 4492—Towing and Tugboat Services: Provide one tug with botlard pull of no less than 30,000 lbs or 5,000 minimum continuous shaft horsepower, with at least two (2) independent engines to tow Barge APL-62 from Naval Station San Diego, CA to Puget Sound Naval Ship Yard. Bremerton, CA. Tow departure date is between 8:00--1600 hrs, 8 Feb 99. Tow arrival date is on/about 12:00 hrs, 19 Feb 99. Barge APL-62 LOA: 360 ft: Beam: 95 ft; Draft: (F) 16 ft (A) 16 ft: Air Draft: 60 ft: Displacement: 4,597 long tons. No cargo or crew is to be onboard the barge. Government will perform all preparations for towing out to and including the founder plate. Government certifies the tow worthiness of the craft to be towed, bridle and attachments. Contractor to provide the following equipment including flooding alarm system and insurance wire; tow navigation lights; harbor assist tugs as required at both origin and destination; labor, material, and all other required support to connect and disconnect tug and tow at origin and destination, respectively. Contractor will tax daily tow situation reports (TOW SITREPS) to MSCPAC, San Diego. attention Mr. Tom Brown at fax number 619-524-9735 to commence on departure from Naval Station San Diego and continue through arrival in Puget Sound Naval Shipyard, Bremerton, WA Two (2) SITREPS will be faxed in the following format and consecutively identified by number each day: (TOW SITREPS I, TOW SITREPS 2. etc ): From: Contractor Name To: MSCPAC//N34// Subject: TOW SITREP 1. Contractor's tug name 2. TOW SITREP number 1 3. Name of towed vessel 4. Current position location (Latitude/ Longitude/Direction time/Date) 5. Speed of advance in knots per hour 6. Any problems, unusual occurrences of situations should be reported here 7. Estimated time and date of arrival at destination Point of Contact: Origin Departure: Mr. D. Osborne (619) 556-0231/0232, Fax: (619) 556-0659 Destination Arrival: Mr. George Olson (360) 476-3407, Fax: (360) 476-7266 Technical Representative Mr. Tom Brown, MSCPAC, San Diego, CA (619) 524-9652 7. Port of Departure: Naval Station San Diego, CA 8. Port of Destination: Puget Sound Naval Shipyard, Bremerton, WA 9. Laytime: 12 Hours each port SSHINC 10. Proposals Accepted Until: 13:00 hours (PST), 06 JAN 1999 11 Laydays: Commencing-8 Feb 1999 Canceling-19 Fed 1999 12. For additional information and/or solicitation offer form Subpart A-D, contact Ms. Jennifer Tsui at (619) 553-7676. Responses may be faxed to (619) 553-7774, or email to: Jennifer navy.mil 13. Account Chargeable: To be provided upon award 14. Submit invoices to See Box no. 3 15. Articles deleted from Master Solicitation: 16 FAR 52.20301 Officials Not To Benefit (APR 84) 111 FAR 52215-01 Examination Of Records By Comptroller General (APR 84) 113.1 FAR 52 215-23 Price Reduction For Detective Cost OR Pricing Data (APR 88) 113.3 FAR 52.215-25 Subcontractor Cost OR Pricing Data Moditications (APR 85) 115 FAR 52.219-13 Utilization 01 Women-Owned Small Businesses (AUG 86) 115.1 FAR 52.220-01 Preference For Labor Surplus Area Concerns (APR 84). 116 FAR 52.220-03 Utilization of Labor Surplus Area Concerns (APR 84) 123.1 FAR 52.225-13 Restrictions On Contracting with Sanctioned Persons (MAY 89) 126 FAR 52.227-08 Reporting Of Royalties (Foreign) (APR 84) 142.4 DFARS 252,204-7005 Overseas Distribution of Defense Subcontracts (AUG 88) 144 DFARS 252.225-7021 Acquisition And Use Of Excess And Near Excess Currency (DEC 67) K2 FAR 52.202-04 Contingent Fee Representation And Agreement (APR 84) K8 FAR 52.21903 Women-Owned Small Business Representation (APR 84) KILI FAR 52.223-05 Certification Regarding' A Drug-Free Workplace (MAR 89) K11.2 FAR 52.225-12 Notice Of Restrictions On Contracting with Sanctioned Persons (MAY 89) L6 FAR 52.215-09 Submission Of Offers (MAY 87) L7 FAR 52 215-10 Late Submissions. Modifications, And Withdrawals Of Proposals (DEC 89) L12 FAR 52.215-16 Contract Award (APR 85) Section M_Evaluation Factors For Award 16. Articles modified in the master solicitation: (a) the following articles are modified in the RFP: Article G12 authorization: "paragraph (a)(2) Of FAR clause 52.23225 "Prompt Payment," incorporated herein, provides a thirty-day due jate for making invoice payments by the designated payment office. Based on industry practice, Military Sealift Command (MSC) may pay 35 much as twenty days earlier than the due date specified in FAR clause 52.232-25. Notwithstanding early pay authorization, the due date for invoice payments remains as specified in FAR clause 52.23225." 15 FAR 52.202-01 Definitions (OCT 95) 19 FAR 52.203-06 Restrictions On Subcontractor Sales To The Government UUL 95) 19.1 FAR 52.20317 Anti-Kickback Procedures UUL 95) 19.1.1 FAR 52.203-12 limitation On Payments To Influence Certain Federal Transactions UUN 97) 19.1.2 AR 52.204-02 Security Requirements (AUG 96) 19.2 FAR 52.209-06 'rotecting the Government's Interest When Subcontracting with Contracors Debarred. Suspended, OR Proposed For Debarment (JUL 95) 112 AR 52 215-02 Audit And Records-Negotiation (Aug 96) 113 FAR 215O Price Reduction For Detective Cost OR Pricing Data (OCT 97) 113.2 AR 52.215-24 Subcontractor Cost OR Pricing Data (OCT 95) 113.3 AR 52 215-25 Subcontractor Cost OR Pricing Data Modifications (OCT 5) 1141 FAR 52 219-08 Utilization Of Small, Small Disadvantaged, ind Women-Owned Small Business Concerns (JUN 97) 114.2 FAR 52.219. 9 Small, Small Disadvantaged, And Women-Owned Small Business Subontracting Plan (AUG 96) 115.0 FAR 52.219-16 Liquidated Damagesubcontracting Plan (OCT 95) 117 FAR 52.222-01 Notice To The Governlent Of Labor Disputes (FEB 97) 118 FAR 52.222-03 Convict Labor AUG 96) 121,1 FAR 52.223-06 Drug Free Work Place UAN 97) 123 AR 52 225-11 Restrictions on Certain Foreign Purchases (OCT 96) 4 FAR 52.227-01 Authorization And Consent GUL 95) 125 FAR 52.2272 Notice And Assistance Regarding Patent And Copyright Intringement \UG 96) 126.1 FAR 52 229-03 Federal, State. And Local Taxes UAN 1) 127.1 FAR 52.229-06 Taxes-foreign Fixed-Price Contracts UAN 1) 129 FAR 52.232-08 Discounts For Prompt Payment (MAY 97) 133.1 AR 52.232-25 Prompt Payment (JUN 97) 134 FAR 52.233-01 Disputes OCT 95) 135 FAR 52 233-03 Protest After Award (AUG 96) 136 FAR 2.242-13 Bankruptcy (JUL 95) 137 1 FAR 52.244-01 Subcontracts (Fixed

Contracting Section USCG Aircraft Repair & Supply Center, Elizabet

City, NC 27909-5001 I-REPAIR OF HU25 AIRCRAFT COMPONENTS SOL DTCG38-99-4100017 DUE 123098 POC Denise Hall, Purchasing Agent, (252) 3356143 17. This is a combined synopsis/solicitation for commercial dems prepared in accordance with the format in FAR Subpart 126 as supermented with additional information included in this notice. THIS NOTICE IS THE ONLY SOLICITATION DOCUMENT. AVAILABLE AND A WRITTE SOLICITATION WILL NOT BE ISSUED. All references to "otters" are under stood to be "quotations". The solicitation document and incorporated provisions and clauses are those in effect through Federat Acquisition Circular 97-06. The US Coast Guard Aircraft Repair & Supply Center intends to issue a purchase order under simplified acquisition procetres for commercial items for the repair of (8) Each, Pump Stand BY Hyd., PN# F20G8041052-21. This requirement is for use on the M1:35 Falcon aircraft. Ofterors shall be able to provide necessary certificato to ensure parts are in airworthy condition, suitable for instansen on a U.S. Coast Guard aircraft. The Standard Industrial Classication is 3728 and the small business size standard is 1000 employees All responsible sources may submit an offer which will be considered This solicitation is not restricted to small businesses. The foon Federal Acquisition Regulation (FAR) provisions and clauses apply FAR 52.212-1 Instructions to Offerors-Commercial Items (Aug 1998), 522122 Evaluation-Commercial Items (Oct 1997) The following factors to descending order of importance, shall be used to evaluate ofters: Technica capability of the item to meet the Government's requirement, pro and past performance. FAR 52.212-3 Offeror Representations and Certi cations Commercial Items (Oct 1998) Ofterors shall include a cop of this provision with its offer. FAR 52.212-4 Contract Terms an Conditions Commercial Items (Apr 1998) with the following addendas. FAR 52.252-2 Clauses incorporated by Reference (Feb 1998), the text of the clause may be accessed electronically at Internet address www.deskbook. Osd Mil; FAR 52.246-2 Inspection of Supplies Faed Pre (Aug 1996), FAR 52.246-15 Certificate of Contormance (Apr 1984) st the Coast Guard required Airworthiness Certification Requirements. Eace piece of equipment shall be packaged in accordance with best commercia packaging to enable shipment to destination. Inspection and acceptinct to ensure items are in accordance with manufacturers specificado will be performed at destination. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial fees (Oct 1998), paragraphs (b)(1)-(3) and (6)-(9). Facsimile otters are acceps able and may be forwarded to (252) 335-6496. ATTENTION Vinerty Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers word. ing capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information on STLP, call (800) 532-1169, Internet address: http:/íosdouweb.de pe Note 22 applies** (W-348 SN280052)

Supship New Orleans Detachment Ingleside (SSNODI), Officer in Charge (Code 400), 125 Coral Sea Road, Trailer 13, Ingleside,

TX 78362 1-OPMA USS PELICAN (MHC-53) SOL N68958-99-R-0008 DUE 011499 POC Sonya Carero or Deidre Robicheaux, Contracts Division, (512)7765957/4535, Fax (512) 776-4194 DPMA of the USS PELICAN (MHC53). This solicitation will be issued as a Small Business Set-Aside. Contract availability period will begin 23 Mar 99 to 27 May 99. Work consists of hull mechanical, electrical, piping, and electronic installations and repairs. Relevant experience required hull repairs and installations, mechanical (epairs and electrical/electronic installations and repairs. Work is to be performed at the Contractor's Facility, Ingleside, Texas., Solicitation will be issued on or about 14 Dec 98. Sources who currently, hold an Agreement for Boat Repair(ABR) prior to award, may submit an offer which shall be considered by the agency. Firms which do not possess an ABR are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of its ABR application and to execute the ABR without impacting the vessel's availability dates

http://www.sshodit.com/CONTRACTS/400HOME.HTM Click here to download the specifications and the solicitation from the SSNODI web site

Carero, Sonya@ha. navse a navy.mil Click here to contact the contract specialist via e-mail (W-348 SN279901)

Drug Enforcement Administration, 2300 Horizon Road, Fart Worth
TX 76177

SOURCES SOUGHT FOR ONE (1) ALLISON 250-C2OF ENGINE. Sa 0002-FY99 DUE 122298 POC Donna Neyestanki #817-837-2168 ** 817-837-2281 Raytheon Aerospace Support Services is seeking qua fred bidders to provide pricing and availability on one (1) Allison engine 250-c20F in accordance with FA.R. clause 52-212-2,52-212-3 and the 212-4. This engine must be in compliance with FAA regulators All responsible sources interested should submit a written recues an company letterhead by fax to the attention of Donna Neyestank al 817-837-2281. (W-348 SN280059)

Vys
SA-ALC/Contracting Directorate/SA-ALCALAK; 485 Quinten Roosevelt Road, Suite 12: Kelly AFB, TX 78241-6419

REPAIR OF C-5 ITEMS (MISC) (REVISION TO SOLICITATION F4160898-R-54554) SOL F41608-99-R-0044 DUE 012599 POC Ida M. Ramirez, SA-ALC/LAK, 210-925-5434, FAX 210-925-8812 The solicitation number is changed from F41608-98-R-54554 to F41608-99-R-0044. The solicitation has changed for a sole source acquisition to a competitive acquisition The number of line items has decreased and 1.0. numbers have been corrected. The Government plans to award a three (3) year Requirements Contract for the essential repair, calibration and functional test as necessary to restore the following items to serviceable condition: 661000-018-0683LH, Vertical Indicator. SLP $73,830. 14, T.O. 5F5-4-20-2; MIL-STD-12,-15.-16: 578-2-52-3/4. P/N. 1880843-2A, Est Repair Hours: 227.17, BEQ for each year 40 each, 6610-00-106-3401LH Position Indicator, SLP $3,497.73. 10. 578-17-14-3, P/N 1497782-001, Est Repair Hours: 26.91. BEQ for each year 8 each. 6610-00-169-1601LH, Attitude Director indicator, SLP $42.480.51, 1.0. 5N8-5-15-3/4/-3S-2, P/N 1897690-4. Est Repair Hours: 228.74, BEQ for each year 192 each, 6610-00-811-5091CM, Rudder Trim Pos Ind, SLP $3.30220. T.05F817-12-3 (IPB include in -3). P/N 27934C23B14A4 Est Repair Hours: 25.4. BEQ for each year 4 each, 6610-00-856-3957LH. Aileron Trim Position Indicator, SLP $2.035.80 1.0 5F8-17-13-3 (IPB included in -3), P/N 1497806-001. Est Repair Hours: 15.66. BEQ for each year 8 each, 6610-01-208-86391H, Position Indicator, Nose Gear, SLP $2,064 98, TO. 3929321-9001, Est Repair Hours. 1588, BEQ for each

FISC Nortolk Aca Group, Hampton Roads Detachment, 1968 Silbert St., Suite 600, Norfolk, VA 23511-3392

-RENOVATION OF VARIOUS SPACES ONBOARD THE USS KEARSARGE (CHD-3) SOL N00189-99-R-H0005 POC J. Smithey, Contracting Office (757) 444-2385 The proposed acquisition is for the renovation of varius spaces onboard the USS Kearsarge (PD-3) at Norfolk Nava Base Items to be renovated include but not limited to wall covering carpet chairs, etc. For a Cody of the solicitation please submit reques: to Fleet and Industrial Supply Center, Norfolk Acquisition Group, Hampton Roads Detachment, 1968 Gilbert Street, Suite 600, Nortolk, VA 235113392, Attn: Bid Clerk. Fax requests may be submitted to 1757) 4421424. Attn: Bid Clerk. This procurement is 100% Set - Aside to Sraa Business, Numbered note 1 and 26 apply. (W-348 SN280075)

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth

City, NC 27909-5001 HREPAIR OF FALCON AIRCRAFT COMPONENTS SOL OTCG38 90-4. 100016 DUE 123098 POC Denise Hall, Purchasing Agent (252) 335 6143 17. This is a combined synopsis/solicitation for commercial 25 prepared in accordance with the format in FAR Subpart 126 25 senede mented with additional information included in this notice. THIS NIE

Wire Content CROAI CAD $240

Issue No. PSA-2243; Wednesday, December 16, 1998

of its ABR application and to execute the ABR without impacting the vessel's availability dates.

http://www.ssnodi.com/CONTRACTS/400HOME.HTM Click here to download the specifications and the solicitation from the SSNODI web site

Moehrke Laura Click here to contact the contract specialist via e-mail (W-348 SN280137)

effort. This synopsis is for information purposes only. See Note 22. NAVAIR Synopsis No. 20027-99.

dennisas.jtk@navair,navy.mil (W-348 SN280105)

M Operation of Government-Owned Facilities

SOLICITATION WILL NOT BE ISSUED. All references to "offers" are understood to be "quotations". The solicitation document and incorporated provisions and clauses are those in ettect through Federal Acquisition Circular 97-06. The US Coast Guard Aircraft Repair & Supply Center

intends to issue a purchase order under simplified acquisition procedures t for commercial items for the repair of (14) Each, Pressure Transmitters,

PN# 1-1118ZG and (30) Pressure Transmitters, PN# 1-1118ZF. These components are for use on the HU25 Falcon aircraft. Otterors shall be able to provide necessary certification to ensure parts are in airworthy condition, suitable for installation on a U.S. Coast Guard aircraft. The Standard Industrial Classification is 3728 and the small business size

standard is 1000 employees. All responsible sources may submit an 5! ofter which will be considered. This solicitation is not restricted to ze small businesses. The following Federal Acquisition Regulation (FAR)

*1 provisions and clauses apply: FAR 52.212-1 Instructions to Offerors3. Commercial Items (Aug 1998); 52.212-2 Evaluation-Commercial Items It (Oct 1997) The following factors, in descending order of importance, I shall be used to evaluate offers: Technical capability of the item 13 to meet the Government's requirement, price and past performance.

FAR 52.212-3 Otteror Representations and Certifications Commercial v Items (Oct 1998) Offerors shall include a copy of this provision with 2. its offer. FAR 52.212-4 Contract Terms and Conditions Commercial 2 items (Apr 1998) with the following addendas: FAR 52.252-2 Clauses Et Incorporated by Reference (Feb 1998), the full text of the clause may -! be accessed electronically at Internet address www.deskbook.Osd. Mit;

FAR 52.246-2 Inspection of Supplies Fixed Price (Aug 1996), FAR 52.24615 Certificate of Conformance (Apr 1984) and the Coast Guard required Airworthiness Certification Requirements. Each piece of equipment shall be packaged in accordance with best commercial packaging to enable shipment to destination. Inspection and acceptance to ensure items are in accordance with manufacturers specifications will be performed at destination. FAR 52.212-5, Contract Terms and Conditions to implement Statutes or Executive Orders Commercial Items (Oct 1998), paragraphs (b)(1)-(3) and (6)-(9). Facsimile offers are acceptable and may be forwarded to (252) 335-6496. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation

(DOT), Short-Term Lending Program (STLP) offers working capital financing e: in the form of lines of credit to finance accounts receivable for transpor

tation related contracts. Maximum line of credit is $500,000 with interest
at the prime rate. For further information on STLP, call (800) 532- 1169, Internet address: http://osobuweb.dot.gov. Note 22 applies (W-348 SN280084)

U. S. Department of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City,

Missouri 64106 REPAIR OF 756-4-14 AIRCRAFT ENGINE SOL NAAN6000904105SKS DUE 010899 POC Sharon Scrutchfield 816-426-7267 ext. 231 The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC) intends to overbaul/repair a T56-A-14 engine, serial number OTH8546. The engine is from the WP-3D aircraft N43RF, #3 position. The contractor will provide parts, special tools, and labor to open the engine hot section. The contractor shall inspect the hot section and other portions of the engine the contractor deems necessary to ensure the damage was not caused by something upstream of the hot section. The contractor will provide the Government with a detailed tear-down report of their findings within 1 calendar days after receipt of the engine. The report will provide a breakout of the cost of parts and man-hours to repair the hot section damage and any other deficiencies indicated by the tear-down, complete a 300 'hour inspection, (including the removal and replacement of the fuel spray nozzles) change all of the QECA dynatocal mounts and remove and replace the thermocouple harness. The Dynafocal mounts and thermocouple harness will be provided by AOC AOC will ship the engine to the contractor's facility for the tear-down and inspection. Return transportation of the engine will be by ground transportation with the Commercial Bill of Lading stating: "convert to Government Bill of Lading at destination." After reviewing the tear-down report, the Government will determine whether the Government will overhaul/repair the engine. The contractor must have an FAA Repair Station Certificate covering this engine type and be insured for $1,500,000 for the time the engine is at the facility. If the Government decides to overhaul/repair the engine, the contractor shall provide the proper documentation (FAA 8130 or equivalent and FAA 337 if required) upon completion of the overhaul/repair, returning the engine to service. The overhaul must be completed no later than February 12, 1999. This acquisition is not set-aside for small businesses. Standard Industrial Classification Code 7699 applies. The solicitation will be issued on or around December 30, 1998. Requests for the solicitation may be faxed to (816) 426-7530. All responsible sources may submit an offer which will be considered by the Agency. (W-348 SN280156)

U. S. Department of Energy, Oak Ridge Operations Office, P. O.

Box 2001, Oak Ridge, Tennessee 37831 M- MANAGEMENT AND OPERATION OF THE OAK RIDGE NATIONAL LABORATORY SOL DE-RPO5-990R22725. POC Mary Lou Crow, Contract Specialist, 423-241-1646 In order to provide an opportunity for public input, the U. S. Department of Energy's (DOE), Oak Ridge Operations Office (ORO), is issuing a Draft Request for Proposals (RFP) for management and operation of DOE's Oak Ridge National Laboratory (ORNL) located in Oak Ridge, TN. ORNL is one of the nation's largest energy research and development, multi-program facilities. Its mission is to conduct basic and applied R&D to advance the nation's energy resources, environmental quality, and scientific knowledge. The Lockheed Martin Corporation and its predecessor company, Martin Marietta, have been responsible for the management and operation of ORNL since April 1984. The current contract with Lockheed Martin Energy Research Cor: poration, which has a value of approximately $500 million per year, will expire on March 31, 2000. The purpose of the draft solicitation is to provide for the exchange of information prior to release of the final solicitation, which is planned for March 1999. The contract is expected to be awarded in December 1999. There will be a 2-month contract transition period with the selected contractor becoming responsible for the work on April 1, 2000. The draft RFP, as well as additional information related to this procurement effort, is available on the World Wide Web' at http://www.oro.doe.gov/orniseb. Comments must be received by January 20, 1999, in order to ensure that they are given consideration in the final solicitation.

http://www.oro.doe.gov/orntseb Click here to download a copy of the RFP

Click here to contact the source selection team via e-mail. (W-348 SN279921)

N Installation of Equipment

K Modification of Equipment

Marine Corps Regional Contracting Office, Northeast Region, 2010 Henderson Road, Marine Corps Base, Quantico, Virginia 22134-

5045 H MAINTENANCE SERVICES SOL M0026499T0446 DUE 010899 POC Janey Hunter Ross 703-784-2523 The Marine Corps Base, Quantico, Viriginia, has a requirement for providing preventive maintenance service and on-call repairs to the MWR Division Physical Fitness locations in accordance with Statement of Work. Specific equipment and locations will be provided in the Request for Quotes (RFQ). It is anticipated that the RFQ will be issued 29 Dec 1998. Only written or telefaxed (703)784-5908 requests for the RFQ package will be accepted. All responsible souces will be considered. (W-348 SN280086)

Department of Veteran Attairs, VISN 1, VA New England Healthcare,

Veterans Hospital, 200 Springs Road, Bedford, Massachusetts N-INSTALL CENTRAL AIR CONDITIONING SYSTEM BUILDING 78 SOL IFB 518-03-99 DUE 013099 POC John Guregian, Contracting Officer (90C) To provide all labor, materials, tools, equipment, and supervision necessary to install a Central Air Conditioning System to the first floor of Building 78 at this Department of Veteran Affairs, VISN 1, VA New England Healthcare System, ENRM Veterans Hospital, 200 Springs Road, Bedford, Massachusetts 01730. Work includes but is not limited to the following: Furnish and install a new 75 ton roof top mechanical A/C unit, new exterior and interior ductwork, relocation of existing utilities to install the ductwork, electrical power supply, asbestos abatement, and all associated testing and balancing will be required. All work will be coordinated in phases to allow for continued hospital operations. All work shall be in strict accordance with contract drawings and specifications. The cost range for this project is between $500,000 to $1,000,000. The Standard Industrial Classification Code for this procurement is 1711. This solicitation will be issued on December 31, 1999. Interested bidders must submit a request in writting for plans and specifications accompanied by a non-refundable certified check, money order, or cashiers check in the amount of $50.00 made payable to the Department of Veteran Affairs, Agent Cashier. Bid opening will be on January 30, 1999 at 2:00PM Local Time (EST) in Building 80 Room B007d. (1-348 SN279940)

Commander, Naval Air Systems Command (Code 2.3), Patuxent

Naval Air Station, Bldg 2272, Lexington Park, MD 20670 KMODIFICATION OF COMMUNICATIONS CONTROL GROUP ITEMS FOR THE S-3B VIKING SOL N00019-99-R-1128 DUE 011499 POC Kent Munro, Air-2.3.2.1.3, (301) 757-5245 The Government intends to award on a sole-source basis to Litton Guidance & Control Systems, 5500 Canoga Avenue, Woodland Hills, CA 91367-6698 contract N00019-99-C-1128, which calls for modification of nine (9) Communication Control Group (CCG) units for the S-3B Viking Naval aircraft as well as Environmental Stress Screening and Qualification Testing of CCG units. It has been determined by the Naval Air Systems Command that only Litton Guidance & Control Systems possesses the capability to both meet critical schedule milestones within the Communications Improvement Program and perform full qualification testing on the CCG units. Therefore, it is in the Government's best interest to award sole-source to Litton Guidance & Control Systems and is done so under FAR 6.302-1: Only one responsible source and no other supplies or services will satisfy agency requirements. Any companies desiring to express their capability to perform the above requirements may do so in writing to: NAVAIRSYSCOM, Attn: Mr. Kent Munro, Bldg 2272/Suite 155, AIR-2.3.2.1.3, 47123 Buse Road, Unit #IPT, Patuxent River, MD 20670-1547 or facsimile (301) 757-5230/ 5284 or email

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth
City, NC 27909-5001

REPAIR OF HU25 AIRCRAFT ENGINE COMPONENTS SOL DTCG3899-Q-100015 DUE 123098 POC Denise Hall, ' (252) 335-6143 17. The U.S. Coat Guard Aircraft Repair & Supply Center intends to issue a purchase order under Simplified Acquisition Procedures to Allied Signal Inc. of Phoenix AZ, the Original Equipment Manufacturer (OEM), for the repair of (4) Each, Rotor Assy, HP Turbine, P/N# 3001766-14 used on the U.S. Coast Guard HU25 aircraft. The Coast Guard does not own nor can it provide the proprietary specification data for this equipment. The Standard Industrial Classification (SIC) code for this acquisition is 3724 and the size standard is 1000 employees. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT) Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500.000 with interest at the prime rate. For more information, call 800-532-1169 or Internet address http:// osdbuweb.dot.gov. Notes 22 and 26 apply***** (W-348 SN280090)

Department of Veterans Affairs, YA Roseburg Healthcare System (653/900/90C), 913 NW Garden Valley Blvd, Roseburg, OR 97470

6513 RADIATION ONCOLOGY SERVICES SOL_653-06-99 DUE 011599 POC Brian Thomas (541) 440-1331 Contractor to provide Radiation Oncology Services at the contracotr's facility. Contractor facility must be within 30 miles radius of the Roseburg VA Medical Center. The applicable sic is 8011. This is a commerical procurement using 38 USC 8153. Solicitation packages will be ready after 12/17/98. Requests for solicitation packages must be in writing on a company letterhead and can be faxed to Brian Thomas at (541) 440-1276 or mailed to Brian Thomas 913 NW Garedn Valley BLVD., Roseburg OR 97470. Proposals are due no later than 2:00 p.m. local time on 1/15/99. (W-345 SN279770)

Supship New Orleans Detachment Ingleside (SSNODI), Officer in Charge (Code 400), 125 Coral Sea Road, Trailer 13, Ingleside,

TX 78362 IPMA OF USS OSPREY (MHC-51) SOL N68958-99-R-0009 DUE 011199 POC Laura Moehrke, Tel (512) 776-5949 or Fax (512) 776-4194 Phased Maintenance Availability (PMA) of USS OSPREY (MHC-51). Contract period 8 Mar 99 and 12 May 99. Work consists of hull, mechanical, electrical, piping, and electronic repairs. Relevant experience required: hull repairs and installations, mechanical repairs and electrical/electronic installations and repairs. Work is to be performed at the Contractor's Facility, Ingleside, Texas. Solicitation will be issued on or about 11 Dec 98. Sources who currently hold an agreement for Boat Repair (ABR) prior to award, may submit an offer which shall be considered by ine agency. Firms which do not possess an ABR are ineligible for award

Commander, Naval Air Systems Command (Code 2.2), 47123 Buse Road, Bldg 2272, Patuxent River, MD 20670-1547

- FOREIGN MILITARY SALES (FMS) F/A-18 WTT CONTRACTOR LOGISTICS SUPPORT FOR KUWAIT SOL NA POC Contact: Andrew S. Dennis, (301) 757-7101 Foreign Military Sales (FMS) WTT Contractor Logistics Support for Kuwait. The Naval Air Systems Command intends to negotiate with McDonnell Douglas Corporation, a wholly owned subsidiary of The Boeing Company, P.O. Box 516. St. Louis, MO 63166-0516, for procurement of Contractor Logistics Support for Kuwait requirements, for the F1 A-18 Weapons Tactics Trainer (WIT). As the developer, designer and sole manufacturer of the F/A-18 Aircraft, McDonnell Douglas, is the only firm with the requisite skills, knowledge of the F/A-18 system design and equipment integration necessary to satisty the Government requirements. Fur hermore, by internatinal agreement, McDonnell Doug

Issue No. PSA-2243; Wednesday, December 16, 1998

certified in Dental Radiology and have a current certification in Basic Life Support by the American Red Cross or American Heart Association The issue date for this solicitation is December 17, 1998 and the bid opening date is January 1, 1999 at 10:00 am Central Standard Time. The bid opening will be held at the VA Medical Center, 1601 Perdido Street, Building 2. Room 407, New Orleans, LA 70112. All requests for bid documents must be submitted in writing to the Contracting Officer. (W-348 SN279917)

more than 15 patients a week and perform minor surgical procedures. The VA will schedule all appointments and the practitioner will remain on site until all scheduled appointments are seen. During the remaining clinic time, the practitioner will see in-house consults, evaluate addon cases, complete necessary medical record documentation, etc. Interested parties are to fax their request for the solicitation package to Jolette Cole no later than 12/23/98. The solicitation will be issued 12/24/98. Proposals will be due COB 1/8/99. Solicitation will be issued on a first come, first-served basis until supply is exhausted. Twenty sets of the solicitation will be available. This procurement is estimated between $25,000 and $100,000. SIC code is 8049. (-348 SN280112)

price, when combined, are approximately equal to cost or price. Responders should provide: Written description of theories/philosophies that guide your work as an organizational development/effectiveness pretessen (2-page max.); description of recent feedback projects (provide same of client, your role, duration, contact person, phone number). Indicato it EPA is authorize to contact this client; Fee structure in terms of $/hour; Resumes of specific consultants who would be assigned to this project; Federal employer identification number and Uniform Business Identifier. Please contact Kathy Mejia (206/553-2579) ar Julie Bowen (206/553-1016) to obtain full text SOW and additional background intormation attachments. The full text SOW may also be requested by EMAIL to mejia. .

, ligi here to contact the contracting officer or project officer via e-mail (W-345 SN279783)

Department of Veterans Affairs, VA Medical Center (631/90C),

421 North Main Street, Loods, MA 01053-9714 ECHOCARDIOGRAPHY SERVICES SOL 631-3-99 POC Karen Voight 413-582-3094 The above referenced solicitation for Echocardiography Services is hereby canceled in its entirety. (W-348 SN279932)

R Professional, Administrative and Management Support Services

Dir. of Contracting Walter Rood Army Modical Center, ATTN: MCHL

Bldg. T-20, 6825 16th Street NW, Washington, DC 20307-5000 PODIATRY SERVICES SOL DADA 1599-0-0039 DUE 012299 POC Kim Miles, Contract Specialist, (202) 782-1290. The contractor shall provide medical and surgical podiatry services for Dewitt Army Medical Center, Ft. Belvoir, Virginia. Services shall be for a base year and four options years. The anticipated date of Release for this requirement is December 22, 1998. Interested sources are requested to submit a written request to the address as indicated above or FAX to (202) 782-8247. No telephone request for a solicitation package will be accepted. (M-348 SN280021)

Office of the DC Chief Financial Officer, Attn: MSC-Procurement, 441 4th Street Judiciary Square, Room 440-South, Washington,

DC 20001 R-DATE ESTENSION FOR INVESTMENT CUSTODIAL SERVICES SOL CFOFT-99-R-002 DUE 121698 POC AL Rosier, Manager, Banking Relations (202) 727-6055 The Office of Finance and Treasury (OFT) of the Office of the Chi Financial Officer (OCFO) of the District of Columbia (District) is soliciting proposals in response to the RFP NO: CFOFT-99-R-002 for a service contract for the establishment and operation of Investment Custody services. The submission date has been extended from December 14, 1998 to December 16, 1998. All request for a copy of the RFP can be sent to the following address: Office of Finance and Treasury. 441 4th ST., NW, 360N, Washington, DC 20001. Offers are due close of business, December 16, 1998. For further information, please contact AL Rosier, Office of Finance and Treasury, (202) 727-6055. (W-345 SN279757)

Detense Finance and Accounting Service (ICO), Crystal Mall 3,

Room 416, 1931 Jefferson Davis Hwy. Arlington, VA 22240-5291 R-CIVILIAN PAYROLL OPERATIONSI! SOL MDA220-99-R-6000 FOC Mr. James S. Lee, Contracting - Officer and Mr. Ken Arena, Cortist Specialist at (703) 602-9226!! In accordance with FAR 5.205(e), this announcement is the third and final notice of this requirement. The Defense Finance and Accounting Service (DFAS) has the following #snouncement: Interested sources are sought to perform payroll services in support of the Department of Defense Civilian Payroll Operation currently performed in Denver, CO; Charleston, SC; and Pensacola R The contractor shall provide the full range of services necessary to pay the civilian employee. These services include personnel, systemets data processing support for system operations, a communications network and the necessary facilities. This procurement will be conducted part of a cost comparison under the commercial activity OMB Circular A-76 guidelines. A release of the dratt solicitation is anticipated to January 1999. A combination Fixed Price/Cost Plus Fixed Fee, Indetinde Delivery indefinite Quantity type contract is anticipated. The period of performance will be a base year and four one-year options plus 2 option to extend the contract for six months in accordance with FAR 52.217-8, Option to extend Services. This requirement will be compete as an unrestricted procurement. The solicitation will be issued via CD-ROM. To receive a copy of the solicitation, submit a written request to the above address, Attn: Ken Arena or via facsimile (703) 6028773. See Note 26. (W-348 SN279877)

Atlanta Job Corps Center, 238 West Lake Ave., NW, Atlanta, Georgia

30314 MEDICAL LABORATORY TESTING SOL RFP-1061 DUE 121498 POC Shirley Marley, Contact Buyer, (404) 794-9512. Request for Proposal (RFP) for Medical laboratory testing services to students of the Atlanta Job Corps Center, RFP for testing will be available approximately January 8, 1999 for issue in response to written request. Contract will cover the period February 1, 1999 through November 30, 1999. Proposal response to this RFP will be due no later than 4:00 p.m. (EST) on January 19, 1999 at the address listed above. (M-348 SN280029)

CDR, HCAA, PACIFIC REGIONAL CONTRACTING, OFFICE, ATTN: MCAA

PC, 160 KRUKOWSKI RD BLDG 160. HONOLULU, HI 96859-5000 HURSE PRACTITIONERS SOL DADA16-99-R-0001 DUE 010499 POC Contract Specialist Karen Lee Ph (808) 433-7008 Fx (808) 433-7010 (Site Code DADA 16) Pacific Regional Contracting Office, at Tripler Army Medical Center (TAMC), Hawaii has a requirement for four (4) certified full-time OB/GYN Nurse Practitioners for Department of Obstetrics/Gynecology and one (1) certified full-time Pediatric Nurse Practitioners for Department of Pediatrics and Well Baby Clinic, TAMC. The OB/GYN Nurse Practitioner will be responsible for planning and developing protocols, practices and approaches required to provide care for routine obstetrical patients and well women presenting for non-surgical gynecological care. The Pediatric Nurse Practitioner will be responsible for planning, developing methods, practices and approaches for family and child health care and scope of practice includes activities in outpatient clinic. The Government anticipates non-personal service, firm fixedprice contract, base period with four one-year options. The proposed solicitation is 100% set-aside for small business. The SIC code for this acquisition is 8049 with size standard of $ 5 million. RFP DADA 1699-R-0001 to be issued o/a 4 Jan 99 and to close o/a 4 Feb 99. All responsible concerns that can meet the solicitation requirements are encouraged to submit an offer which will be considered. (1-348 SN280064)

U.S. Dept. Of HUD, Otc. of Procurement & Contracts, Admin. Support Div. (ARCA), 451 7th St., SW Rm. 5266, Washington, DC 204103000 R - HOME EQUITY CONVERSION LOANS SOL HECM DUE 122898 POC Catherine Pinkney. Purchasing Agent, (202) 708-1772 EXT. 7125 (F) (202) 708-2933 The Department of Housing and Urban Development (HUD) plans to issue a Request for Quotations (RFQ), under the Simplified Acquisition procedures for services of a contractor for the servicing of Secretary-held Home Equity Conversion Loans. A formal RFQ will be issued on or about December 28, 1998. The period of performance will be from date of award through September 30, 1998. All request for the RFQ shall be faxed to Catherine Pinkney on (202)708-2933, no telephone request will be accepted. HUD posts all required notices of its contracting opportunities on its Internet Home Page Contracting Opportunities site at http://www.hud.gov/cts/ctsoprty.html. Potential offerors who download copies of solicitations from HUD's Home Page will not automatically receive any amendments to those solicitations. You are advised to check back frequently to see if HUD has issued any amendments to solicitations you have obtained. All amendments will be posted on and may be downloaded for HUD's Home Page Contracting Page Opportunities site.

http://www.hud.gov/cts/ctsoprty.html Click here to download the Request from the HUD Contracting Opportunities Web Page.

Catherine B. Click here to contact Catherine B. Pinkney (W-345 SN279765)

Detense Finance and Accounting Service (ICO), Crystal Wall 3,

Room 416, 1931 Jefferson Davis Hwy, Arlington, VA 22240-5291 R-MILITARY RETIRED & ANNUITANT PAYROLL OPERATIONS!! SOL MDA220-99-R-6001 POC Mr. James S. Lee, Contracting Officer and Mr. Ken Arena, Contract Specialist at (703) 602-9226. In accordance with FAR 5.205(e), this announcement is the third and final netice of this requirement. The Defense Finance and Accounting Service DFAS has the following announcement: Interested sources are sought to partyn payroll services in support of the Department of Defense Military Retro & Annuitant Payroll operations currently performed in Denver, CO and Cleveland, OH. The contractor shall provide the full range of services necessary to pay the military retiree or the annuitant. These services include personnel, systems(s), data processing support for system oper ations, a communications network and the necessary facilities. The procurement will be conducted as part of a cost comparison under the commercial activity OMB Circular A-76 guidelines. A release the draft solicitation is anticipated for January 1999. A combinatie Fixed Price/Cost Plus Fixed Fee, Indefinite Delivery/Indefinite Quarto type contract is anticipated. The period of performance will be a base year and four one-year options plus an option to extend the contact for six months in accordance with FAR 52.217 8. Option to Extend Services. This requirement will be competed as an unrestricted proce ment. The solicitation will be issued via CD-ROM. To receive a copy of the solicitation, submit a written request to the above address Attn: Ken Arena or via facsimile (703) 602-8773. See Note 26 it 348 SN279878)

Medical Services-Potential Sources Sought

Contracting Officer, 1601 Bronner Ave., Salisbury, NC 28144 COMMERCIAL ITEMENT SERVICES SOL IFB 659-4-99 DUE 010899 POC Jolette Cole This is a commercial item solicitation for the procurement of Otolaryngology (ENT) services for the period approximately 1/10/ 99 through 9/30/99. The contractor will provide a board-certified ENT practitioner to conduct one-halt day clinics, once a week to see no more than 15 patients a week and perform minor surgical procedures. The VA will schedule all appointments and the practitioner will remain on site until all scheduled appointments are seen. During the remaining clinic time, the practitioner will see in-house consults, evaluate addon cases, complete necessary medical record documentation, etc. Interested parties are to fax their request for the solicitation package to Jolette Cole no later than 12/23/98. The solicitation will be issued 12/24/98. Proposals will be due COB 1/8/99, Solicitation will be issued on a first come, first-served basis until supply is exhausted. Twenty sets of the solicitation will be available. This procurement is estimated between $25,000 and $100,000. SIC code is 8049. (1-348 SN279943)

Region 10, Environmental Protection Agency, Office of Management

Programs, Acquisition Team, 1200 6th Avenue, Seattle, WA 98101 R-FACILITATION SERVICES SOL RFQ-WA-99-00003 DUE 123198 POC Kathy Mejia, 206/553-2579, Julie Bowen, 206/553-1016, Lily Savic, 206/ 553-1275. Joanne Shea, 206/553-0310 This is a combined synopsis/ solicitation for commercial services prepared IAW the format on Subpart 12.6, as supplemented with additional info. included in this notice. This announcement constitutes the only CBD solicitation. Proposals are being requested and must be received by COB 12/31/98. This is a 100% small business set-aside. This procurement is for facilitation services as follows: Up to 5 external contract facilitators will work with EPA internal facilitators to form a Supervisory Feedback Facilitator Cadre. EPA developed and administered a written survey for all employees which will be used as the basis for a facilitated meeting between staff and supervisor. Each facilitator may work with 4-6 supervisors and their direct reports (clients). Services are defined as follows: Phase 1: Kick Off Meeting. 1/19/99, 12:30p.m.-4:30p.m., 1200 Sixth Avenue, Seattle WA 98101 IF YOU ARE UNAVAILABLE FOR THESE DATES AND TIMES, YOU WILL NOT BE CONSIDERED RESPONSIVE; Open House Introduction Sessions (6 hours)where 2 three-hour sessions will allow facilitators to meet and talk w/supervisors and their planning team, 1/21/99 1:00P.M.3:00P.M. AND 1/28/99 9:00AM-12:00P M. IF YOU ARE UNAVAILABLE FOR THESE DATES AND TIMES, YOU WILL NOT BE CONSIDERED RESPONSIVE; Phase II: Facilitated Feedback meetings (8 to 10 hours per feedback meeting per client), Phase IH; Facilitator Cadre Check-In Meetings (9 hours), Closeout Meeting (2 hours). The project will start 1/1/99 and finish on 4/30/99. The majority of meetings will be in the Seattle area. One each may be held in Anchorage, AK Boise, ID. Portland, OR, Lacey, WA and Hanford, WA. EPA will reimburse travel expenses TAW Federal Travel Regulations only from the Seattle area to the remote locations and return. NO travel expenses are authorized to the Seattle area. EPA will provide meeting space, supplies, and reciprocal agreement forms. Each facilitator vill dinate directly with the EPA client to schedule planning

n criteria: Education, Expe

VAMC, 1500 Weiss St., Saginaw, MI 48602 R-HOMEMAKER/HOME HEALTH CARE SERVICES SOL 655-11-99 DUE 012899 POC Marsden, Charles, 517-792-2390, ext3074 Provide home maker/home health care services for Veterans living in the courtes of the middle and northern portion of Michigan's Lower Peninsula counties). Services to include: ADL (Activities of Daily Living) ADL (Instrumental Activities of daily living); Homemaker Services and Home Health Aide Services. Contract will cover base year and three cation years subject to availability of funds. Request for solicitation must be in writing. Fax requests will not be honored. Solicitations will be issued o/a 12/28/98.

Marsden, Charles@Saginaw VA SAGINAW.VA.GOV (W-348 SN279881)

Contracting Officer, 1601 Brenner Ave., Salisbury, NC 28144 COMMERCIAL ITEMENT SERVICES SOL {FB 659-4-99 DUE 010899 POC Jolette Cole This is a commercial item solicitation for the procurement of Otolaryngology (ENT) services for the period approximately 1/10/ 99 through 9/30/99. The contractor will providlo a hoard-certified ENT

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

Suite 12; Kelly AFB, TX 78241-6418 R_SOLE SOURCE FOR AFATS PROGRAM TEST PROGRAM SETS SAL F41608-99-R-52404 DUE 020199 POC The Point of contact us Louis Cornell. LDKAB, Phone: 210-925-6380, FAX: 210-925-0412. tył mil Requirement is to produce Test Pregtin Sets (TPSs), including both hardware and software tor the Advanced

practitioner to conduct one half day clinire ve

R Professional, Administrative and Management Support Services Potential Sources Sought

Operational Modeling Planning and Simulation Strategy (COMPASS), Area Air Defense Commander (AADC), Maritime Battle Center (MBC), Automated Digital Network System (ADNS), and Intelligence, Surveillance and Reconnaissance Planning Systems. An unrestricted Request for Proposal (RFP) is planned for a five year '(1 year base period with four one year options) indefinite delivery contract with a cost plus fixed tee pricing arrangement. Solicitation document to be issued on or about 01/06/ 99. For copies of solicitation only written requests will be honored. Facsimile letters are acceptable at (619) 553-6976. See Note: 26. (W-348 SN280045)

and manufactured by Allied Signal, and is the only known company that has the complete data, engineering knowledge, and expertise to perform the work required. The TPSs required are highly complex, and any failure to properly program the system could result in loss of life or property. The AFATS test stations and Units Under Test (UUTS) operate in a Class 1 Division 1 explosive hazardous environment. This is a sole source notice and not a request for proposals. Inquiries regarding the sole source status must be submitted in writing to the Contracting Officer. All potential offeror's 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 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 contidentially 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

. af.mil Send your E-Mail request to the POC (D-348 SN279890)

USA ARMY SOUTH, DIRECTORATE OF CONTRACTING, ATTN: SOFB

DOC-BUILDING 556, FORT BUCHANAN PR 00934-5049 R-TEST EXAMINER SOL DAJNO2-99-T-0014 DUE 011599 POC Purchasing Agent B. NICHOLAS WOLFE (787) 273-3251 Contracting Officer DEBBIE A. CURBELO (787) 273-3323 (Site Code DAJNO2) Fort Buchanan requires the services of test examiner(s) for the period of February 1999 through September 1999 with two option years available. Requirements are for a Military Testing test examiner to work two days per week from 0730 to 1200 and 1300 to 1630 hours and a DANTES test examiner to work two days per week from 0730 to 1200 and 1300 to 1630 hours. Actual days during the week may be adjusted by discussion with the fort Buchanan Education and Testing Officer atter award of an order. Ofterors must have a Baccalureate degree form a regionally accredited institution, must be able to clearly and concise communicate test instructions in the English language, must be able to do work requiring meticulous detail and must be able to closely follow directions. Respondents may offer for either or both of the test examiner requriements and the Government may issue one two orders, as may be in the best interests of the Government. Respondents will be required to submit their quotes on the solicitation document. Anticipate issuance of RFQ o/a 12/29/98. Solicitation may be obtained by writin to the address shown above or by sending a fax to (787) 273-3751. (1-348 SN280062)

USA MATERIAL COMMAND ACQUISITION CENTER, NATICK CONTRACTING DIVISION, ATTN: STEAA-NC, NATICK, MA 01760-

5011 R-SOLE SOURCE: TECHNICAL/DESIGN CONSULTANT/CUSTOM INTERERENCE FILTERS SOL 032&&&-9812-0002 POC JEFF BALDWIN Email: (Site Code DAAD16). SOLE SOURCE: The Defense Advanced Research Projects Agency, as represented by the U.S. Army Soldier and Biological Chemical Command, has a specific requirement for the unique technical/design services of Dr. Michael Myrick, University of South Carolina, a subcontractor under the Tufts University contract DAAK60-97-K-9502. These services are required over a period of twenty-four (24) months. The services are required in support of Tufts University's ongoing Study of the Principles of Odor Recognition by the Olfactory System Applied to Detection of Low Concentration Explosives being conducted by the Department of Defense. To this end, the DoD requires the benefit of Dr. Myrick's design expertise of optical systems, his familiarity with the project, and his expertise along with his lab's experimental capabilities to innovate solutions to difficult problems. In addition, due to a highly controlled deposition, Dr. Myrick has extreme control over the accuracy of the filters made. All responses to this notice must be provided, in writing, to USA Material Command Acquisition Center, ATTN: STEAANC (Baldwin), Natick Contracting Division, Kansas Street, Natick, MA 01760-5011 no later than 29 January 1999. The applicable fax number is (508) 233-5286, and the applicable E-mail address is stated above. No telephonic responses will be accepted. All reponses received on or before 29 January 1999 will be considered. (1-348 SN280068)

$ Utilities and Housekeeping Services

Bureau of the Consus, Procurement Office, FOB #3, Room 1541, Washington, (Suitland, MD) DC 20233 R-RE-DESIGN SURVEY DOCUMENTATION SYSTEM SOL 84-9-4388 POC Linda Catterton (301)457-1840 The Bureau of the Census intends to issue a sole source contract to Statistics Canada, RH. Coats Building, Ottawa, Ontario, Canada for the re-design of the Survey Documentation System (SDS) including the addition of new teatures and capabilities. SDS is a system developed by the contractor which the Demographic Surveys Division uses for survey design, processing and documentation Interest parties may identify their interest and capabilities in response to this requirement no greater than 15 days from the published date of this announcement to the above address. The determination by the Government not to compete the 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 future competitive procurements. No soliciation document exists and request for such document will be considered nonresponsive. (W-348 SN279896)

GSA, PMC, Contracts Section (4PMB), Medical Forum Bldg. 950

22nd Street Worth, Suite 600, Birmingham, AL 35203-1126 SJANITORIAL SERVICES SOL GS-04P-99-CXD-0003 DUE 012899 POC Contracting Specialist:: Inez K. Deavers 205-731-0135 x33; Contracting Officer: Joy V. Walker 205-731-0135 x31 Provide janitorial services at the Federal Building-U.S. Courthouse, Paducah, KY. Estimated cost $25,000-$75,000. Solicitation to be issued on or about 12/23/98. The estimated contract period with be one year commencing on or about 03/01/99, with four l-year options. SIC is 7349. When requesting a solicitation provide information as to whether your organization (together with its affiliates) is a large or small business. The proposed procurement is under a 100% percent small business set aside. Written or FAX request only (205) 731-0138. Telephone requests not honored. (W348 SN279973)

1

Bureau of the Consus. Procurement Office, FOB #3, Room 1541, Washington (Suitland, MD) DC 20233 R-RECRUITING FLYERS SOL 57-9-3869 POC Pamela A. Miller (301)4573547 The Bureau of the Census intends to issue a sole source contract to Advo, Inc., One Univac Lane, Windsor, CT 06095 to develop and print a full color page 8 1/2" by 11” two sided insert recruiting flyer for delivery by direct mail to the following cities: Phoenix, AZ; Ft. Myers, FL; Denver, CO; and Boston, MA. Interested parties may Identify their interest and capabilities in response to this requirement no greater than 15 days from the published date of this announcement to the above address. The determination by the Government not to compete the 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 future competitive procurements. No solicitation document

exists and request for such document will be considered nonresponsive. (W-348 SN279914)

Commander, Naval Air Warfare Center Weapons Division, Code

210000E, 521 N. 9th Street, Point Mugu, CA 93042-5001 R-EA-6B ENGINEERING SUPPORT SERVICES SOL N68936-99-R-0042 POC Sherri Trask, Contract Specialist, (805) 989-8514 The Naval Air Warfare Center Weapons Division, Point Mugu, CA plans to negotiate with Northrop Grumman Corporation on a sole source basis for the procurement of engineering and technical services in support of the EA-6B Weapon System Support Laboratory (WSSL). Contractor provided services will include design, development, integration, test, and distribution of the Operational Flight Programs (OFPs) to the Fleet; EA-6B 89A and ICAP Ill block upgrade support; and flight test and aircraft integration support. Engineering and Technical services in support of the EA-6B WSSL includes operation and maintenance; design, development, integration of modification/upgrades; configuration management; and documentation. Flight test engineering and technical services in support of test and evaluation aircraft including design, fabrication, installation and check-out of required aircraft modifications. Engineering and technical services in support of software development including the investigation and analysis of Software Trouble Reports; design, implementation and documentation of Software Change Requests and Software Change Proposals; code, debug, and test of software changes; and generation of OFP source files and object tapes. Engineering and technical services in support of quality assurance, documentation and testing requirements including the preparation of documentation related to software development and testing. Northrop Grumman Corporation is the sole designer, developer, and manufacturer of the EA-6B aircraft. Northrop Grumman Corporation possesses proprietary data, technical expertise, equipment and laboratories developed for the EA-6B Advanced Capabilities program; these resources will be required extensively in the Block 89A and ICAP III programs. The Government anticipates awarding a three (3) year cost-plus- fixed-fee, indefinite-delivery, indefinite-quantity contract. See Note(s): 22. (1-348 SN280110)

Department of Army, New England District, Corps of Engineers,

696 Virginia Road, Concord, Massachusetts 01742-2751 S GROUNDS MAINTENANCE SERVICES SOL DCW33-99-Q-0029 DUE 020599 POC Julie Mackley (978) 318-8413 Furnish all labor, equipment and materials necesary to perform Grounds Maintenance Services, Surry Mountain Latke, Keene, New Hapshire. Services shll be performed between April 1, 1999 and November 31, 1999, with an option for one additional recreation season. Solicitation requests may be taxed to (978) 3188207. No cost for plans and speccifications which will be available on or about 5 January 1999. Range: $25,000.00—$100,000.00. 100% Set-Aside for Small Businesses. The average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $5,000,000.00 (W-348 SN280048)

V.S. Department of Justice, Procurement Services Staff, National Place, Suite 1040, 1331 Pennsylvania Avenue, NW, Washington,

DC 20530 R-MODIFICATION TO AUTHORIZE GOVERNMENT AGENCY USE OF CONTRACT FOR COURT REPORTING SERVICES SOL n/a POC Michelle L. Wall, Contracting Officer, (202) 307-1944 The Department of Justice, Justice Management Division, intends to modify an existing purchase order with Alderson Reporting Company to authorize the Federal Bureau of Investigations use of the court reporting services for their Office of Professional Responsibility on a limited time basis. The estimated dollar value of this requirement is not expected to exceed $20,000.00. The original requirement was competed and no new solicitation will be issued. (W-348 SN280017)

Department of Army, Now England District, Corps of Engineers,

696 Virginia Road, Concord, Massachusetts 01742-2751 S-GROUNDS MAINTENANCE SERVICES SOL DCW33-99-Q-0029 DUE 020599 POC Julie Mackley (978) 318-8413 Furnish all labor, equipment and materials necesary to perform Grounds Maintenance Services, Surry Mountain Lake, Keene, New Hapshire. Services shll be performed between April 1, 1999 and November 31, 1999, with an option for one additional recreation season. Solicitation requests may be faxed to (978) 3188207. No cost for plans and speccifications which will be available on or about 5 January 1999. Range: $25,000.00 $100,000.00. 100% Set-Aside for Small Businesses. The average annual receipts of a concern and its affiliates for the preceding three fiscal years must not exceed $5,000,000.00 (W-348 SN280051)

Bid Office, SPAWARSYSCEN, Code D21B, 53570 Silvergate Avenue,

Bldg. A33, Room 0061, San Diego, CA 92152-5112 R-ENGINEERING SERVICES IN SUPPORT OF INFORMATION SYSTEMS ENGINEERING, ENHANCEMENTS AND INTEROPERABILITY AND TECHNICAL SERVICES (ISEE/ITS) SOL N66001-99-R-5007 POC POC Contract Specialist, Ms. Sharon Pritchard, Code D212, POC for copy Ms. Sharon Thompson, Bid Office, (619) 553-2199 This requirement is to provide engineering services in support of Information Systems Engineering, Enhancements and Interoperability and Technical Services (ISEEMTS) for. Information Systems and Network Technology programs currently operational and/ or under development. Work to be performed and programs to be supported relate to information systems utilized for exchange of information within and among ships, aircraft, shore facilities, and fixed and mobile land sites. Existing systems/programs to be supported include, but are not limited to, Theater Air and Missile Defense (TAMD), Common

Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Contract Management Branch, 255 East Paces

Ferry Rd, NE, RM 500, Atlanta, GA 30305 A LOGISTICAL SUPPORT SERVICES FOR THE CDC EPIDEMIOLOGICAL PROGRAM OFFICE IN AMAN JORDAN SOL 1999N00056 DUE 012599 POC Susan Cleveland, Contracting Officer, (404) 842-6715 The is a modification to the original notice for solicitation no. 98A261N. The Centers for Disease Control and Prevention is proposing to enter into a contract for the provision of logistical support services to be provided for the CDC Epidemiology Program Office located in Aman, Jordan. Services will include, but not be limited to providing office support personnel, equipment, supplies, materials, arranging for transportation of nationals and federal employees and other various logistical support activities. All interested sources are invited to request the solicitation package and submit offers. Approximate date of issue is December 28, 1998. Approximate date for receipt of proposals is January 27, 1999. No telephone requests for the solicitation package will be accepted. Requests must be received in writing to the address shown above or by facsimile at (404) 842-6727. See Numbered Note I. (1-348 SN280113).

DA, Tulsa District, Corps of Engineers, P.O. Box 61, Tulsa, OK

74121-0061 S-MOWING SERVICES, COPAN/HULAH LAKE, OKLAHOMA SOL DACW5699-8-0010 DUE 020299 POC Diane Cianci, Contracting Specialist, (918)669-7270 The work required under this specification provides for the mowing, trimming, and edging of public use area, the dam embankment, and other projects lands at Copan/Hulah Lakes. There is no charge for plans/specifications. Please request in writing to the above address. Plans/specifications will be ready on or about December 30, 1998. No phone calls to order please. All orders will be mailed via first class mail. Requests for special handling (Federal Express, Overnight Express, etc.) will not be honored. See Note 1. See Note 26. Contracting information (current solicitations, bid results, and contract awards)


Page 11

584-2506 Note Number #1 - Labor & material to provide Phase 1 Vitality Single Point Lessons that are Leader Lead by the VA Medical Humu Resource Employees. Contractor will conduct leadership training the the trainers. The contractor must have been trained by Vitality Alkanck This contract will include training materials, leader kits videos, an participant guides. Training will be for employees of the VA Medical Center at Salt Lake City, Utah. Issue date 12-16-98 800 on 12 28-98. All requests must be in writing or by Fat with Reterence #660 Q-30-99 to Elaine P. Davis. (W-348 SN280000)

Los Angeles Regional Printing Procurement Office, U.S. Government Printing Office, 12501 East Imperial Highway, Suite 110, Norwalk,

CA 90650-3136 KLETTERHEADS (WEST) SOL Program 2900-S DUE 010799 POC Point of contact-Diane Abeyta, Printing Sepcialist, 562-863-1708. Contracting Officer-Donald Ferguson, 562-263-1708 Single award term contract for period beginning Date of award through December 31, 1999, for the Veterans Affairs. Letterhead, approximately 70 orders per year, 1,000 to 250,000 letterhead per order, with an average of 40,000 per order, 8-1/2 x 11". Operations include printing, binding, packing, labeling and marking, and distribution. Six or longer workday production schedule. Product Quality Level III Attributes, Requirements are available via email of mail on your firms letterhead.

http://www.access.gpo.gov/procurement/losangeles/synopsis.shtml United States Government Printing Office, Los Angeles Rlosnageles Regional Printing Procurement Office

United States Government Printing Office, Los Angeles Regional Printing Procurement Office (W-345 SN279760)

US Army Corps of Engineers, Little Rock District, (CESWL-CT),

PO Box 867 Little Rock, AR 72203-0867 S-MOWING SERVICES SOL DACW03-99-B-0012 DUE 021699 POC Deannda Knight, Contract Specialist, (501) 324-7167 for questions: Scott Fryer (501) 324-6844 for solicitation Furnish all personnel, materials, equipment, tools, and transportation necessary to perform mowing services in parks and areas located in the vicinity of Ozark and John Paul Hammerschmidt Lake, Ozark Field Office, under the jurisdiction of the Russellville Project Office, Russeltville, Arkansas for the period March 1, 1999, or date of award, whichever is later, through February 29, 2000. Numbered Note 1 applies. Issue date for solicitation will be on or about January 15, 1999 at a cost of $5.00 for Specifications. Charges are non-refundable. Solicitation documents will be made available upon written request to include check or money order payable to FAO, U.S. Army, LRD and mailed to Contracting Division at the above address. Bid opening date will be on or about February 16, 1999 at 2:00p.m.

Deannda Knight@usace ar my.mil click here to contact the contract specialist via e-mail (W-348 SN280123)

Department of Veterans Affairs, Great Lakes Healthcare Systems, Great Lakes Acquisition Center, Bldg. 5, 5000 West National Ave.,

Milwaukee, WI 53295 SANITORIAL SERVICES_S201 SOL RFQ 69D-171-99 DUE 010899 POC Mary Skladanek, Contracting Officer (414) 902-5413 The Great Lakes Acquisition Center. (GLAC) is soliciting for Janitorial Services for the VA Milwaukee's Fox Valley Satellite Outpatient Clinic in Appleton, Wisconsin. This solicitation is 100% set-aside for small business. Electronic version and hard copy of solicitation will be available on or about December 16, 1998. Electronic solicitation may be obtained FREE at the following URL: http://www.va.gov/oa&mm/busopp/sols.htm. Requests for hard copy solicitation must be in writing to the Contracting Officer at the GLAC and accompanied by a check for $5.00 made out to the Department of Veterans Affairs. No telephone requests will be accepted. Any amendments issued to this solicitation will also be available at the URL address. Offerors are advised that they are responsible for obtaining amendments. (W-348 SN280132)

Fish and Wildlife Service, 1875 Century Boulevard, Suite 310,

Atlanta, Georgia 30345
T-MISCELLANEOUS INTERPRETIVE

FOR VARIOU LOCATIONS IN SOUTHEAST REGION SOL 401819R001 DUE 012999 POC Point of Contact Contact Natasha Rowland, Contract Specialist The U.S. Fish and Wildlife Service intends to issue a Request for Proposals (RFP) formiscellaneous interpretive support services for over 100 refuges and fishhatcheries in the Southeast Region of the Fish and Wildlife Service, which encompasses the 10 southeastern statesand Puerto Rico. The RFP will include the following: 1) design and productionof exhibits anddioramas: 2) design and production of indoor/outdoor signs and structures; and3) design andproduction of audio-visual programs. It is the intent to award an IndefiniteQuantity Contract with a contract period from April 1, 1999 through March 31, 2000 with 4options. This procurement iš 100% set-aside for small business concerns with a sizestandard of $5 million. SIC CODE: 7389. Tentative issue date for RFP will be on or about 12-28-98. Requests for RFP shall be in writing, stating RFP number 401819R001, complete company name, point ofcontact, address, area code and telephone number, and facsimile number. Thisrequirement waspreviously synopsized on or about April 13, 1998 under solicitation number FWS-4-98-5004. Telephone requests will not be accepted. Requests can be faxed to(404)679-4057. (AC121102207) (1-348 SN279845)

U.S. Marshals Service, Business Servicos Division, 600 Army Navy

Drive, Arlington, VA 22202 S-REAL PROPERTY MANAGEMENT SERVICES OF SEIZEDFORFEITED PROPERTY SOL MS-99-Q-69-043 POC Nancy E. Reese (703) 416-8957 Synopsis issued under Request for Quote (RFQ) Number MS-99-Q-69043 for property management services in Puerto Rico is modified as tollows: The anticipated date of award of a purchase order for a base plus one option year is changed from November 25, 1998 to February 1, 1999. In sted parties who previously requested a copy of the RFQ need not submit a second request. All new requests must be in writing to the POC and address referenced above, or faxed to (703)603-0636. (W-348 SN280143)

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

Stop: PPSB, North Capitol & H Streets, NW, Washington, DC 20401 1-ARMY SUPPLY BULLETINS AND CATALOGS SOL C711-S POC Toni Sheffield (202) 512-0310 Single award term contract for period 51 1/99 thru 4/30/00 for printing and distribution of Supply Bulletins and Catalogs for DAPS (Army). Production area, assumed 100-kilometer (62-mile) radius of Frederick, MD. Contractors using production facilities outside this area should furnish information, with the bid which will, on its face, demonstrate ability to meet the schedule requirements. Copy pick up in Alexandria, VA. Approximately 5-50 orders per year. 100 to 8,000 copies per order; 8 to 300 pgs. per copy: Trim size 216 x 279 mm (8- x 11“). GFM: Camera copy, photoprints, preaddressed, ungum med labels 105 x 92 mm (4-1/16 x 3"). Prints head-to-head and/or head-to-the-foot and broad printing, head-to-the-left and/or headto-the-foot. Various binding styles required. F.O.B. destination and Contractor's city. Mailing world-wide is required; Schedules: (Bulletins) 4 workday turn around time; (Catalogs) 7 workday turn around time. Quality level IV. Anticipate bid opening during month of February, 1999. Request bid invitation by letter on firm's letterhead to the address listed above. (W-348 SN279880)

99th Contracting Squadron, 5865 Swaab Blvd, Nellis. AFB, NV

89191-7063 U-AEROBICS INSTRUCTORS FOR NELLIS AFB, LAS VEGAS, NEVADA SOL F26600-99-00228 DUE 121998 POC SSgt Tampkins, Leonard Car tracting Specialist, (702) 652-9561, Fax (702) 652-5404 This # 1 combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented wit additional information included in this notice. This solicitation is being set aide for small business. This announcement constitutes the only solicitation request for quote and a written solicitation will not be issued. This solicitation (F26600-99-00228) is issued as a Reovest for Quotation (RFQ). The solicitation document and incorporated proksi0 and clauses are those in effect through Federal Acquisition Cercules 97-05. Item description is as follows: services, non personal, to provide all labor, materials, equipment, transportation and parts necessary u provide Aerobics Instructors for the Sports and Fitness Center, Bide 432, 4124 N. Washington Blvd., Nellis Air Force Base (AFB), Las Vegas NV 89191. Requirement is for a contractor to provide coverage tv classes held Monday through Friday at the following times: 05350630 hrs: 1200-1300 hrs: 1700-1800 hrs; 1815-1915 hrs, and Saturda at 0900-1000 hrs, to exclude holidays and Nellis AFB Goal Days Desired classes include step and floor aerobics, and body sculpting classes. Instructors must posses a current CPR certification and lostracias certification from ACSNL, ACE, IDEA, REEBOK, or YMCA The pendre to be covered is from 1 Jan 99 to 30 Sept 99. Otterors will prorde hourly price quotes on the following items: CLIN 0001 Step aerobic Instructor; CLIN 0002 Floor Aerobics Instructor; CLIN 0003 Body Sculpte Instructor. Option Year 1 Oct 99-30 Sep 00: CLIN 0004 Step aerobics Instructor; CLIN 0005 Floor Aerobics Instructor; CLIN 0006 Body Sculpa Instructor Quotations should

fixed price that includes al cost necessary to perform the service. The provision at FAR 52.212-1, Instrue tion to Ofterors-Commercial, applies to this solicitation. The ciaux at FAR 52.212-2: Evaluation of Commercial items, applies to this solctt tion. Award will be made to the responsive, responsible otteror whes offer represents the best value to the Government based on techoci capability, price and past performance. The following cluases 2003 to this solicitation. FAR 52.217-5 Evaluation of Options in Solicita on FAR 52.217-9 Options to Extend the Term of the Contract; FAR 52.21 19. Availablity of Funds of the Next Fiscal Year. The Government evaluate the options for award purpose by adding the total of the option year to the price for the basic requirement for a tota two year period. Evaluation of offers shall not obligate the Govern den to exercise the options. The Government may extend the term of the contract by written notice to the contractor within 30 days of te expiration of the contract, provided that the Government shale the contractor a preliminary notice at least 30 days before the cotx! expires. The preliminary notice does not commit the Government » an extension. If the government exercises this option, the extend contract shall be considered to include this option provision. The sta duration of this contract including the exercise of any options under this clause shall not exceed 24 months. Prices to the government shall be as low as or lower than those charged to the contractar's most favored customer, in addition to any discounts for prompt payment Permission for contractor personnel and vehicles to enter the installation is subject to the approval of the Security Police. Request for vence & ID passes will be submitted to 99 CONS/ LGCV. it must contar name, social security number and two photo ID of the individual and make/model/year/color and license number of vehicle. The clase at 52.212-3 Offeror Representations and Certifications Commercial iets applies to this solicitation. Ofterors who fail to submit a competing Representations and Certification may be considered non-responsive The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial items applies to this solicitation. The clause at FAR 52.212-5. Contract Terms and Conditions Required to implement Statues or Executive Orders Commercial items, applies to this solicitation. Specifically, the tourname cited clauses are applicable to this solicitation: Far 52.222-3 Convict Labor, Far 52.233-3 Protest After Award, FAR 52.222-37 Equal Opportunity FAR 52.222-35 Affirmative Action for Disabled Veterans and Veter24 of the Vietnam Era, Far 52.222-36 Affirmative Action for Workers ** Disabilities, FAR 52.222-37 Employment Reports on Special Disated Veterans on the Vietnam Era, and FAR 52.222-42 Service Contract Act of 1965 as amended. In compliance with the Service Contact Act of 1965, and the regulations of the Secretary of Labor, this classe identifies the classes of service for employees expected to be employee under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. The following clause as apply to this solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, DFARS 252 204-7004 Required Central Contract Ref istration, DFARS 252.232-7009 Payment by Electronic funds iransta For solicitations after 1 Jun 98 alt contractors are required to me Tegistered in the Central Contractor Registration (CCR) catabase tu receive a DOD award or payment. Lack of registration in CCR make an offeror ineligible for award. Intormation concerning FAR DELTS can be obtained at http://tarsite.hillat. mu. A copy of the combined synopsis/solicitation, wage determination, Representations and Certi cations, and FAR 52.212-3 are located at the 99th Contracting Squatrs

U Education and Training Services

American Embassy Quito (E), Avenida 12 de Octubre y Avenida

Patria APO MA 34039 S-LOCAL GUARD SERVICE SOL S-EC750-99-R-0001 DUE 030199 POC Harris E Purnell at (703)516-1524 Phone, 703 812-2256 Fax,e-mail address Local Guard Services. The American Embassy Quito, Ecuador will release via the internet a solication to require the operation and management of security guard services in order to prevent unauthorized access, maintain order, deter criminal and terrorist attacks aginst employees, dependents, property, and provide all equipment, management, administration and direct labor personnel to accomplish all work as required in this contract. Service will be performed in Quitto, Ecuador. Approximate manhours requirements are 175,000 per year. These requirements may change depending on funding avilability in forthcoming periods. Solication is for one base year and four one year options at the option of the government. All responsible sources may submit an offer which will be considered. In the request for the solication, your internet address and your fax number to the Contracting Officer to get internet downloading instrustions and to be placed on the bidders'list for this procurement. Telephone requests will not be honored all requestfor this soliciations shall be in writting. This solication will be made available to U.S. firms exclusively via the internet. Paper copies or disks will not be mailed or otherwise furnished to U.S. firms. Alll firms are encouraged to subscribe to our website to recieve automatic email notification when the RFP (and any amemdments are issued) Subscription to this site is located at http://state.monmouth.army.mil Go to Secured Services and at the bottom of that page follow the directions for subsciption to CBD category S. If you have any questions about subscribing to receive notices conceringin this RFP, you may send an email to or lover to receive guidance on this subject. The RFP will eventually be located at http://state.monmouth army.mil and you may browse to find this itp index under "U.S. Dept. of State Business Opportunities".

htt://state.monmouth.army.mil The front page to the Dept. of State Business Opportunities

Email address of the Contracting Officer (W348 SN280162)

AETC CONSALGCI, 2021 First Street West, Randolph AFB, TX 78150

4302 U_AMENDMENT TO INDEPENDENT SERVO ACTUATOR TRAINING (GREECE) SOL F41689-99-R-A025 DUE 122898 POC Jo Ann Carlson, Contract Specialist, (210)652-6523 The SF 1449 pertaining to this solicitation, found at the web link listed below, is amended as follows: 1. Change block 1 from F5SMEG82890001 to F5SMGR82990001 2. Change block 5 from F41689-99-R-A026 to F41689-99-R-A025 3. Change block 6 from 14 Nov 98/4:30 to 28 Dec 98/4:30 4. Change block 15. "Code", from F5SMEG to F5SMGR 5. Further, remove the reference to F5SMTW82360001 at the bottom of the SF 1449. 6. All else remains the same.

http://www-contracting.aetc at.mil/cgi-bin/saaetc?list Click here for access to downloading the amendments to subject RFP

jodie.carison@randolph at, mil click here to contact the contract specialist via e-mail (W-348 SN279963)

Department of Veterans Affairs, VA Medical Center, 500 Foothill

Blvd., Salt Lake City, Utah 84148 PROVIDE PHASE 1 VITALITY SINGLE POINT LESSONS SOL 5600-30-99 DUE 122898 POC Elaine P. Davi: 801-584-1245 1201

transport vehicle, transport personnel, and patient care equipment, and supplies in accordance with contract specifications. This requirement is for a base year, 2/1/99 thru 1/31/99, and one option year under Far 52.219-9, and a "not-to-exceed" six months extension under FAR 52.217-8. Solicitation packages will be issued to all bidders submitting a written request to the Contract Officer listed in this announcement. Facsimile request will be regarded as written request and may be sent through (650) 852-3443. No telephone requests will be accepted. Cite solicitation No. 261-135-99 on request. Solicitation packages will be issued on or about 14 Dec 98 with bid opening on or about 4 Jan 99. (W-345 SN2797671

Homepage http://www.nellis. af.mil/units/99cons. Contact Contracting Specialist, SSgt. Leonard Tampkins(702) 652-956101 e-mail leon

. mil for information regarding this combined synopsis/solicitation. Telephone requests will be accepted. For contractors accessing the solicitation through the Internet, amendments will be posted on the effected solicitation page. In addition, it is their responsibil

ity to check the Internet daily for any amendments that are issued. · A solicitation package will be available for review at the contracting

office. The solicitation will be available for downloading and viewing on the Internet, reference the provided site address. Required Central Contractor Registration for solicitation (and resultant awards) issued after 1 June 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database. In order to register, the contractor must have a DUNS# (available (800) 333-0505). Registration via Internet at http://ccredi dis.mil takes approximately 48 hours, all other methods take approximately 30 days. Quotes must

be submitted in writing, signed and dated, to the 99th Contracting 5. Squadron/LGCV, Attn: SSgt. Denis, 5865 Swaab Blvd, Nellis AFB NV

89191-7063 or by tax to (702) 652-5405, Faxed quotes are acceptable. Offerors are reminded to include Representations and Certifications document, Tax Identification #, and DUNS #. All responsible sources may submit a quote, which if timely received will be considered by this agency. Defense Priorities and Allocations System (DPAS) assigned rating: DO S10. Offers are due no later than close of business 4:30 pm (PST) on 19 December 98. Wage rates will be applied for area where work is being done after resulting awards

http://www.nellis. at mil/units/99cons 99 Contracting Home Page

SSgt Leonard Tampkins (W-348 SN280003)

FAR 52 222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, Far 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans on the Vietnam Era, and FAR 52.222-42 Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. The following clause also apply to this solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, DFARS 252 204-7004 Required Central Contract Registration, DFARS 252 232-7009 Payment by Electronic Funds Transfer, For solicitations after 1 Jun 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration 10 CCR will make an offeror ineligible for award. Information concerning FAR clauses can be obtained at http://farsite hill.at mil. A copy of the combined synopsis/solicitation, wage determination, Representations and Certifications, and FAR 52.212-3 are located at the 99th Contracting Squadron Homepage http://www.nellis.al mil/units/99cons. Contact Contracting Specialist, SSgt. Leonard Tampkins(702) 652-956 lor e-mail leonard.tamkins@nellis af.mil for information regarding this combined synopsis/solicitation. Telephone requests will be accepted. For contractors accessing the solicitation through the Internet, amendments will be posted on the effected solicitation page. In addition, it is their responsibility to check the internet daily for any amendments that are issued. A solicitation package will be available for review at the contracting office. The solicitation will be available for downloading and viewing on the Internet, reference the provided site address. Required Central Contractor Registration for solicitation (and resultant awards) issued after 1 June 98 all contractors are required to be registered in the Central Contractor Registration (CCR) database. In order to register, the contractor must have a DUNS# (available @ (800) 333-0505). Registration via Internet at http://ccredi.dis. mil takes approximately 48 hours, all other methods take approximately 30 days. Quotes must be submitted in writing, signed and dated, to the 99th Contracting Squadron/LGCV, Attn: SSgt. Denis, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 or by fax to (702) 652-5405. Faxed quotes are acceptable. Offerors are reminded to include Representations and Certifications document, Tax Identification #, and DUNS #. All responsible sources may submit a quote, which it timely received will be considered by this agency. Defense Priorities and Allocations System (DPAS) assigned rating: DO S10. Offers are due no later than close of business 4:30 pm (PST) on 19 December 98. Wage rates will be applied for area where work is being done after resulting award.

http://www.nellis af mil/units/99cons 99 Contracting Home Page

,mil SSgt Leonard Tampkins (W-348 SN 280005)

Defense Supply Service-Washington, 5200 Army Pentagon, Rm.

10245, Washington, DC 20310-5200 VLODGING SOL DASW01-99-0-0173 DUE 123098 POC Eugene Garrett, 703-697-1272 (FAX) The Defense Supply Service-Washington, has a requirement for Lodging for the Period 29 Jan 99 thur 15 Feb 99, in the Eagle Colorado area. All interested contractors should FAX (703) 697-1272 or E-Mail to (garreen@hqda army, mil)

NO TELEPHONE CALLS PLEASE To request RFQ no later than 30 December 1998. Deadline for receipt of quotations on this RFQ will be 04 Jan 1999, thru V.S Mail or any overnight delivery

garreen@hqda, ar my.mil (W-348 SN279929).

FISC Jacksonville-Kings Bay Det, 930 USS HUNLEY Ave Rm 214,

NAVSUBASE Kings Bay GA 31547 y-HUSBANDING SERVICES SOL N46450-99-R-0003 DUE 020299 POC Contact Calvin Howard. Contract Specialist, 912-673-2001, X6984, Facsimile Machine Number 912-673-3776. COMNAVBASE Jacksonville FL requires husbanding services for U.S. Navy, Military Sealift Command, and NATO ships visiting the Port of Savannah GA. Requirement is for a one year base period plus two each one year options Services to include: trash removal, CAT sewage removal, waste oil removal, piloting, tugboat services, berthing, crane services, brow placement and removal, vehicle rental, MHE equipment services, telephone service, fender placement and removal, and customs service Requests for solicitation must be in writing and cite the RFP/RFQ number. Requests via facsimile machine will be honored. See Numbered Note(s): 1. (1-348 SN279944)

Southeast Regional Office, 3800 Camp Creek Parkway, SW, Building

2000, Atlanta, GA 30331 U—ADULT BASIC EDUCATION INSTRUCTOR SERVICES SOL RFQ 4040001-9. DUE 010599 POC Janet Herrington, Contract Specialist, (678) 686-1415. This modification is issued to change the response date for the above referenced request for quotations from 11/03/98 to 01/ 05/99. (M-348 SN280028)

Commander, Military Sealift Command, Bldg 210, 914 Charles Morris Court SE, Code N10, Washington, DC 20398-5540 V-TRANSPORTATION, TRAVEL, AND RELOCATION SERVICES SOL NOD033-99-R-1004. N00033-99-R-1005 POC. Ms. Gabrielle A. Chero, (202) 685-5575. Mr. Ralph Jenkins (202) 685-5947 This pre-solicitation notice is a modification to SN194454 posted on 4/28/98 in the CBD. Solicitation No. N00033-98-R-1016 is hereby modified to the following: Solicitations N00033-99-R-1004 and N00033-99-R-1005 The US Navy requests the provision of US Flag harbor tug services at the Naval Submarine Base New London, Groton, CT. Tugs shall be configured so as to work with Naval subsurface and surface vessels. All interested parties shall submit requests for copies of the subject Solicitations via mail or fax (202) 685-5965.

www.msc.navy.mil Click here to download a copy of the RFP

Click here to contact the Contract Specialist via e-mail (W-348 SN279962)

99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB. MV

89191-7063 1-AEROBICS INSTRUCTORS FOR NELLIS AFB, LAS VEGAS, NEVADA SOL F26600-99-20228 DUE 121998 POC SSgt Tampkins, Leonard, Contracting Specialist, (702) 652-9561, fax (702) 652-5404 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as sopplemented with additional information included in this notice. This solicitation is being set aside for small business. This announcement constitutes the only solicitation request for quote and a written solicitation will not be issued. This solicitation (F26600-99-00228) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. Item description is as follows: services, nonpersonal, to provide all labor, materials, equipment, transportation and parts necessary to provide Aerobics instructors for the Sports and Fitness Center, Bldg. 432, 4124 N. Washington Blvd., Nellis Air Force Base (AFB). Las Vegas, NV 89191. Requirement is for a contractor to provide coverage for classes held Monday through Friday at the following times: 05300630 hrs; 1200-1300 hrs; 1700-1800 hrs: 1815-1915 hts, and Saturday at 0900-1000 hrs, to exclude holidays and Nellis AFB Goal Days. Desired classes include step and floor aerobics, and body sculpting classes. Instructors must posses a current CPR certification and instructors certification from ACSNL, ACE, IDEA, REEBOK, or YMCA. The period to be covered is from 1 Jan 99 to 30 Sept 99. Offerors will provide hourly price quotes on the following items: CLIN 0001 Step aerobics instructor; CLIN 0002 Floor Aerobics Instructor: CLIN 0003 Body Sculpting Instructor. Option Year 1 Oct 99-30 Sep 00: CLIN 0004 Step aerobics Instructor; CLIN 0005 Floor Aerobics Instructor: CLIN 0006 Body Sculpting instructor Quotations should be firm fixed price that includes all cost necessary to perform the service. The provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies to this solicitation. The clause at FAR 52.212-2; Evaluation of Commercial items, applies to this solicitation Award will be made to the responsive, responsible ofteror whose offer represents the best value to the Government based on technical Capability, price and past performance. The following cluases apply to this solicitation. FAR 52.217-5 Evaluation of Options in Solicitations; FAR 52.217-9 Options to extend the Term of the Contract; FAR 52.23219 Availablity of Funds of the Next Fiscal Year. The Government will evaluate the options for award purpose by adding the total price of the option year to the price for the basic requirement for a total two year period. Evaluation of offers shall not obligate the Government to exercise the options. The Government may extend the term of this contract by written notice to the contractor within 30 days of the expiration of the contract, provided that the Government shall give the contractor a preliminary notice at least 30 days before the contract expires. The preliminary notice does not commit the Government, to an extension. If the government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract including the exercise of any options under this clause shall not exceed 24 months. Prices to the government shall be as low as or lower than those charged to the contractor's most favored customer, in addition to any discounts for prompt payment. Permission for contractor personnel and vehicles to enter the installations is subject to the approval of the Security Police Request for vehicle & ID passes will be submitted to 99 CONS/ LGCV. It must contain name, social security, number and two photo 10 of the individual(s) and make/model/year/color and license number of vehicle. The clause at 52.212-3 Offeror Representations and Certifications-Commercial Items, applies to this solicitation. Offerors who fail to submit a completed Representations and Certification may be considered non-responsive. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial items applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to implement Statues or Executive OrdersCommercial items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: Far 52.222-3 Convict Labor, Far 52.233-3 Protest After Award, FAR 52.222-37 Equal Opportunity,

Department of the Treasury (2024), Federal Law Enforcement Training Center (FLETC). Procurement Division, Bldg. 28, Glynco,

*60 CONS/LGC, 350 Hangar Avenue, Travis AFB, CA 94535-2632 GA 31524

V-COMPLETE SERVICES FOR INTRA-CITY AND INTRA-AREA MOVES V-LODGING AND CONFERENCE FACILITIES IN THE BRUNSWICK, GA

INVOLVING NAPA, SOLANO AND YOLO COUNTIES SOL F04626-98QY093 31524 SOL FTC 99-4 DUE 020399 POC Paulette Webster, Procurement POC Debbie Parker, 707-424-7750 Contractor to provide all personnel, Technician, (912)267-3297, Barbara 1. Dubberly, Contracting Officer, facilities, equipment, tools, materials, supervisor labor and other items (912)267-2829 Oh-Center Lodging for the Brunswick, Georgia area to and services necessary to perform the preparation of personal property temporary house Federal Law Enforcement Training Center students. of military members and civilian employees for movement of drayage The intent is to have multiple awards from an indefinite quantity and related services for Intra-City and intra-Area Moves invoiving contract. Specifications shall be availabale 0/a 01/03/99. Telephone Napa, Solano(including Travis AFB CA) and Yalo counties. Service shall requests will not be honored. Written requests can be sent to the include a pre-move survey, servicing appliances, packaging and packing above address or faxed to (912)267-3132. There is a $25.00 fee for at owner's residence to protect household goods properly during transit, solicitation packages. NOTE: This procurement is unrestricted.******* tagging of items, inventorying, loa 18. weighing, drayage, unloading, (W-345 SN279766)

unpacking and placing of each alucle in owner's new residence as directed by owner or owner's designated representative and removal of all empty containers and materials from residence. This acquisition

is open to small businesses only. The basic period of performance VA Palo Alto Healthcare Systems (640/90C), 3801 Miranda Avenue,

is 01 March 1999. through 30 September 1999 with 4 option years. Palo Alto, CA 94304-1290

A written solicitation will be issued on or about 15 January 1999. V-TRANSPORTATION-AIR AMBULANCE SERVICES SOL 261-135-99 DUE

The standard industrial classification code is 4783. Closing date will 010499 POC Linda I. Talbot, Contracting Officer, 650/493-5000.65827 be 25 January 1999. Request for solicitation must be made in writing. This solicitation is being issued as a sealed bid under the guidelines Requests may be faxed to (707)424-0288. Telephone requests will not of FAR Part 12, "Acquisitions of Commercial Items" VISN 21, VA be honored. Requests should include complete company address, business Medical Systems located at Palo Alto, San Francisco. Reno, Fresno. size. CAGE Code, DUNS number, Tax Indentification Number, telephone Northern California System of Clinics. has a requirement for Fixed numbers (voice and fax) and point of contact. See numbered note Wing services. Contractor shall furnish Fixed Wing Air Ambulance Service 1. ***** (W-348 SN280016) to transport beneficiaries of the Department of Veterans Affairs Medical Centers. The flight crew members (flight crew members include pilots, navigators, radio operators, and crew chief) shall have specialized training, and shall be able to comply with FAA or other applicable regulations,

Department of the Treasury, Bureau of the Public Debt, Division The Critical Care Registered Nurse, Advance Cardiac Life Support Certified

of Procurement, 200 Third Street, Room 207, Parkersburg, WV (ACLS) primary function is to carry out the medical duties of the

26101-5312 medical mission that has been accepted by an air medical transport V-METROCHECKS SOL NA POC Point of Contact, Sandra Slattery, -unit and shall be qualified to perform the medical responsibilities 304-480-7622, Contracting Officer, Susan J. Daugherty, 304-480-6951 of the mission. The fixed wing (aircraft) shall consist of the medical Subject to final approval, the Bureau of the Public Debt (BPD/Public Debt) intends to acquire, on a sole source basis through Washington Metropolitan Area Transit Authority to provide fare media in accordance with the Public Transportation Incentive (PTI) Program. No solicitation document is available. A request for documentation will not be considered an affirmative response. All affirmative responses must be in writing and must be accompanied by sufficient documentation to clearly show ability to comply with all of the above requirements. If no affirmative written response is received, within 15 calendar days after publication of this notice, to the effect that a comparable service is available, and that it is more advantageous to the Government than obtaining this service through sole-source contract, a sole-source award will be made. Telephone inquiries will not be accepted.

http://www.publicdebt.treas.gov/oa/oaprocr.htm Department of the Treasury, Bureau of the Public Debt, Division of Procurement

Department of the Treasury, Bureau of the Public Debt, Division of Procurement (W-348 SN280027)

can be done at www.hickam.af.mil/Public/CONS/downinst.html. (xv) For information regarding this solicitation contact Sra Dirck Storms, at (808) 449-6860, ext. 221, or via e-mail at stormsd@wpgate hickam.af.mil. EMAILADD: EMAILDESC:

http://www.hickam.af.mil/Public/Cons/ www.hickam.af.mil

(W-345 SN279795)

Y Construction of Structures and Facilities

W Lease or Rental of Equipment

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

VA, 23705-0215 W RENTAL OF CONSTRUCTION EQUIPMENT FOR WORK AT THE FORMER NAVAL TRAINING CENTER BAINBRIDGE, LOCATED IN PORT DEPOSIT, MARYLAND SOL N62678-99-R-0055 DUE 012099 POC John Martin (757) 396-5041 ext 451 FAX (757) 396-7176 Provide the following rental equipment for work taking place at the former Naval Training Center Bainbridge located in Port Deposit, Maryland: (1) 750 LGP John Deere Buldozer, (2) Rubber Tire Frontend Loaders with a minimum of a 4 cubic yard bucket, (1) 2,000 Gallon Water Tank Truck, (1) 14 CY Dump Truck, (3) Ford F-150 Pickup Trucks, (I) John Deere 790 Trackhoe with Thumb and lifting padeye, (1) 10,000 lb. extend boom forklift. All equipment will be leased for a period of (7) months except the torklift which will be leased for a period of (2) days. The equipment will be required on or about February 15, 1999. Alternate equipment is acceptable but must be of equal capability. The contractor will be required to pick-up and deliver the equipment. This acquisition is unrestricted. The solicitation will be available on or about December 21, 1998. To request a copy of the solicitation please FAX your request with the following information: Your Firms name, address, phone and FAX numbers to John Martin (757) 396-7176. (W-348 SN279882)

Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO 96540-2200 Y-FY99 MCP PROJECT FOR ADDITIONS AND RENOVATIONS TO ELEMENTARY SCHOOL (BLDG 4175) AND HIGH SCHOOL (BLDG 200) FOR DODEA, COMNAVMARIANAS, GUAM SOL N62742-98-R-0201 POC Johanna G. Mendiola, Contract Specialist, Tel (671) 339-4119, Fax (671) 3394248 This is a presolicitation notice. This acquisition is planned for source selection procedures. The dates for availability of plans and specifications and bid opening will be provided at a later date. The plans and specifications will be available at a cost of $200.00 per set. The scope of work is for additions and renovations to two separate school buildings: (1) Building 4175_Elementary/Middle School and (2)Building 200—High School. The work includes construction of new concrete gymnasium, a design/build gymnasium, new concrete library/ music building, renovation of existing building for a cafeteria/art building, including building expansion, renovation of annex, renovation of supporting facilities, ADA elevators, walkway coverings, kindergarten extension, soccer fields, softball field, parking lot extension and exercise room. The project will be awarded with a base bid and options. Estimated cost range of this procurement is more than $10 Million. SIC 1542. Business size: $17.0 MIL. (W-347 SN279837)

POC Contract Specialist: Barbara Green, Code 0211BG. Contracting Office L. R. Fisk, Code 0211. THIS PRE-SOLICITATION IS BEING ADVERTISE AS 100% SET-ASIDE FOR SMALL BUSINESS (SB) CONCERNS The on includes the design and construction of a two-story addition to Bulding 1842 with CMU walls on spread tootings, reinforced concrete floets steel roof trusses and single membrane roof. Provide fire spate air conditioning, classified material vault, and freight elevator. Was alterations to Building 1842 conditioning, to include HVAC, men electrical and exterior doors to accommodate floor plan changes Provide new corridor and opening for communications between nem adte and existing building. Provide water, sewer, electric power, COMTEC tions, stormwater control, parking, access road, sidewalks, and and scaping. The Government will award a contract resulting from 9 solicitation to the responsible offeror whose proposal conforming the solicitation will be the "BEST VALUE" to the Government Pro and technical factors considered. This procurement will consist of the (2) Phases. Phase I will be evaluated based on the following factors FACTOR A Past Performance; FACTOR B Technical Qualiticators (1)Design and (2)Construction; and FACTOR C-Technical Solution in highest rated otterors, 3 to 5 offerors but not to exceed the advance to Phase II. The Government will then request Phase I Proposas Phase #: Qualified Proposers will be evaluated on: FACTOR AS Performance (as previously done in Phase 1); FACTOR B-lehka Qualifications (Same as Phase 1 unless revised); FACTOR C-chaca Solutions, and FACTOR D--Price Proposal. In addition to the base Price Proposal, the Offeror will be required to provide a propostes Modification/Change Order percentage rates for Field Overhead Home Office Overhead, and Prime's Overhead on Subcontractors and the Prise: Profit. The change order markup cost elements are awarded as wir of the contract and will be used as the markups for both 20+ and deductive modifications after award for the term of the cours for both the prime and subcontractors. The Government reserves right to reject any or all proposals at any time prior to want to negotiate with any or all proposers; to award the contract to be than the offeror submitting the lowest total price; and to se! the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. OFFERORS ARE ADVISE THE GOVERNMENT INTENDS TO EVALUATE PROPOSALS AND AWARD WIN OUT DISCUSSIONS IF POSSIBLE. Therefore, proposals should be subet initially on the most favorable terms. Ofterors should not assute ir will be contacted or attorded an opportunity to quality, discuss : revise their proposals. FIRMS SUBMITTING TECHNICAL AND PRICE PRIPES ALS WILL NOT BE COMPENSATED FOR SPECIFICATIONS. FOR SPECFID. TIONS: There is a $10.00 Non-Retundable Charge for each szt Specifications. THIS CHARGE APPLIES TO SPECIFICATIONS FOR PHI 1 ONLY. THERE WILL BE A SEPARATE AND DIFFERENT AMOUNT NO REFUNDABLE CHARGE FOR PHASE II SPECIFICATIONS. To obtain Section tions make company check payable to US Treasury and send to put DEFENSE AUTOMATED PRINTING SERVICE, ATTN: RONNIE MITCHUM SE "B", 2825 AVENUE "D" NORTH, CHARLESTON, SC 29408-18021. FLEKSI INDICATE IF YOU ARE A PRIME CONTRACTOR, SUBCONTRACTOR, SUPPLE ETC. PLEASE INCLUDE (1)A POINT OF CONTACT. (2)A TELEPHONE NUMBER AND (3) A FAX NUMBER. It problems arise concerning your rec jest call RONNIE MITCHUM at 843/743-4040. To obtain a plan holder

list FAX your request to 843/743-3027. Plan Holders list will be more We cannot fax plan holders list. You may obtain a Plan Holders Le from the loternet at http://www.chas.sebt.daps.mil. For inqumes att Proposals due dates or Number of Amendments issued, contact samles Shumer at 843/820-5923. Technical Inquiries must be submatc writing 15 days before Proposals are due to the address listed or faxed to 843/820-5853, Attn: Barbara Green, Code 0211BG. Esta cost is between $1,000,000.00 and $5,000,000.00. Estimated to te of the contract is 350 calendar days for completion, The Sixd Industry Code for this solicitation is 1542: General Contractors dential Buildings, Other Than Industrial Buildings and Warehouses Size Standard is $17,000,000.00. Proposal Results will not be THREE available. (W-348 SN279975)

W Lease or Rental of Equipment-Potential Sources Sought

USPFO for lowa, lowa National Guard, Camp Dodge 7700 NW

Beaver Dr, Johnston IA 50131-1902 Y-REPLACE SECURITY POLICE OPS SOL DAHA 13-99-B-0002 DUE 020399 POC Theresa Clark 515-252-4647 The lowa National Guard wishes to contract for the construction of Replace Security Police Ops for the lowa Air National Guard, Des Moines, Iowa. The Standard Industrial Classification (SIC) Code is 1542, with a size standard of $17,000,000.00. Construct a new 6,500 SF Security Operations Facility at the lowa Air National Guard base in Des Moines, lowa according to the plans and specifications. The work includes, but is not limited to, site work demolition of a 25,600 SF pre-cast facility, concrete and asphalt pavement, utilities, inside finishes including doors, frames, flooring, ceiling tile, cabinets, countertops, painting, HVAC, plumbing, lights, electrical, communications, etc. The estimated construction period is 365 days. The estimated cost of the project is between $1,000,000.00 and $5,000,000.00. The Invitation For Bid (IFB) Packet will be issued under solicitation number DAHA 13-99-8-0002. Solicitations will be issued on or about 4 January 1999, with the bid opening on or about 3 February 1999, 1:00p.m. (local time), at the USPFO Conference Room, Building W41, Camp Dodge, Johnston, Iowa. Specifications and plans will be available by contacting USPFO-PC, Camp Dodge, 7700 N. W. Beaver Drive, Johnston, lowa, 50131-1902. All responsible small businesses may submit a bid, which will be considered by USPFO-PC. (See Note 1)

Contract Specialist (W-348 SN279900)

15th Contracting Squadron, 90 G Stroot, Bldg 1201 Hickam, AFB,

HI 96853-5230 W-RENTAL AND MAINTENANCE OF PORTABLE TOILETS SOL f6460599-20072 DUE 121798 POC STA Storms 449-6860 X221 (cbdnet access.gpo.gov) PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: OFFADD: 15th Contracting Squadron, 90 G Street, Bldg 1201 Hickam, AFB, HI 96853-5230 SUBJECT: Rental Portable Toilets SOL F64605-98-00072 DUE 121798 POC Sra Dirck Storms, Contract Specialist, 808-449-6860x221, Lt. Demetrius Green, Contracting Officer, 808-449-6860x222 DESC: (1) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is F64605-98-20072. This solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-04. (iv) This solicitation is set-aside for small business. (v) Ofterors shall provide prices on the schedule provided. Prices shall include all labor, tools, transportation, equipment, supplies, taxes, and fees necessary to perform this service. Prices shall be submitted for the basic year (1 Jan 99— 30 Sep 99) and tour one-year option periods. See:http://www.hickam.af.mil/ Public/Cons/98-00072.doc (vi) This solicitation is issued for rental and maintenance of portable toilets in accordance with the Statement of Agency Need (SOAN) at Hickam AFB, Hawaii. The SOAN is located at: http://www.hickam.at.mil/Public/Cons/98-00072.doc (vii) Performance of this contract is a basic year from 1 Jan 99 through 30 Sep 99, with four one-year options. Delivery and acceptance of services on this contract will be at Hickam AFB, Hawaii. (viii) FAR 52.212-1, Instructions to Offerors- Commercial Items (Aug 1998) applies to this solicitation. See http://www.hickam.af.mil/Public/Cons/98-00072.doc for addenda to this provision. (ix) FAR 52.212-2, Evaluation of Offerors-Commercial Items (Jan 1999) applies to this solicitation. To see this provision in full text, including evaluation criteria, see: http://www.hickam.af.mil/ Public/Cons/98-00072.doc (x) Otterors shall include a completed copy of FAR 52.212-3, Otteror Representations and Certifications Commercial Items Van 1997) with its offer. These provisions are given in full text at http://www.hickam.at mil/Public/Cons/98-00072.doc .(xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Apr 1998) applies to this solicitation. See http://www.hickam.af.mil/Public/Cons/ LGCV op html for addenda to this clause. (xii) FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items, (Oct 1998) and DFAR 252.212.7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, (Oct 1998), apply to this solicitation. See http://www.hickam.af.mil/Public/ Cons/98-20072.doc for these clauses in full text and the applicable additional FAR clauses. (x111) Otters are due to the issuing office by 17 Dec 98, 2:00 pm Hawaii Standard Time. Facsimile proposals are authorized if received at 808-449-7026 by the closing date and time. (xiv) Description: All Documents use Word 97, downloading the document

ESC/PKOC, Construction Branch, Operational Contracting Division,

104 Barksdale St., Hanscom AFB, MA 01731-1806 Y-INSTALLATION OF RAISED ACCESS FLOOR IN BLDG. 1102D AT HANSCOM AFB. SOL MXRD 99-0007A DUE 011199 POC SRA Mark Kuit, Contract Specialist (781) 337-2572 Hayley Philbrick, Contracting Officer (781) 377-3244 The United States Air Force is requesting quotes for subject project which involves all labor, materials, installation, equipment and travel to install access flooring in the high bay area of Building 1102D at Hanscom AFB, MA as per contract statement of work, drawings and sketches. The performance period is thirty (30) calendar days. The magnitude of construction for this project is between $25,000.00 and $100,000.00. Solicitation is to be issued on or about 30 Dec 98. Solicitation for this project will only be available at the following Internet address: http://www.herbb.hanscom.af.mil. There will be no mailings of these items. Telephone requests will not be honored. Be advised that all interested parties MUST be registered in the Central Contractor Registration Database in order to receive an award. If you are not registered, you may request an application via writing only or 80 to web site: http://www.acq.osd.mil/cc. FUNDS ARE CURRENTLY NOT AVAILABLE FOR THIS REQUIREMENT, OFFERORS ARE ADVISED THAT THE COST OF ANY RESPONSE TO, OR OTHER COST INCURRED AS A RESULT OF THIS SOLICITATION IS AT THE OFFEROR'S OWN RISK. UNLESS FUNDS ARE MADE AVAILABLE FOR THIS REQUIREMENT NO CONTRACT WILL BE AWARDED. The Government reserves the right to cancel this solicitation, either before or after receipt of quotes with no obligation to the otteror by the Government. See Note 26.

http://www.herbb.hanscom.at, mil ESC Business Opportunities Web Page Click Here to E-mail the POC (D-348 SN279971)

Dopartments of the Army & Air Force. USPFO-Vermont, Bldg 3.

Camp Johnson, Colchester, VT 05446-3004 Y-BASÉ SUPPLY COMPLEX, CURZ 949548 SOL DAHA43-99-B-ON! DUE 020599 POC SGT STEVEN PUTNAM, 1802) 654-0189 or CW4 MART JEAN SUITS, CONTRACTING OFFICER, (802) 654-0185 The proposed includes providing all plant, labor, material, equipment, and ser necessary to construct a new Base Supply Complex consisting 34,600 +/- s.f. building, along with an 1800 +/- s.t. Hazardous Matema Pharmacy building and a 2000 +/- s.f. Pavilion building at The Vermont Air National Guard Base, Burlington International Airport, South Burlington Vermont. Work includes but is not limited to site, landscaping Tech and electrical. Also included is the demolition of the existing 42 +/- s.f. Supply Building. (Bldg #100) and the existing Pavilion Bareng The demolition work will include complete removal and disposat all debris and foundations, capping and abandonment of utilities to site restoration. The Standard Industrial Code (SIC) is 1542 The Teatre small business size is $17M. The magnitude of construction is $1.ca di to $5,000,000. Completion date is 430 calendar days from acknowiecie of the notice to proceed. NOTE: Any prospective contractor Test registered with the Central Contractor Registration (CCR) in order : be eligible for award. Registration requires a DUNS number and ** take up to three (3) weeks to process. CCR registration may be *** plished via the world wide web at http://ccredi disa mit Of Me acq.osd.mil/ec, or contact telephonically at 800-334-3414. Pigns 3* specifications will be available on or about 06 January 1999. Open WRITTEN REQUESTS for solicitation packages will be accepted Sometimes packages may be obtained by forwarding the written Egues 34 non-refundable certified check or money order, in the amont et made payable to "Blueprints Etc”, to the USPFO for Vermont II VT-PFO-PC, Bidg #3 Cumn lohnson, Colchester, Varme mit 15446- 3004

Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,

SC 29419-9010
Y-AFLOAT TRANING GROUP FACILITY (TWO-PHASED DESIGN/BUILD), NAVAL STATION PAYPORT, FL SOL N62467-98-R-1078 DUE 020399

Personal and Business checks will not be accepted. Requests shall include contractor delivery address, and mailing address. Contractors are to state if they are a women-owned, minority owned, small or large business. Bidder's Mailing List (Plan Holder List) will be provided upon receipt of a WRITTEN REQUEST. Bidder's Mailing Lists will be mailed only (no facsimile copies will be transmitted). This is an unrestricted procurement pursuant to the Small Business Competitiveness Demonstration Program, as established by Public Law 100-656, Business Opportunity Development Reform Act. All responsible sources may submit a did, which shall be considered by this agency.

click here to contact the contracting officer via e-mail (W-348 SN 280087).

to provide all labor, materials, equipment, tools, and qualified supervision necessary to install emergency power to Dietetics in Building 71 at the VA Medical Center Roseburg OR 97470. The applicable SIC IS 1731. Cost range is $25,000.00 to $100,000.00 for technical information contact Vern Bartran at (541) 440-1245. RFQ packages will be ready after 12/16/98. Requests for RFQ packages must be in writing on company letterhead and can be taxed to Brian Thomas (541) 4401276 of mailed to Brian Thomas 913 NW Garden Valley Blvd., Roseburg OR 97470. RFO's are due no later than 2:00 p.m. local time on 1/ 14/99. (W-345 SN279778)

Vicki V. Tipton (904) 232-1146 (Site Code DACW17) This announcement is to obtain private industry interest and capability in participating in a "Design-Build” project. The project would be for a new twolane bridge over the Nigua River on Highway 154 near Salinas, Puerto Rico. The bridge will provide access to Camp Santiago, a training area for the Puerto Rico Army National Guard (PRANG). An existing temporary bridge consisting of tour (4) 60 inch concrete pipe culverts covered with earth material was destroyed by flows caused by Hurricane Georges in September 1998. The required bridge would be approximately 180 meters long by 10 meters wide; would be constructed of concrete: and would be designed consistent with AASHIO and Puerto Rico Highway Authority policies. The low chord elevation shall be above a 30 year event water surface elevation and shall be designed to withstand the stream flow pressure and scour potential of a 100 year storm event, The estimated construction cost for the bridge is approximately $2.5 million and a structure of this site and complexity should take less than one year to build Firms with Design-Build" capability and having interest in receiving more data about the work should send à letter to: US Army Corps of Engineers, ATTN: CESAJ-CT-C, PO Box 4970, Jacksonville, Florida 32232-0019. Responses must be received no later than January 8, 1999. This is not a request for proposal. No solicitation packages are available. (1-348 SN280066)

LEASE OF ONE CUTTERHEAD, HYDRAULIC PIPELINE DREDGE (NOT LESS THAN 24-INCH DIAMETER), FULLY OPERATED WITH ATTENDANT PLANT AND PERSONNEL, WITH A DRAFT NOT TO EXCEED 9 FEET. FOR CONSTRUCTION AND MAINTENANCE DREDGING WITHIN THE VICKSBURG DISTRICT AND ADJACENT DISTRICTS SOL DACW38-99-B-0019 DUE 021899 POC Contract Specialist, Jeri McGutfie, 601/631-5357 The work consists of the lease of one (1) cutterhead, hydraulic, pipeline dredge (not less than 24-inch diameter), fully operated with attendant plant and personnel, with a draft not to exceed 9 feet (estimated first 750 hours, over 1,500 hours) or lease of one (1) cutterhead, hydraulis. pipeline dredge (not less than 24-inch diameter), with attendant plant, with a draft not to exceed 9 feet, with underwater pump (estimated first 600 hours, over 1,200 hours)for construction and maintenance dredging within the Vicksburg District and adjacent Districts. The estimated value of the proposed work is between $1,000,000 and $5,000,000. Plans and specifications will be available on the Vicksburg Consolidated Contracting Office Web Page at http://www.myk.usace.army.mil/contract and on compact disc at no charge. Hardcopies will not be available. The CD-ROM may be requested electronically by registering on our homepage or mailing your request to VCCO at 4155 Clay Street, Vicksburg. MS 39183-3435. Issue Date on or about 15 January 1999. Bid Opening Date on or about 18 February 1999.

http://www.mvk.usace.army.mil/contract/Vicksburg Consolidated Contracting Office Home Page

Jeri McGuffie (W-348 SN280117)"

US Property & Fiscal Office for Illinois, Attn: PFOIL-PC, 1301

N MacArthur Blvd, Springtield IL 62702-2399 Y-CONSTRUCTION OF AEROSPACE SUPPORT EQUIPMENT SHOPS AND STORAGE FACILITY SOL. DAHA11-98-B-0001 DUE 122398 POC Maj. Sharon Star, 1217) 761-3665, FAX Work includes, but is not limited to providing all labor, equipment, and materials necessary to construct one building of approximately 5,600 SF, slab on grade, one story masonry noncombustible type IP-N construction, ready for code approved occupancy. The building is a 4-bay service building with attached enclosed storage area for aircraft ground service equipment. Work includes all utilities, concrete within a distance of 5 around full perimeter of structure. There are no additive bid items. Sitework, concrete drives and sidewalks will be by others. The construction performance period is 275 days from Notice to Proceed. Solicitation documents will be available on 15 December 1998. These documents will be available on compact disk, floppy disk, or paper from CBT Companies, 1-800-747-6500, at prices to be determined. Estimated bid opening date is 15 January 1999 and award date is 10 February 1999. Estimated magnitute of construction is between $500,000 and $1,000,000. SIC is 1542 and the small business size standard is $17 Million. This acquisition is unrestricted using sealed bid procedures. All responsible sources may submit a bid which shall be considered by this agency. All responses must be telefaxed to (217) 761-3665, or in writing to USPFO-IL-PCC. ATTN: Maj. Sharon Star, 1301 N. MacArthur Blvd. Springfield, IL 627022399, or email to ***** (W-348 SN280080)

°15th Contracting Squadron, 90.6 Street, Bldg 1201 Hickam, AFB,

HI 96853-5230 1-MILITARY FAMILY HOUSING MAINTENANCE AT HICKAM AFB, HI SOL F64605-99-R0006 POC Contracting Officer, Kimberlee Tracy 808/ 449/6860 ext 205 Contract Administrator, SSgt Gil Cano 808/449/6860 ext.208 The contractor shall provide all Military Family Housing Maintenance at Hickam AFB, Oahu, Hawaii, which includes the maintenance of approximately 2.660 military family housing units. Services include change of occupancy maintenance; service calls; grounds maintenance; change of occupancy cleaning; asbestos and lead based paint abatement necessary to perform the required maintenance, repair and maintenance of appliances, recurring equipment repair; repair and maintenance of playground equipment; furnishing parts and materials, and other related work. The contract will be for the basic year in addition to 4 oneyear options, beginning 1 Oct 99. The solicitation mailing list for this acquisition, a copy of the current contract's abstract, and schedule B, along with the incumbent contractors name will be provided with the subject solicitation upon release. Therefore, Freedom of Information Act (FOIA) requests for this information are not necessary. The solicitation should be available for viewing and downloading from the Internet at http://www.hickam at mil/Cons (this is a case sensitive address, copy it exactly) on or about 28 Jan 98. A workstation will be made available at the 15th Contracting Squadron for those who do not have access to a computer or the internet. Interested parties, however, are required to provide their own supplies (paper, computer disks, etc.) if they wish to print a copy of any information or documents. To convey questions and of concerns, or to make appointments for workstation, use the following: 15 CONS/LGCV, 90 G St., Bldg. 1201, Mickam AFB, HL.96853-5230; Fax 808-449-7026, or e-mail Telephone requests will NOT be accepted. The United States Government is not responsible for providing contractors with notification of any changes to solicitations if they have not requested to be placed on the solicitation mailing list. Requests to be on the solicitation mailing list must be in writing and shall include the contractor's business size. All contractors must be registered in the Centralized Contractor Registration (CCR) program in order to receive a contract award from any DOD activity. Contractors, may access the Internet at http:// cer.edi.disa mil to register and or obtain more information about the CCR program. This requirement shall be unrestricted, however, ofterors will be evaluated on their commitment to offer subcontracting opportunities to small businesses. An intormation hot line updating interested parties is also available at (808) 449-6860 ext. 250. Please check this line periodically for any changes or updates.

http://www.hickam.af.mil/Public/Cons/index.html Military Family Housing at Hickam AFB

gil.cano@hickam af.mil Contract Administrator (W-345 SN279796)

Z Maintenance, Repair or Alteration of Real Property

Commander, Lantnavtacongcom, 1510 Gilbert Street, Norfolk, VA

23511-2699 (attn: Code 0222) Y-PIER 2 REPLACEMENT, NAVAL STATION, NORFOLK, VIRGINIA SOL N62470-97-B-7041 DUE 020499 POC Printing Assistant, Priscilla Schaefer, 757-444-5968-Contract Specialist, tuebertia Si Dailey, 757-322-8237 The work includes various forms of site demolition including, but not hmited to the removal of a jetty, an abandoned railroad ferry landing terminal and buildings which contain asbestos, lead and PCB lighting ballast. Also included is the construction of a new two story level concrete Pier 2 and dredging of the surrounding area including all incidental related work. The work shall be located at the Naval Station, Norfolk, Virginia, Construction of the 2 tier pier includes providing 8 skid mounted secondary unit substations, each consisting of a 4,000 KVA transformer and low voltage switchgear with electronic trip power circuit breakers. The electronic trip assemblies must be compatible with the Cutler-Hammer/Westinghouse IMPACC SCADA system software. Additionally, work includes providing pump stations for sanitary and oily waste collection systems compatible with existing PLC controlled pump stations and Black Box Corporation line drivers communication and monitoring system at Craney Island, Portsmouth, Virginia. The approximate Solicitation Release Date is 5 January 1999. This solicitation is available in electronic format only. All, documents will be in the Adobe Acrobat PDF file format on CD ROM. The tree Acrobat Reader, required to view the PDF files, is provided on the CD or can be downloaded from the Adobe website. Drawings are additionally included in the generic TIF graphic format. A charge will be made for each CD. The cost is $12.50 for each CD. This price includes priority mail postage. These sets will be made available upon receipt of a written request, and a non-refundable check or money order made payable to the U.S. Treasury. Written requests shall be sent to: DEFENSE AUTOMATED PRINTING SERVICE, ATTN: PRISCILLA SCHAEFER, 1641 MORRIS STREET, BUILDING KBB, NORFOLK, VIRGINIA 23511-2898. Please state area code, telephone number, street address, nine-digit zip code and whether you are participating as a prime or subcontractor. Any inquiries regarding plans and specifications shall be directed to Ms. Priscilla Schaefer, at 757-444-5968. A copy of the planholder's list can be obtained on the internet at www.norfolk.sebt daps.mil. Technical inquiries shall be faxed to 757-322-8264, Attention: Luebertia S. Dailey. Code 02222. The Estimated cost Range is between $25,000,000 and $100,000,000 The Standard Industrial Classification (SIC) Code for this project is 1629 with a Size Standard of $13,500,000. This project is not set aside for small business. Large businesses shall submit a subcontracting plan prior to award of the contract.

Dailelyls@efdlant navfac.navy.mil Click here to contact the Contract Specialist via e-mail (W-348 SN280120)

General Services Administration, Project Services (10PC),400 15th

Strict SW, Aubum, WA 98001-6599 Z-HAZARDOUS MATERIALS AND CONSTRUCTION TERM CONTRACT SOL GS-10P-99-LTD-0003 DUE 020499 POC Gloria Christensen (253) 931-7127 General Services Administration (CSA), Project Services Division, (10PCPB), 400 15th St, South West, Auburn, WA 98001-6599, Solicitation No. GS-10P-99-LTD-0003. This announcement modifies the original CBD announcement dated December 1, 1998 as follows: This announcement for Solicitation No. GS-10P-99-LTD-0003 for Hazardous Materials and Construction Term Contract in Washington, Oregon, Idaho is changed from a proposal due date of 011399 to a proposat due date of 020499 at 2:00 pm. local time: Also changed is the pre-proposal meeting which will be conducted on 010799 at 10:00 am, at GSA, 400 15th St. South West, Auburn, WA, FSS Conference Room, First Floor,

HTTP://www.northwest.gsa.gov Click on GSA Northwest Insite

Gloria. For addtional information contact Gloria Christensen at (253) 931-1127 (W-345 SN279771)

Fish and Wildlife Service, 1875 Century Boulevard, Suite 310,

Atlanta, Georgia 30345 KSCHWARTZ ROAD PIPE ADDITION SOL 4018190007 POC Point of Contact N/A This requirement is being rocured in accordance with the Simlified Acquisition rocedures. The U.S. Fish and Wildlife Service intends to issue a Request for Quotations(RFQ) for a BaseBid of furnishing & installation of discharge iing and canal gates with one additive consistingof the removal of existing diesel engine, furnishing and installation of a newdiesel engine witha grounding system for the existing fuel tanks and refurbishing the existingfuel tank. This is nota small business set-aside accordance with the latest quarterly adjustmentunder the SmallBusiness Cometitiveness Demonstration. rogram. The SIC Code is 1629. SizeStandard is $17 Million. Estimated rice range is between $25,000 and $100,000. Request for RFQshall be inwriting, stating RFQ number 4018190007, comlete comany name, oint ofcontact, address, area code and telehone number, and facsimile number. Issue date for RFQ willbe on/or about 1/8/99. A firm fixed rice urchase order will be issued, with a estimatederformance eriodof 90 days from date of notice to roceed. Anticiated award date is 21 15/99. Telehone requestswill not be accepted. Request can be faxed to 404/679-4057. (AC1211022-06) (1-348 SN279844)

Z_SNOWMOBILE TRAIL GROOMING SOL RFQ-17-99-09 DUE 010799 POC Henry R. Hansen, Contracting Officer, 530-478-6122, Fax 530478-6126 The intent of this contract is to provide snow grooming of the Brockway Summit-Tahoe City Trail System, approximately 30 miles in length, on the Lake Tahoe Basin Management Unit Grooming will be provided as needed but shall not exceed three times per week for the duration of the contract. Contract time is expected to be approximately 11 week's with an estimated start work date of 01/ 11799. Solicitation issue date is 12/17/98, close date 01/07/99 COB. The contractor furnished equipment shall be a self propelled, over the snow tracked vehicle constructed especially for snow grooming with attachments. The vehicle must be capable of being operated under varying conditions ranging from snow trail to cross-country travel in deep snow covered mountainous terrain. For technical information, please contact Gary Weigel, 530-573-2672, Lake Tahoe Basin Management Unit. (W-345 SN279773)

Y Construction of Structures and Facilities Potential Sources Sought

Department of The Army, Directorate of Contracting. Building 622,

Fort Stewart, Georgia 31314-5189 2INTERIOR PAINTING AND MAINTENANCE, FAMILY HOUSING AREAS, FSGA SOL DAKF10-99-8-0005. POC Sandy Sandes (912) 767-2445 or Carolyn Barney, Contracting Officer (912) 767-2967 The Array requires a contract for Interior Painting and Maintenance, Eamily Housing Areas, Fort Stewart and Hunter Army Airfield, Georgia. The work primarily consists of furnishing all plant, labor, materials and performing all operations required in connection with Floor Refinishing and Interior painting, wood floor Refinishing and Installation/Replacement of Vinyl Wall Covering. Gypsum. Wallboard Repairs. plaster Repairs and Tile Replacement. The magnitude of this project is between $ 1,000,000 and $5.000.000 (Base period plus three option periods). The performance period is 1 July 99 through 30 June 2000 plus three one-year options

JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS,

P.O. BOX 4970, JACKSONVILLE, FL 32232-0019 Y DESIGN/BUILD OF CAMP SANTIAGO BRIDGE ON THE NIGUA RIVER, SALINAS, PUERTO RICO SOL. 0484&4-9812-0001:POC Contract Specialist

Department of Veterans Affairs, VA Roseburg Healthcare System
(653/900/90C), 213 NW Garden Valley Blvd, Roseburg, OR 97470-

6513 2-INSTALL EMERGENCY POWER 10 DIETETICS BUILDING 71 SOL RFQ-99-001 DUE 011499 POC Brian Thomas (541) 440-1331 Contractor

exercised unilaterally by the Government if they chose to. The SIC for this project is 1542. This acquisition is 100% set-aside for Small Business. When requesting a package please indicate the solicitation Number DAKF10-99-B-0005 and a brief description or title of the project. A limited supply of solicitation packages are available in a first come, first serve basis. All requests for solicitation packages may be made by fascimile to (912) 767-2969 or in writing to the above address.

http://www.stewart.army.mil/doc/intro.html DOC Homepage (W-348 SN279919)

A&D Draft Aid, "Attn: Diane Esguerra, PO Box 40877, Denver, CO 80204-0877. Requests must be in writing and may be faxed to (303) 573-8714. If offer is not hand delivered, ofterors are encouraged to submit proposal via U.S. Postal Service (First Class Mail, Priority Mail, or Express Mail). There will be no public opening of offers. All proposal information received is CONFIDENTIAL until award of a contract. The name of the successtul offeror and the MULTIPLIER NUMBER will be released as public information. The number of offerors, their names, and their multiplier numbers WILL NOT BE RELEASED AS PUBLIC INFORMATION. This information is exempt from disclosure under Freedom of Information Act (FOIA) Exemption 4.***** (W-348 SN279961)

size standard is $7.0 million. The FSC Code is 2249. Copise of this solicitation package will be available for PURCHASE on o about u 4/99 from the Defense Automated Printing Services (DAPS), Bide ZA 2530 Paul Jones Street, Great Lakes, IL 60088-5600. FAX requests to 847-688-3725. Your request should include a point of contact, address telephone number and a FAX number with a solicitation number su whether you are participating as a prime or subcontractor Ponto Contact at DAPS is Ms. Jean Mountz at 847-688-3716. Comtact DAX for PURCHASE COST for a set of plans and specifications. It probiens should arise concerning your request or to obtain a planholders's his please contact Ms. Jean Mountz at 847-688-3716 or FAX 847-4883725. Inquiries about the proposal due date or number of amendments, if issued, please contact Ms. Lolita Batis at 847-688-2600 A122 * 847-688-2648. All technical inquiries regarding the plans and specifica tions must be NOTE: ALL CONTENT I writing 15 days before proposal toe date.

MUST BE REGISTERED IN THE CENTRAL CON TRACTOR REGISTRATION (CCR), PRIOR TO AWARD OF DOD CONTRACT FOR MORE INFORMATION, SEE THE CCR WEBSITE AT http://ccredi disam. (W-348 SN279979)

Department of Veteran Affairs, VISN 1, VA New England Healthcare,

Veterans Hospital, 200 Springs Road, Bedford, Massachusetts 2- UPGRADE ELECTRICAL SERVICES, BUILDING 78 SOL IFB 518-0299 DUE 013099 POC John Guregian. Contracting Officer (90C) Provide all labor, materials, tools, equipment, and supervision necessary to upgrade electrical services to Building 78 at this Department of Veteran Affairs, VISN I VA New England Healthcare System, ENRM Veteran Hospital 200 Springs Road, Bedford, Massachusetts 01730. Work includes but is not limited to the following: Furnish and install a new unit substation, removal and disposal of existing substation, all necessary rewiring to transfer building loads to new substation, new underground teed to substation, new mechanical ventilation system in electric room, and relocation of all utilities within the electrical room. All work shall be in strict accordance with contract drawings and specifications. The cost range for this project is between $250,000 to $500,000. The Standard Industrial Classification Code for this procurement is 1731. Interested bidders must submit a request in writting for plans and specifications accompanied by a non-refundable certified check, money order, or cashiers check in the amount $50.00 made payable to the Department of Veteran Affairs, Agent Cashier. Bid opening will be on January 30, 1999 at 11:00AM Local Time (EST) in Building 80 Room B007d. (1-348 SN279941)

U S Postal Service, Facilities Service Office, 8055 E Tutts Avenue, Suite 400, Denver, CO 80237-2881

- INDEFINITE QUANTITY CONTRACT HVAC SERVICES FOR NORTHERN NEVADA (INCLUDING NORTHEAST CALIFORNIA) AND SOUTHERN NEVADA SOL 072976-99-A-0040 DUE 011499 POC Solicitation Information: Diane Esguerra, A&D Draft Aid (303) 573-5757, Technical Information: Oscar Fernandez (702) 795-1072; Contract Administration: Connie Baca (303) 220-6593 Total quantity of work is indefinite. Multiple contracts may be awarded. All of the following terms and conditions will apply to each separate contract. One or more work orders will be issued when projects are identified. Term will be for two years. Initial contract value is $500,000. Quantity of work ordered will not be less than $10,000 nor more than $2,500,000. Postal Service reserves the option to increase the potential value of contract in increments of $250,000 not to exceed $2,500,000 over the term of the contract. Additional Consent of Surety will be required for each increase. Offerors are requested to submit a single MULTIPLIER for Zip Codes in Northern Nevada (includes Northeast California) beginning with 894, 895, 897, 898 and 961 and/or for Zip Codes in Southern Nevada beginning with 893, 889, 890, and 891 to be applied to prices to determine value of each work order issued under the contract. The maximum amount of any single work order is $250,000. Work may include any of the items detailed in the Unit Price Schedule and/or Specifications and performed in any USPS-owned or leased postal facility in the State of Nevada (includes Northeast California). Awards will be made to the responsible ofterors whose proposal offers best value to Postal Service. Factors which will be considered in evaluating offers for award are number of years HVAC experience, past satisfactory performance as disclosed by reference checks, company size and staffing, capacity and current workload, and HVAC experience with postal or government buildings. THE USPS GOAL FOR SUBCONTRACTING WITH MINORITY AND WOMAN OWNED BUSINESSES IS 10% AND 3% RESPECTIVELY; MINORITY PARTICIPATION-10%; FEMALE PARTICIPATION—3%. Solicitation packages will be available on or about December 15, 1998 at $30 (nonrefundable) per volume . Request Solicitation 072976-99-A-0040 from A&D Draft Aid, Attn: Diane Esguerra, PO Box 40877, Denver, CO 80204-0877. Requests must be in writing and may be taxed to (303) 573-8714. It offer is not hand delivered, ofterors are encouraged to submit proposal via U.S. Postal Service (First Class Mail, Priority Mail, or Express Mail). There will be no public opening of offers. All proposal information received is CONFIDENTIAL until award of a contract. The name of the cessful offeror and the MULTIPLIER NUMBER will released as public information. The number of offerors, their names, and their multiplier numbers WILL NOT BE RELEASED AS PUBLIC INFORMATION. This information is exempt from disclosure under Freedom of Information Act (FOIA) Exemption 4.**

***** (W-348 SN279965)

Officer in Charge, Navfac Cntracts, Code 495, Building M-a, P.O. Box 2032, Portmsouth Naval Shipyard, Portsmouth, NN D31D1-

2032 CONSTRUCT AIR DRYER ENCLOSURE, BUILDING 72A, PORTSMOUTH NAVAL SHIPYARD, KITTERY, MAINE SOL N62472-98-B-6568 DUE 02 ISI POC The Contracts Office at (207) 438-4600 This is the pre-solicarea notice for this procurement. The work includes constructing a med building with removal roof panels around existing air dryers in BuIN 72A, Portsmouth Naval Shipyard, Kittery, Maine. The SIC code for procurement is 1541 with a size standard of $17,000,000. The estimasi cost range is between $100.000 and $250,000. This solicitation se be issued as a 100% Small Business Set-Aside. The respery cute shown above is an estimated date. Once the solicitation is 5540 all firms requesting the solicitation will be given a copy. Bidory Offerors interested in obtaining plans and specifications for this project must submit their request along with a Bank draft, Business chec Cashier's check, Company check or Money Order in the amount $78.20 to: Defense Automated Printing Service, Building 20. Portscho Naval Shipyard. Portsmouth, NH 03804-5000. Each check must be made payable to the SUPERINTENDENT OF DOCUMENTS and annotated in the applicable solicitation number. DO NOT MAKE CHECKS PAYABLE TO THE U.S. TREASURY, Use of VISA, MasterCard or Discover cet!

Department of Veteran Affairs, VISN 1, VA New England Healthcare, Veterans Hospital, 200 Springs Road, Bedford, Massachusetts

STEEL FABRICATION SOL IFB 518-01-99 DUE 013199 POC John Guregian, Contracting Officer (90C) Service: To provide all labor, materials, tools, equipment and supervision required to fabricate and install structural steel supplementary supports for a Vertex Gamma Camera System at the V.A. Medical Center, 150 South Huntington Avenue, Boston, Massachusetts. Work shall be in strict accordance with contract drawings and specifications. The cost range for this project is $25,000.00 to $100,000.00. Interested bidders must submit a request in writing for plans and specifications. Bids must be received in Building 80, Room 0076 not later than January 30, 1999 at 10:00AM Local Time. The Issue date for this project is December 30, 1998. The standard industrial classification code for this procurement is 3499. Award of this project is subject to the availability of funds. (1-348 SN279942)

1605 or 1606 to place orders. One set of plans and specificates will be sent via First Class U.S. Mail, upon availability, to those Contractor who have tendered payment. If a contract number is net and att as required or your check is not made payable to the SUPERINTENDEN OF DOCUMENTS, your check will be returned unprocessed. NO PLAK AND SPECIFICATIONS WILL BE ISSUED UNTIL PROPER PAYMENTS BEEN MADE. If you would like information on the mailing of the solotto package via expedited courier Service, please contact Defense printing Service at (207) 438-1605 or 1606. For technical questions concerning the subject notice, please submit your questions in writing to the Contracts Office at (207) 438-2916. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE IN THE CONTRACTS OFFICE.

LZCUMMINGSGEFDNORTH. NAVFAC. NAVY MIL Contact the Contracting Officer at the e-mail address shown. (W-348 SN279991)

National Imagery and Mapping Agency. 3200 South Second Street,

St. Louis, MO 63118-33 Z_SITE PREP FOR SCEN, CABLE TRAYS AND POWER SOL NMA40299-B-0001 DUE 020299 POC Frank Yonce, Contract Specialist, 314260-1206 / Antoinette R. Hamel, Contracting Officer The purpose of this modification is to change the bid opening date from December 2. 1998 to February 2, 1999. (1-348 SN279946)

US Postal Service, Facilities Service Office, 8055 E Tufts Avenue,

Suite 400, Denver, CO 80237-2881 7-NDEFINITE QUANTITY CONTRACT HVAC SERVICES FOR NORTHERN NEVADA (INCLUDING NORTHEAST CALIFORNIA) AND SOUTHERN NEVADA SOL 072976-99-A-0040 DUE 011499 POC Solicitation Information: Diane Esguerra, A&D Draft Aid (303) 573-5757; Technical Information: Oscar Fernandez (702) 795-1072; Contract Administration: Connie Baca (303) 220-6593 Total quantity of work is indefinite. Multiple contracts may be awarded. All of the following terms and conditions will apply to each separate contract. One or more work orders will be issued when projects are identified. Term will be for two years. Initial contract value is $500,000. Quantity of work ordered will not be less than $10,000 nor more than $2,500,000. Postal Service reserves the option to increase the potential value of contract in increments of $250,000 not to exceed $2,500,000 over the term of the contract. Additional Consent of Surety will be required for each increase. Offerors are requested to submit a single MULTIPLIER for Zip Codes in Northern Nevada (includes Northeast California) beginning with 894, 895, 897, 898 and 961 and/or for Zip Codes in Southern Nevada beginning with 893, 889, 890, and 891 to be applied to prices to determine value of each work order issued under the contract. The maximum amount of any single work order is $250,000. Work may include any of the items detailed in the Unit Price Schedule and/or Specifications and performed in any USPS-owned or leased postal facility in the State of Nevada (includes Northeast California). Awards will be made to the responsible offerors whose proposal offers best value to Postal Service Factors which will be considered in evaluating ofters for award are number of years HVAC experience, past satisfactory pertormance as disclosed by reference checks, company size and statting, capacity and current workload, and HVAC experience with postal or government buildings. THE USPS GOAL FOR SUBCONTRACTING WITH MINORITY AND WOMAN OWNED BUSINESSES IS 10% AND 3% RESPECTIVELY; MINORITY PARTICIPATION---10%; FEMALE PARTICIPATION 3% Solicitation packages will be available on or about December 15, 1998 at $30 (nonrefundable) per volume. Request Solicitation 072976-99-A-0040 from

CO ENGFLDACT MW, 201 Decatur Avenue, Great Lakes, IL 60088

5600 2-HIMITZ VOLTAGE UPGRADE FOR THE PUBLIC WORKS CENTER, NAVAL TRAINING CENTER, GREAT LAKES, ILLINOIS SOL N68950-99R-0170 DUE 021899 POC Ms. Lolita L. Batis, Contract Specialist, 847– 688-2600 X122 The work includes overhead hot-line electrical work, removing 5 kV class electrical distribution conductors, insulators, poles, and transformers, and providing 15 kV class electrical distribution conductors, insulators, poles, and pole-top transformers, underground medium voltage cables in concrete encased duct, pad-mounted transormers, pad-mounted junction cabinets, metal-clad switchgear modification, trenchless micro-tunneling and incidental related work. This solicitation is formatted as a Request for Proposal (RFP) in accordance with the requirements designated by the Federal Acquisition Regulation (FAR) Part 15 for negotiated procurements utilizing Source Selection procedures of FAR 15.3. The Government will award a contract resulting from this solicitation to the responsible ofteror whose proposal conforms to this solicitation will be the "Best Value” to the Government, price and technical factors considered. Offers will be evaluated on the following factors: Factor A-Past Performance and Relevant Project Experience; Factor B-Technical Requirement Project Organization, Quality Control and Safety, and Factor C-Small Business Subcontracting Effort. The Government reserves the right to reject any or all offers at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the Government to be the most advantageous to the Government Offerors are advised than an award may be made without discussions, Offers should be submitted in the most FAVORABLE TERMS. Ofterors should not assume that they would be contacted or afforded an opportunity to qualify. discuss, and/or revise their proposals. Offers WILL NOT be publicly opened. The number of offers received, the identity of offers received, the amount of any offeror relative standing of the offers WILL NOT be disclosed to anyone until time of contract award.--Estimated revised proposal due date is 2/18/99.-The estimated cost is between $1,000,000 and $5,000,000.-This is a firm fixed-priced contract. The performance period is 345 calendar days.---The SIC Code for this project is 1731;

Officer In Charge, Navtac Cntracts, Code 495, Building H-23, P.O. Box 2032, Portmsouth Naval Shipyard, Portsmouth, NH 03801-

2032 y Z-CONSTRUCT AIR DRYER ENCLOSURE, BUILDING 72A, PORTSMOUTH NAVAL SHIPYARD, KITTERY, MAINE SOL N62472-98-8-6568 DUE 03019 POC The Contracts Office at (207) 438-4600 This is the pre-solicaften notice for this procurement. The work includes constructing a me building with removal roof panels around existing air dryers in Bolt 72A, Portsmouth Naval Shipyard, Kittery, Maine. The SIC code for this procurement is 1541 with a size standard of $17,000,000. The estimated cost range is between $100,000 and $250.000. This solicitation et be issued as a 100% Small Business Set-Aside. The response ? shown above is an estimated date. Once the solicitations SUB! all firms requesting the solicitation will be given a copy. Boters Otterors interested in obtaining plans and specifications for this project must submit their request along with a Bank draft: Business check Cashier's check. Company check or Money Order in the amount $78.20 to: Defense Automated Printing Service, Building 20. Portsmout Naval Shipyard, Portsmouth, NH 03804-5000. Each check must be made payable to the SUPERINTENDENT OF DOCUMENTS and annet sted we the applicable solicitation number. DO NOT MAKE CHECKS PAYABI TO THE U.S. TREASURY Use of VISA, MasterCard or Discover credit card is the preferred method of payment. Contact DAPS at (207) 138 1605 or 1606 to place orders. One set of plans and specifications will be sent via First Class V.S. Mail, upon availability to those Contractors who have tendered payment. Ha contract number is not amotret as required or your check is not made payable to the SUPERINTENDEN OF DOCUMENTS, your check will be returned unprocessed. NO PLANS AND SPECIFICATIONS WILL BE ISSUED UNTIL PROPER PAYMENT ** BEEN MADE. If you would like information on the maibag of the sole 13018 package via expedited courier service, please contact Detense Pr * Service at (207) 438-1605 or 1606. For technical questions concer* * the subject notice, please submit your questions in writing to in Contracts Office at (207) 438-2916. PLANS AND SPECIACATIONS ARE NOT AVAILABLE IN THE CONTRACTS OFFICE · NAVY.MIL Contact the Contracting Officer at the e-mail address shown. (W-348 SN279994)


Page 12

32925-3237. Only business/certified/cashier checks or money orders will be accepted and must be payable to: Disbursing Officer DSSN 6624. All responsible sources may submit a bid which will be considered by the 45th Space Wing. (W-348 SN280127)

and incidental related work. Estimated cost of this work is between $100,000 and $250,000. The Contractor shall perform work in accordance with the dredging permit; dredging is permitted from 01 March 1999 through 14 March 1999. SIC Code 1629 applies. The solicitation package will be issued as a Request for Proposal, not a Request for Quotation. MARINE EXPERIENCE IS REQUIRED TO PERFORM THIS WORK. Evaluation factors are applicable and are as follows: (1) Price (2) Past Performance (3) List of Equipment and (4) Methods and Procedures. Solicitation will be available on or about 28 December 1998 and may be obtained from R I. Blueprint, 335 Webster Avenue, Cranston, RI 02920, at (401) 942-3225, FAX (401) 946-6550. Contact RI Blueprint for cost. Visa, Mastercard and American Express accepted. Qfferors are required to verify the number of amendments with the Contracting Officer prior to dated of receipt of quotes. The date for receipt of proposals is on or about 28 January 1999. This project is issued pursuant to the Small Business Competitiveness Program and is unrestricted. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) ofters bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500.000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address:http:/ losdbuweb.dot.gov. (W-348 SN280088)

Officer In Charge, Navtac Cntracts, Code 495, Building H-29, P.O. Box 2032. Portmsouth Naval Shipyard, Portsmouth, NH 03801-

2032 2- CONSTRUCT AIR DRYER ENCLOSURE, BUILDING 72A, PORTSMOUTH NAVAL SHIPYARD, KITTERY, MAINE SOL N62472-98-B-6568 DUE 030198 POC The Contracts Office at (207) 438-4600 The work includes constructing a metal building with removal roof panels around existing air dryers in Building 72A, Portsmouth Naval Shipyard, Kittery, Maine. The SIC code for this procurement is 1541 with a size standard of $17,000,000. The estimated cost range is between $100,000 and $250,000. This solicitation will be issued as a 100% Small Business Set-Aside. The response date shown above is an estimated date. Once the solicitation is issued all fums requesting the solicitation will be given a copy. Bidders/Otterors interested in obtaining plans and specifications for this project must submit their request along with a Bank draft, Business check, Cashier's check, Company check or Money Order in the amount of $78.20 to: Defense Automated Printing Service, Building 20, Portsmouth Naval Shipyard, Portsmouth, NH 03804-5000. Each check must be made payable to the SUPERINTENDENT OF DOCUMENTS and annotated with the applicable solicitation number. DO NOT MAKE CHECKS

PAYABLE TO THE U.S. TREASURY. Use of VISA, MasterCard or Discover 1 credit card is the preferred method of payment Contact DAPS at 1 (207) 438-1605 or 1606 to place orders. One set of plans and specifica

tions will be sent via First Class U.S. Mail, upon availability to those Contractors who have tendered payment. If a contract number is not annotated as required or your check is not made payable to the SUPERINTENDENT OF DOCUMENTS, your check will be returned unprocessed. NO PLANS AND SPECIFICATIONS WILL BE ISSUED UNTIL PROPER PAYMENT BEEN MADE. If you would like information on the mailing of the solicitation package via expedited courier service, please contact Detense Printing Service at (207) 438-1605 or 1606. For technical questions concerning the subject notice, please submit your questions in writing to the Contracts Office at (207) 438-2916. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE IN THE CONTRACTS OFFICE.

LZCUMMINGSOEFDNORTH. NAVFAC NAVY MIL Contact the Contracting Officer at the e-mail address shown. (W-348 SN279997)

45CONS, 1201 Edward N. White Il St, MS 7200, Patrick AFB,

FL 32925-3237 2-ADDITION TO GROUP HQ FACILITY 673, PATRICK AFB, FL SOL F08650-99-B-0402 DUE 021799 POC SSgt Don Graham, Contract Specialist (407) 494-9950 or Madhu LeFevre, Contracting Officer (407) 494-9941 Provide all labor, materials and equipment necessary to consutruct a concrete block addition to existing Bldg 673 at Patrick AFB. Work includes construction of concrete floor slab, concrete masonry units, concrete beams, wood trusses, and built-up roof to match existing facility. Air-conditioned office space will be provided in the addition. The exterior walls will be stucco and painted. Roof will be constructed of steel joists with vented metal deck overlaid with insulating concrete and built-up roofing system. Electrical power and lighting will be provided from existing building power service. The addition will be designed to meet current ADAAG/UFAS accessibility standards. Period of performance is 180 calendar days after Notice to Proceed is issued. Solicitation issue date of 14 Jan 99 and bid opening date 17 Feb 99 are tentative. The applicable SIC code and size standard for this acquisition are 1542/$17M. The estimated range of this project is between $100,000 and $250,000. The solicitation is unrestricted. Requests for the solicitation must be mailed or faxed to (407) 494-6193 and include telephone number, nine-digit zip code, and (1) state whether the firm is a small or large business based on the size standard above, and (2) indicate it a small disadvantaged or woman-owned business. Phone calls will not be accepted. A $25 nonrefundable fee is required for

the solicitation. Faxed requests for the solicitation will be accepted but fees must be received by 45 CONSALGCCA before packages will be issued. Mailing address for requests/fees is 45 CONS/ LGCCA, 1201 Edward H.' White Il Street, MS-7200, Patrick AFB, FL 32925-3237. Only business/certified/cashier checks or money orders will be accepted and must be payable to: Disbursing Officer DSSN 6624. All responsible sources may submit a bid which will be considered by the 45th Space Wing. (W-348 SN280129)

WALLA WALLA DISTRICT, CORPS OF ENGINEERS, 201 NORTH THIRD

AVENUE, WALLA WALLA WA 99362-1876 1-TRANSFORMER BAY END WALL, ICE HARBOR DAM, WALLA WALLA COUNTY, WASHINGTON SOL DACW68-99-8-0008 DUE 012799 POC Requests for plans and specifications and questions for clarification should be faxed to 509/527-7802. (Site Code DACW68) This solicitation is set-aside for small businesses only. Description of Work: Furnish and install 15 precast concrete panels to form a wall to prevent water from the spillway from spraying on the main powerhouse transformers. The precast concrete panels will be 9-1/2" thick, 4'-1" tall, and 38' long. They will be stacked "stoplog fashion in structural steel end guides which will be mounted to the powerhouse walls. Installation will require Contractor turnished crane service capable of lifting the precast panels approximately 72 feet high for installation, Estimated cost range is $100,000 to $250,000. The standard industrial classification code is 1629. The small business size standard is average annual receipts for the previous three fiscal years must not exceed $17,000,000. All responsible small businesses may submit an offer which may be considered. (1-348 SN280061)

National Imagery and Mapping Agency (NIMA), 3200 South Second

Street, MS L-13, Attn: PCC-W. St. Louis, MO 8-3399 2-PROJECT STL 99-0102, SITE PREP FOR SCEN, MODIFY WALLS AND DOORS, BUILDING 36, SECTIONS BA, IA AND 1B, 3200 SOUTH SECOND STREET, ST. LOUIS, MO SOL NMA402-99-T-0011 DUE 011599 POC Susan R. Pollmann or Karen Corder, Contract Specialists, 314260-1206 / Antoinette R. Hamel, Contracting Officer NIMA Project STL 99-0102, Site preparation for SCEN, modity walls and doors. Work consists of providing all plant, labor, materials and equipment, and performing all work in strict accordance with those specifications, schedules and drawings forming parts thereof to modity walls and doors in multiple areas of Building 36 at the NIMA facility. Work is to include demolition of demountable partitions and removal of electrical devices (switches and outlets) on the walls. New drywall partitions will be installed along with electrical devices (switched and outlets) on these new walls. Hollow metai doors will be removed and installed. Existing walls will need to be extended from existing wall height to bottom of floor slab of next floor. Existing ceiling grids will need to be modified. A large roll-up door will be installed. The performance period for this project shall be 60 days from issuance of the Notice to Proceed. The contractor shall be required to perform a certain amount of work on premium time to eliminate disruption of Government services. Work shall be performed by a general contractor who has several years experience in general office renovation. All work shall be accomplished in strict accordance with applicable NIMA, EPA, NFPA and OSHA requirements. The approximate cost of this project is between $25,000 and $100,000. This project will be performed at the NIMA facilities at 3200 South Second Street, St. Louis, MO. The facility is located east of Broadway an south of Arsenal Street in south St. Louis city. The solicitation documents and specifications are available from NIMA at no charge. All interested parties may submit a written request to NIMA, PCC-W, Mail Stop L-13, Attention: Susan Pollmann, 3200 South Second Street, St. Louis, MO 63118-3399, or a facsimile request to 314-260-1221. Copies of the solicitation will be provided in response to written or facsimile requests only. This solicitation will not be available through electronic data interchange. This is a 100% set aside for small business. SIC: 1542, $17 million. All responsible contractors may submit an offer which shall be considered by the Agency. All offers must be submitted in writing. See Note(s): 1. (1348 SN280109)

U.S. Geological Survey, MS 204, 12201 Sunrise Valley Drive, Reston, VA 20192

-RENOVATIONS IN 4A AREA, USGS, 12201 SUNRISE VALLEY DR, RESTON, VA SOL 99HQQQ0065 DUE 122298 POC Ms. Heather R: Williams, fax (703) 648-7901 This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation. Proposals are being requested under Request For Quotes (RFQ) # 99HQQQ0065 posted on Electronic Commerce. Details may be viewed on the Department of Interior=s 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 SIMPLIFIED ACQUISITION THRESHOLD OF $100,000.00. SIC code for this acquisition is 1542. Quotes are due at midnight on 22 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-348 SN280153)

Z Maintenance, Repair or Alteration of Real Property Potential Sources Sought

INSTALLATION BUSINESS OFFICE -, CONTRACTING, DRAWER 70120,

FORT BRAGG NC 28307-0120 7 REMOVAL AND INSTALLATION OF DASHER BOARD SYSTEM AND TEMPERED GLASS TOP; AND REMOVAL AND INSTALLATION OF RUBBER FLOORING AT CLELAND MULTI-PURPOSE SPORTS COMPLEX CE ARENA. SOL DAKF40-99-8-0008 DUE 011899 POC Contract Specialist BARBARA BOWLES (910) 396-4362 X232 Contracting Officer CATHERINE WILT (920) 396-4362 X236 (Site Code DAKF40) The U.S. Army has a requirement for removal of existing dasher boards and plexiglass top and furnish and install new dasher boards and tempered glass tops. Removal of existing and furnish and install new; counter cabinets at each corner of the ring; and rubber floor covering in player's penalty and timer's boxes and approximately 4,100 additional square feet throughout the building. Work is to be done at Cleland Multi-purpose Sports Complex -Ice Arena, Fort Bragg, NC. All requests for a solicitation package are required to include the vendor's business size. For determining the business size, the standard industrical classification code is 1542 and the average annual receipts for the preceeding three fiscal years must not exceed $17 million. The FSC/Service code for this project $ 2162. Date for receipt of bids is estimated, actual bid opening late and time will be included in the solicitation. The estimated price of this project is between $100,000 and $250,000. The proposed contract $ 100% set aside for small business. See Note 1. (1-348 SN280070)

45CONS, 1201 Edward H. White II St, MS 1200, Patrick AFB,

FL 32925-3237 6-ADDITION TO GROUP HQ FACILITY 673, PATRICK AFB, FL SOL F08650-99-B-0402 DUE 021799 POC SSgt Don Graham. Contract Specialist (407) 494-9950 or Madhu LeFevre, Contracting Officer (407) 494-9941 Provide all labor, materials and equipment necessary to consutruct a concrete block addition to existing Bldg 673 at Patrick AFB. Work includes construction of concrete floor slab, concrete masonry units, concrete beams, wood trusses, and built-up roof to match existing facility. Air-conditioned office space will be provided in the addition. The exterior walls will be stucco and painted. Root will be constructed of steel joists with vented metal deck overlaid with insulating concrete and built-up roofing system. Electrical power and lighting will be provided from existing building power service. The addition will be designed to meet current ADAAG/UFAS accessibility standards. Period of performance is 180 calendar days after Notice to Proceed is issued. Solicitation issue date of 14 Jan 99 and bid opening date of 17 Feb 99 are tentative. The applicable SIC code and size standard for this acquisition are 1542/$17M. The estimated range of this project is between $100,000 and $250,000. The solicitation is unrestricted. Requests for the solicitation must be mailed or faxed to (407) 494-6193 and include telephone number, nine-digit zip code, and (1) state whether the firm is a small or large business based on the size standard above, and (2) indicate if a small disadvantaged or woman-owned business. Phone calls will not be accepted. A $25 nonrefundable tee is required for each copy of the solicitation. Faxed requests for the solicitation will be accepted but fees must be received by 45 CONSALGCCA before packages will be issued. Mailing addr:ss for requests/fees is 45 CONS/ LGCCA, 1201 Edward H. White 11 trept MS-7200, Patrick AFB, FL

Directorate of Contracting, Attn: ATZS-DKO, P.O. Box 12748, Fort

Huachuca, Arizona 85670-2748 24OB ORDER CONTRACT (JOC) FOR FORT HUACHUCA, AZ SOL DABT6398-R-0054 POC Russ Hite, (520) 538-0400 The issuance of this solicitation has been extended indefinitely. The contractor shall provide all labor, materials, supplies, equipment and management staff necessary, to perform the Job Order Contract (OC) for the Directorate of Installation Support for the U.S. Army Intelligence Center and School, Fort Huachuca, AZ. The services called for under this contract will be for real property maintenace and repair or minor consturction. Fort Huachuca includes 73,344 acres situated in the Huachuca Mountains Cochise County, Arizona. Other areas to be service by the JOC are the: 1. U.S. Army Reserve Center, Phoenix, AZ 2. U.S. Army Reserve Center, Tucson, AZ 3. U.S. Army Reserve Center, Las Vegas, NV 4. U.S. Army Reserve Center, Meas, AZ 5. U.S. Air Force Reserve Center, Las Vegas, NV The Contract type will be a Fixed Price Requierments Contract, with one base year and four option years. All work will be issued on individual delivery orders. Requests for this solicitation shall include the Contractors Federal Tax ID Number; Cage Code and DUNS No. A fee of $25.00 (cerified check or money order is required for reciept of this solicitation, Performance Work Statement, Techincal Specifications and Drawings, made payable to the Defense Finance and Accounting Office. Issue of this solicitation yet to be determined.

Click here to reach the Contract Specialist (W-348 SN279974)

USCG, CEU Providence, 300 Metro Center Blvd, Warwick, RI 02886 2-MAINTENANCE DREDGING OF ENTRANCE CHANNEL AT USCG STAION EATONS NECK, NORTHPORT, NY (NASSAU COUNTY) SOL DICGGI9-Q-3WK036 DUE 011499 POC Ms. Jodi Ruggiero, Contract Specialist, 101) 736-1785 The original CBD Notice published in the 27 November 998 is modified as follows: The Solicitation Number is hereby changed

DTCGG1-99-R-3WK036. Contractor shall provide all labor, materials, quipment, disposal, transportation and supervision necessary for Mainteance Dredging of Entrance Channel at USCG Station Eatons Neck. orthport, NY (Nassau County). The work includes pre-dredge hydrographic urvey of the channel, hydraulic or bucket dredging of approximately 000 CY of course sand; post dredge hydrographic survey of the channel

Supplies, Equipment, and Materials

13 Ammunition and Explosives

Detense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15 TUBE ASSEMBLY, BLEED AIR SOL SP0470-99-0-0385 DUE 012999 POC Jean Switzer/BR770/804-279-5575/Fax 804-279-6478 Solicitation for NSN 1560-00-676-1456/FPG98331000397, Lockheed Martin P/N 695801-17. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery Schedule: 83EA., 163 DARO. 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 See note 26. All responsible sources may submit an offer which will be considered. (W-347 SN279834)

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

07806-5000 13-M767 ELECTRONIC TIME ARTILLERY FUZE SOL DAAE30-98-R0510 DUE 011599 POC Marianne Shuster, Contract Specialist, 973724-4260 The U.S. Arm, is contemplating modification of Contract DAAE 30-98-C-1055 for the acquisition of 27,000 each M767 Electronic Time Artillery Fuze to be delivered in April 1999 and May 1999, in accordance with FAR 6.302-1, this acquisition is planned as a sole source to Bulova Technologies, Lancaster, PA. See Numbered Notes 22 and 26.

http://prochet,pica.army.mil/cbd/RFP/98R0510/98R0510.htm US ARMY TACOM-ARDEC Procurement Network

Marianne C. Shuster (D-348 SN279995)

one base year and option to extend the contract for 3 years. 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 manut actue meets qualification requirement at the time of award, in accorska with the FAR Clause 52-209-1 or 52-209-2. The solicitation identitet the office where additional information can be obtained concerne qualification requirements and is cited in each individual solicitatan Based upon market research, the Government is not using the polices contained in Part 12, Acquisition of Commercial Items, in its sole este for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capadit to satisfy the Government's requirement with a commercial item the 15 days of this notice. All responsible sources may submit a B proposal, or quotation which shall be considered by the agency. The Contracting Office will accept requests for solicitations through facsimit Fax Number: (804) 279-4005. Technical Data Package Availability Spec fications plans of drawings relating to the procurement describes are not available and cannot be furnished by the Government. The faza contract award decision may be based upon a combination of pro, 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-346 SN279803)

Defense General Supply Center, 8000 Jett Davis Hwy., Richmond,

VA 23297-5312 15 ELEVATOR ASSEMBLY, I SOL SP0460-99-0-2522 DUE 011599 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, cont act C. Moore/BE979/804-279-3999 Contracting officer DA le Cottrel1/804-279-4914 PR-NO: NPG98343000379 NSN 156001-069-5466, elevator Assembly, T Bell Helicopter Textron CAGE 97499 P/N 209-020-801-107 11 -EA Del to Cherry Point NC 28533-5001 Del 90 DARO 6 - EA Del to Stockton CA 95296 Del 90 DARO 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. (1-348 SN279864)

NAVAL INVENTORY CONTROL POINT-MECHANICSBURG, Code

M2522, PO Box 2020, Mechanicsburg, PA 17055-0788 14-CELL AMPLIFIER SOL N0010499RLC05 DUE 020199 POC Point of Contact Contact Point, Richard D Zmuda, 0213.7, (717)605-1703, Fax, (7171605-7317, Twx, Not-avail, Contracting Officer, Michael Wallner, 021, (717)605-3921 NSN 1H-1420-01-221-4086-MG, SPEC NR TDP VER 017, Qty 1025 EA, Deliver to Receving Officer China Lake CA, Defense Distrbution Depot San Diego San Diego CA -t is the intention of NAVICP-Mech to issue an Indefinate Delivery Type Contract (IDTC) as described at FA: 16.5. ie Indefinate Quantity type, Delivery for year One (1): is described above. Maximum quantities for years Two (2). Three (3), Four (4) & Five (5) approximate 500 each annually. Year One (1) quantity includes 20 each for Foreign Military Service. THIS SOLICITATION CONTAINS CLASSIFIED DATA. TO RECEIVE A COPY OF THE SOLICITATION SUBMIT YOUR SECURITY CLEARANCE WITH THE REQUEST., See Notes 9,12 (ACNSPCC1211024-031) (1-348 SN279861)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 15 SUPPORT STRUCTURAL SOL SP0460-99-X-4321 DUE 011599 POC Contact: for copies of RFP/FB solicitations (available 15 days after announcement), write or phone: DSCR bid req uest hotline, attn: DSCRJAB, 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: YPG98344000467 NSN 1560-01361-8183, Support structural Boeing helicopters CAGE 77272 P/N 145S2974-24 7 -EA Del to Richmond VA 23297 Del 90 DARO other than full and open and unrestricted. QPL-FAR 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 offer which DGSC shall consider. (1-348 SN279883)

Detense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-SENSOR, VOLTAGE CURRENT SOL SP0475-99-Q-R284 DUE 012999 POC LaShan Bagley, BV414, DSCR-JUPA, 804-279-3952, Far 804-27 6078. Contracting Officer: Sabrina Spratley, 804-279-3438 Eng kan Application--B-1B Aircraft, PR Number YPG98343000467, NSN 1686 01-308-1838, Sensor, Voltage Current, Boeing North American like Nort American Inc. Cage 43999, P/N LE473-0001-0005 Rev M. Specifications plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Other than full and op comp, more than one source, intended sources: Boeing North America Inc, Cage 43999, American Aerospace Controls Inc, Cage 15443 N 5378-20/20. Total Quantity-6 each. Delivery schedule-65 DARI Origin inspection required.

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

lybagley@dsce dla milsame e-mail address as above (W-346 SN279807)

15 Aircraft and Airframe Structural Components

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15 PANEL, LEADING EDGE SOL SPO-470-99-Q-2363 DUE 012899 POC Denise Blount/BR916/8040279-3322/Fax 804-279-6478 Solicitation for NSN 1560-00-630-6018/YPG98323000199. Drawing # 5-88126, interim procurement descriptions and deviation lists may be examined or obtained trom 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 fre at DSCR-VA, ATIN Rights Guard Program, Richmond, VA 23297-5604. Contact 804-279-5912 for forms. Delivery Schedule: 15 EA 90 DARO. Unrestricted. The final contract award decision may be based upon a combination of prices, past performance and other evaluation factors as described in the solicitation. (W-346 SN279799)

Detense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15 SUPPORT STRUCTURAL SOL SP0475-99-Q-R288 DUE 012899 POC Afrikka Brooks, BV418 (804)279-6405/ Jeanne B Yonce, Contracting Officer, (804)279-5145 NSN: 1560-01-374-5760, McDonnell Douglas Corp. Cage 76301, P/N 74A170729-2002. Deliver a quantity of 28 Each to San Diego, CA, Deliver 64 each to Stockton, CA (parcel post) or Lathrop, CA (freight). Delivery is 270 Days ARO. Anticipated award date 28 JAN 99. All responsible sources may submit a written or electronic bid, proposal or quotation which shall be considered by the agency. ABVM may apply. Quotes may be submitted via fax (804)279-6078. Origin Inspection Is Required. End Item Application F-18 Aircraft. The government does not have and cannot furnish specifications or drawings related to this procurement,

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

Click here to contact contract specialist via email (W-348 SN279964)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16–WRENCH ASSEMBLY, RATCHET SOL SP0470-99-0-0383 DE 012999 POC Solicitation for NSN 1670-00-799-5792/YPG983267AF AAR Advanced Structures P/N 14711-546-12. Specifications plans drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery Schedule. 199 EX 150 DARO. ABVM applies, the final contract award decision 15 based upon a combinati Solicitation for NSN 1670-00-799-5 YPG98328000258, AAR Advanced Structures P/N 14711-546-12 Species tions, plans or drawings relating to the procurement described at not available and cannot be furnished by the Government. De v Schedule: 199 EA., 150 DARO. ABVM applies, the final contract art decision may be based upon a combination of price, past perfora.990 and other evaluation factors as described in the solicitation. See 10 26. All responsible sources may submit an ofter which will be considered (W-347 SN279831)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 15_SHAFT, ASSEMBLY, INWER SOL SP0470-99-Q-0374 DUE 012999 POC Denise Blount/BR916/804-279-3322/Fax 804-279-6478 Solicitation for NSN 1560-00-863-7326/YPG98308002038. Drawing # 81205 6910326 REV D, 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. Delivery Schedule 40 EA 90 DARO. Government Furnished Mylars applies. The final contract award decision may be based upon a combination of prices, past performance and other evaluation factors as described in the solicitation (W-347 SN279829)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 15--LEADING EDGE ASSEMBLY SOL SP0475-99-R-0373 DUE 012599 POC Kimberly Ratliff, BD518, DSCR-JUPB-804-279-4535, FAX 804-2796078, Contracting Officer: Patricia Jackson, 804-279-6193 See Note: 22 End Item Application-f-14 Aircraft, NSN 1560-00-145-8295, Leading Edge Assembly, P/N A51B35002-27, Rev. "M" Source, Grumman St. Augustine Corp., Cage 61174. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government Option to increase quantity-100%. Other than full and open competition, more than one source, intended sources: Grumman, St. Augustine, Grumman. Bethpage. Delivery Schedule-287 DARO (Stockton, CA 95296-0130). Origin inspection required.

www.dscr.dla.mil DSCR HOMEPAGE (W-348 SN280024)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadulphia,

PA 19111-5098 16 ACTUATOR, ELECTRO-ME SOL NO0383990A067 DUE 012099 PX Point of Contact Contact Point, Donald f Mcgettigan, 0223.02. (21568 6549, Fax, (215)697-3161, Twx, Not-avail NSN 7R-1660-00-687-934BP, Ref Nr 35902, Qty 11 EA, Delivery FOB Origin-only known apored source is AlliedSignal MCS Torrance CA facility: there are no di available. The subject item requires Government source approval to contract award, as the item is flight critical and/or the tecnica data available has not been determined adequate to support acest via full and open competition. Only the source(s) previously spoken by the government for this item have been solicited. The time required for approval of a new source is normally such that award cry be delayed pending approval of a new source. I you are not » approved source you must submit, together with your prop250" information detailed in the http://www.navicp, navy.mil/prodservisor source htm V.S. Navy Aviation Supply Office Source Approval Informator Brochure. This brochure identifies technical data required to be sub based on your company's experience in production of the sy similiar item, or if this is an item you have never made. This broken can be obtained by calling NAVICP-P at (215) 697- 4243 M you request for source approval is currently being evaluated at NAVO P, submit with your offer a copy of the cover letter whech for a dat your request for source approval. Offers received which fal to pronte all data required by the Source Approval Brochure or document preve! submission of all data required by the Source Approval Brochure # not be considered for award under this solicitation. Please agte evaluation of a source approval request submitted hereunder const be processed in time and/ or approval requirements preclude taal to obtain subject items in time to meet government requires award of the subject requirement may continue based on Fleet Sex needs. The NAVICP Commercial Item Identification Brochure and ******** tion regarding the Submission of Market Research Data is DON &vé abe

16 Aircraft Components and Accessories

Detense Supply Center Richmond, 8000 letterson Davis Highway,

Richmond, VA 23297-5000 15 BLISTER ASSEMBLY SOL SP0470-99-0-0-384 DUE 012999 POC Jean Switzer/BR770/804-279-5575/Fax 804-279-6478 Solicitation for NSN 1560-01-415-3326/YPG98324000302. Rockwell lat't

Corp P/N 20000304226-001. Specifications. plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery Schedule: 6 EA., 294 DARO. 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. See note 26. All responsible sources may submit an offer which will be considered. (W-347 SN279833)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-COVER, SLOT, PEDESTAL SOL SPO470-99-0-P149 DUE 012999 POC Buyer. Suzanne Angus, 804-279-5410; Contracting Officer: Patrick Finegan, 804-279-4949 NSN: 1680-00-968-6676; Nomenclature: Cover, Slot, Pedestal; Configuration Control Applies; Manufacturer: Kaiser Aerospace & Electronics Corp., Cage 86831; Part Number: 315913-7; Quantity: 45; Unit of issue Each; FOB: Destination, Inspection/Acceptance: Origin; This is a solicitation for an indefinite Delivery Purchase order with

at: http://www.navicp.navy.mil/cii/ciibro.htm http://www.navcip.navy.mill ciiciibro.htm See Note 22 (ACAVI1211023-154) (1-348 SN279846)

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 Der 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 ActBalance 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-348 SN279907)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 7 16–SERVOCYLINDER ASSEM—AND SIMILAR REPLACEMENT PART SOL

N0038399RP132 DUE 012099 POC Point of Contact Contact Point, Lee M Wagman, 0222.05. (215)697-0316, Fax, (215)697-3161, Twx. Not-avail, Contracting Officer, Brian Byrnes, 0222. (215)697-6534 NSN OR-1650-01-455-2590-B4, Ref Nr 41010230-103, Qty 11 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 e 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 El 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. 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 i 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 Er be processed in time and/ or approval requirements preclude the ability si

to obtain subject items in time to meet government requirements, * award of the subject requirement may continue based on Fleet support 1 needs. The NAVICP Commercial Item Identification Brochure and informa

tion regarding the Submission of Market Research Data is now available at: http://www.navicp.navy.mil/cn/ciibro.htm http://www.navcip.navy.mil/ ciiciibro.htm there are no drawings available. See note 26, See Note 22 (ACAVI 1211023-155) (1-348 SN279847)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-HOUSING ASSEMBLY SOL SP0475-99-0-R285 DUE 012898 POC Atrikka Brooks, BV418 (804)279-6405/ Jeanne B Yonce, Contracting Officer (804)279-5145 NSN: 1680-01-146-8312 Moog Torrance, Cage OZWK8, P/N 2041375-23. Deliver a quantity of 10 Each to Jacksonville, FL Delivery is 250 Days ARO Anticipated award date 12 FEB 99. All responsible sources may submit a written or electronic bid, proposal or quotation which shalt be considered by the agency. ABVM may apply. Quotes may be submitted via fax (804)279-6078. Origin Inspection Is Required. End Item Application F-18 Aircraft. The government does not have and cannot furnish specifications or drawings related to this procurement.

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

Clicke here to contact contract specialist via email (W-348 SN279923)

clauses in effect through Federal Acquisition Circular 97-05. This is an unrestricted acquisition. The Standard Industrial Classification Code is 3728. The small business size standard is 1000 employees. These items are utilized on the HH-65A aircraft Items required: 'Item No. 1 P/N 204037-3, NSN 1680-01-HS1-3322, BAG, FLOATION FLH, 10 Ea, Cage Code F6101; Item No. 2.P/N 204038-3, NSN 1680-01-HS13323, BAG. FLOATION F/RH, 10 Ea, "Cage Code F6101. Items are to be delivered no later than 365 days from receipt of Purchase Order to USCG Aircraft Repair and Supply Center, Receiving Section, Bldg, 63, Elizabeth City, NC 27909-5001 Delivery shall be F.O.B. destination with final inspection and acceptance at destination. The basis for award will be best value to the Government, considering technical acceptability, price, delivery, and past performance. The following Federal Acquisition Regulation (FAR) provisions and causes apply: FAR 52.24615 Certificate of Contormance (Apr 1984) and the Coast Guard required Airworthiness Certification Requirements form (to receive a copy, contact Ms. Suzan P. Tolson at (252)335-6493 or fax (252)334-5240): FAR 52.212-1 Instructions to Offeror's Commercial Items (Aug 1998); FAR 52.212-3 Otteror Representations and Certifications Commercial Items Jan 1997) Otteror shall include a completed copy of this provision with the quote; FAR 52.212-4 Contract Terms and Conditions-Commercial "Items (Apr 1998) with the following addenda: 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO-Al rated, 52.21115 Detense Priority and Allocation Requirement (Sep 1990), 52.21116 Variation in Quantity (Apr 1984) (b) 0% increase, 0% decrease; total contract quantity, 52.211-17 Delivery of Excess Quantities (Sep 1989), 52.225-11 Restrictions on Certain Foreign Purchases (Aug 1998), 52.247-34 FO.B. Destination (Nov 1991). Packaging instructions each piece of equipment shall be packaged in accordance with best commercial packaging to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with MIL-STD-129M, Marking for Shipment and storage, dated 15 Jun 93. All labehng will be imprinted with the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Purchase Order Number, and Serial Number. Labeling data shall be attached to the outside of the shipping container Inspection and acceptance to ensure that item is in accordance with manufacturer's specifications shall be performed at destination. FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items (Jun 1998), paragraphs (b) (6)-(9) apply. Closing date and time for receipt of offers is January 5, 1999, 3:00 PM. Facsimile offers are acceptable and may be forwarded via Fax Number (252) 334-5240. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs)! "The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov***** (W348 SN279981)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16—SCREWJACK, ACTUATOR SOL SPO470-99-2-0388 DUE 020199 POC Diana Bendall/BR918/804-279-6832/Fax 804-279-6450 Solicitation for NSN 1680-00-772-5907/PG98329000324. GEC, P/N 5450208-714. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery Schedule: 61 EA., 90 DARO, 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. See note 26. All responsible sources may submit an offer which will be considered. (W-348 SN279930)

Detense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 16-HOUSING ASSEMBLY SOL SP0475-99-0-R286 DUE 012899 POC Afrikka Brooks, BV418 (804)279-6405/ Jeanne B Yonce, Contracting Officer (804)279-5145 NSN: 1680-01-146-8310 Moog Torrance, Cage OZWK8. P/N 2041375-19. Deliver a quantity of 8 Each to Richmond, VA Delivery is 300 Days ARO Anticipated award date 12 FEB 99. All responsible sources may submit a written or electronic bid, proposal or quotation which shall be considered by the agency. ABVM may apply. Quotes may be submitted via fax (804)279-6078. Origin Inspection Is Required. End Item Application F-18 Aircraft. The government does not have and cannot furnish specifications or drawings related to this procurement.

http://www.dscr.dla,mil DSCR Homepage

Click here to contact contract specialist via email' (W-348 SN279935)

Detense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-HOUSING ASSEMBLY SOL SP0475-99-Q-R272 DUE 012099 POC Beverly Brown/BV412/804-279-5748/Fax 804-279-6078/Contracting Officer/Jeanne B. Yonce/804-279-5145 YPG98338001217, 1680-01-146-8309. Housing Assembly. Moog Torrance Inc., CAGE OZWK8. P/N 204137517. Origin Inspection Required. Unrestricted. QAP 003. Critical End Item F-18 Aircraft, ABVS applies. Central Contractors Registration (CCR) required. Other than full and open comp. note 22. Specifications, plans of drawings relating to the procurement described are not available and cannot be furnished by the Government. Del. FOB Destination Def. Dist. Depot Richmond, VA 23297-5900. Qty 10 ea. (W-348 SN280023)

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

4488, Redstone Arsenal, AL 35898-5280 16—HOUSING ASSY, VALVE SOL DAAH23-99-0-0262 DUE 012099 POC Name: Peggy Elkins phone: 256-955-9264 e-mail: elkinsDj@redstone army.mil.: office: AMSAM-AC-AL-C: fax: 256-955-8582 THIS IS A COMBINED SYNOPSIS/SOLICITATION: PRON AX9F0041AX: NSN 166001-130-1471, NOUN Housing Assy, Valve: SIC CODE: 3728: SOLICITATION NUMBER: DAAH09-99-0-0262 CLOSING DATE: 20 Jan 99: This item IS sole source to the Original Equipment Manufacturer (OEM), Allied Signal Inc. This announcement constitutes the only solicitation document, quotations are being requested and a formal solicitation will not be issued. Quotes may be faxed to the buyer shown above at (256)9558582. Contractor must be an approved source for this item to be considered for award. Item 0001AA, 137 ea., P/N: 3168592-1, applicable to the UH-60 Aircraft, Inspection and acceptance at Origin, Inspection requirements: 52.246-2, 52.246-16, 52.246-11, ANSI/ASQC 09002 (ISO 9002) or equivalent. FOB Point: Origin with deliveries to Texarkana, IX. The required delivery date is 120 days after receipt of order. Level of Preservation Packing: C/C Packaging-Heems shall be prepared for delivery IAW ASTM D 3951-95. Marking of shipments --The contractor shall mark all shipments under this contract in accordance with ASTM D 3951-95, "Government Marking Requirements". 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 data needed to acquire this part competitively is not physically available, it cannot be obtained economically, nor is it possible to draft adequate specifications or any other adequate, economical description of the material for a competitive solicitation. 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 AMSAM-AR-E--F-S/Ramon Campos, 256-313-4909, Bldg 5681, Redstone Arsenal, AL 35898-5280, web site information on SAR: http://avrdech.redstone.army.mil/agripl. This acquisition is subject to availability of funds. Procurement History: Award Date, 97 Jul 31, Quantity: 51 ea., $231.93 ea., Contractor: Allied Singal Inc. The history provided has not been screened in any manner to ascertain the actual circumstances 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) and FAR 52.252-2, Clausés 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 destination. 2. Quotation is firm for 90 days unless otherwise stated. 3. Furnish vendors part number(s) if other than listed with each item. 4. Point(s) of shipment, performance, preservation, packaging, and marking. 5. Remittance address. 6. T axpayer Identification Number (TIN) per FAR 52.204

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 16-HOUSING ASSEMBLY SOL SP0475-99-Q-R286 DUE 012899 POC Afrikka Brooks, BV418 (804)279-6405/ Jeanne B Yonce, Contracting Officer (804)279-5145 NSN:1680-00-719-5314, Talley Defense Industries, Inc., Cage 12116, P/N 1293-236. Deliver a quantity of 174 Each to Jacksonville, FL. Delivery is 150 Days ARO Anticipated award date 28 JAN 99. All responsible sources may submit a written or electronic bid. proposal or quotation which shall be considered by the agency. ABVM may apply. Quotes may be submitted via fax (804)279-6078. Origin Inspection is required. End Item Application 1-2 Aircraft. The government does not have and cannot furnish specifications or drawings related to this procurement.

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

abrooks@dscr. dla mil Click here to contact contract specialist via email (W-348 SN279957)

Defense Supply Conter Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 164 TRANSDUCER, MOTIONAL PICKUP SOE SP0475-99-Q-R279 DUE 012099 POC Beverly Brown/BV4121804-279-5748/Fax 804-279-6078/Contracting Officer/Jeanne B. Yonce/804-279-5145 YPG98344000487, non 1630-01-010-6713. Transducer, Motional Pickup. Grumman Aerospace corp., CAGE 26512, P/N 160C637201-21 Rev")?. Sources: Grumman St. Augustine corp.. CAGE 61174. OBSOL, CAGE OGTG2. Lockheed Martin corp., CAGE 25500. Aircraft Braking Systems Corp. CAGE OB9R9. P/ N 6001410-1. Origin Inspection Required. Configuration Control applies. Unrestricted. ABVS applies. Other than full and open comp. Central Contractors Registration (CCR) required. Critical end item: 24F, Thunderbolt II, A-10 aircraft. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Del. FOB— Destination to Transportation Officer. DDSP-New Cumberland Facility, New Cumberland, PA 17070-5001. Qty 9 each. (W-348 SN280035),

Contracting Section USCG Aircraft Repair & Supply Center, Elizabeth

City, NC 27909-5001 16-AIRCRAFT COMPONENTS AND ACCESSORIES SOC DTCG38-99-Q200004 DUE 010599 POC Contract Ms. Suzan P. Tolson, Purchasing Agent. (252)335-6493 or Ms. Elissa D. Gill, Contracting Officer, (252)3356141 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DTCG38-99-0-200004 is issued as a Request for Quotation and incorporates provisions and

Contracting Section USC6 Aircraft Repair & Supply Center, Elizabeth City, NC 27909-5001 16 AIRCRAFT PARTS AND COMPONENTS SOL DTCG38-99-Q-100014 DUE 123098 POC Denise Hall, Purchasing Agent, (252) 335-6143 17 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 NOTICE IS THE ONLY SOLICITATION DOCUMENT AVAILABLE AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All references to Potters" are understood to be "quotations". The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. The US Coast Guard Aircraft Repair & Supply Center intends

25 Vehicular Equipment Components

Detonso Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-PARTS KIT, ACTUATOR SOL SP0470-99-0-0389 DUE 020199 POC Diana Bendall/BR918/804279-6832/Fax 804-279-6450 Solicitation for NSN 1680-00-796-1473NPG98329000327, GEC-Marconi P/N E20030. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery Schedule: 139EA., 238DARO. 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. See note 26. All responsible sources may submit an offer which will be considered. (W-348 SN280078)

to issue a purchase order under simplified acquisition procedures for commercial items for the purchase of 1) Screw, 16 Each, PN# MY20260025R1; 2) Screw, 8 Each, PN# MY20260-025R2-8; 3) Screw, 4 Each, PN# 22017K062011XA; 4) Screw, 4 Each; PN# 22201BC062011; 5) Extractor, Drag Chut, 12 Each, PN# CP12A1S; 6) Bellow, 3 Each, PN# 99161; 7) Pipe, 12 Each, PN# MY2072632602; 8) Filter Element Air, 6 Each, PN# CG0080503448N00; 9) Valve, 1 Each, PN# B9419-203; 10) Fitting Mating, 4 Each, PN# MY2024907836G02; 11) Fitting LH, 4 Each PN# MY2024707837G02; 12) Close Out Entrance, 1 Each, PN# F20G8051121-301; 13) Gasket, 6 Each, PN# MY20119-2103-15: 14) Seal Engine, 100 Each, PN# BAS180PWMB40-70AFZ. This requirement is for use on the HU25 Falcon aircraft. Offerors shall be able to provide necessary certification to ensure parts are in airworthy condition, suitable for installation on a U.S. Coast Guard aircrratt. Aircraft parts shall be manufactured in accordance with Federal Aviation Regulation Part 21 or alternate standards approved by the Engineering Division of the USCG Aircraft Repair and Supply Center, The Standard Industrial Classification is 3728 and the small business size standard is 1000 employees. All responsible sources may submit an ofter which will be considered. This solicitation is not restricted to small businesses. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Aug 1998); 52.212-2 Evaluation-Commercial Items (Oct 1997) The following factors, in descending order of importance, shall be used to evaluate offers: Technical capability of the item to meet the Government's requirement, price and past performance. FAR 52.212-3 Otteror Representations and Certifications Commercial Items (Oct 1998) Ofterors shall include a copy of this provision with its offer. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Apr 1998) with the following addendas: FAR 52.252-2 Clauses incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address www.deskbook.Osd. Mit; FAR 52.246-2 Inspection of Supplies Fixed Price (Aug 1996), FAR 52.246-15 Certificate of Conformance (Apr 1984) and the Coast Guard required Airworthiness Certification Requirements. Each Diece of equipment shall be packaged in accordance with best commercial packaging to enable shipment to destination. Inspection and acceptance to ensure items are in accordance with manufacturers specifications will be performed at destination. FAR 52.212-5, Contract Terms and Conditions to implement Statutes or Executive Orders Commercial Items (Oct 1998), paragraphs (b)(1)-(3) and (6)-(9). Facsimile offers are acceptable and may be forwarded to (919)335-6496. ATTENTION: Minority, Women-owned and Disadvantaged Businesses (DBE's)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500.000 with interest at the prime rate. For further information on STLP, call (800) 532-1169, Internet address: http://osdbuweb.dot.gov. Note 22 applies* * (W-348 SN280040)

SA-ALC/Contracting Directorate/LPKAF; 485 Quinton Roosevelt Road,

Suite 12; Kelly AFB, TX 78241-6419 16– HOZZLE SEGMENT, NSN: 3040-01-433-6088PT, PN: 408230801 SOL F41608-99-R-44067-001 DUE 010899 POC Faye Shepherd SAALC/LPKAF Kelly AFB, TX 78241-6421 Phone 210-925-6566 FAX 210925-8496 The response date for this requirement is restablished to 08 Jan 99.

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

Send E-Mail to the POC (D-348 SN280139)

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

Columbus, OH 43216-6595 25_PARTS KIT, TRACK SHOE ASSEMBLY SOL SPO7509902149 DE 020599 POC For Information Only, Point of Contact: Robert Garman, Phone: 614-692-1329, Fax: 614-692-3361 Parts Kits, Track Shoe Assen bly, NSN: 2530-01-295-3113. VANW Drawing 19207-5705483. Clin Stockton, CA 3337 Each. Clin 0002 New Cumberland, PA 5692 Exch. Origin Inspection: Supplies and Packaging. All responsible sources may submit an offer/quote which shall be considered. See Notes 1, X This solicitation will be available on the Internet at http: www.dscc.dla.mil/b/rfq_search.html, 15 days after this notice is p lished in the CBD. Requests for hard copies of this solicitation not be accepted. The Small Business Size Standard is 1000 Employees Written requests for drawings are to be submitted to Defense Supply Center Columbus, ATTN: DSCC-VTCD, P.O. 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, RSU Purchase Request Number (e.g. YPC/PE), buyer's name and your completa 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 based upon a combination of price, delivery, past peformance a other evaluation factors as described in the solicitation,

HTTP://WWW.DSCC.DLA MIL/B/RFQ_SEARCH.HTML DSCC SOUCITATION IS AVAILABLE ON THE WEB. (W-345 SN279779)

20 CONS/LGCC, PO Drawer 52610, Shaw AFB, SC 29152-2610 25_DRIVE LINE ASSEMBLY SOL F38601-99-T0022 POC SSgt Narcy Hunt (803) 895-6009 ext. 262 This solicitation is hereby suspendent indefinitely

http:www.shaw.af.mil/20tw/20log/contracting/index.htm 20 Contractes Squadron's Contractor Assistance Site.

Click here to contact the Contracting Officer via e-mail. (W-348 SN280025)

28 Engines, Turbines and Components

Detenso Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 16– FILLER VALVE, AIRCRAFT SOL SP0475-99-0-R278 DUE 012099 POC Beverly Brown/BV412/804-279-5748/Fax 804-279-6078/Contracting Officer/Jeanne B. Yonce/804-279-5145 YPG98344000498, NSN 166001-431-8108. Filler Valve, Aircraft. Aero Unio Corp., CAGE 66959. PI N 1166-20002-2. Origin Inspection required. Unrestricted. ABVS applies. Other than full and open comp. Central Contractors Registration (CCR) required. Critical End Item: A-10 Aircraft. Note 22. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Del. FOR-Destination to Def. Dist. Depot Richmond, VA 23297-5900. Qty 7 ea-100 DARO. (W-348 SN280041)

U. S. Dopartment of Commerce, NOAA, Central Administrative Support Center, 601 East 12th St., CC31, Rm. 1756, Kansas City,

Missouri 64106 16_REPAIR OF T56-A-14 AIRCRAFT ENGINE SOL NAAN6000904105SKS DUE 010899 POC Sharon Scrutchfield 816-426-7267 ext. 231 The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC) intends to overhaul/repair a T56-A-14 engine, serial number OTH8546. The engine is from the WP-3D aircraft N43RF, #3 position. The contractor will provide parts, special tools, and labor to open the engine hot section. The contractor shall inspect the hot section and other portions of the engine the contractor deems necessary to ensure the damage was not caused by something upstream of the hot section. The contractor will provide the Government with a detailed tear-down report of their findings within 7 calendar days after receipt of the engine. The report will provide a breakout of the cost of parts and man-hours to repair the hot section damage and any other deficiencies indicated by the tear-down, complete a 300 hour inspection, (including the removal and replacement of the fuel spray nozzles) change all of the QECA dynafocal mounts and remove and replace the thermocouple harness. The Dynafocal mounts and thermocouple harness will be provided by AOC. AOC will ship the engine to the contractor's facility for the tear-down and inspection. Return transportation of the engine will be by ground transportation with the Commercial Bill of Lading stating: "convert to Government Bill of Lading at destination." After reviewing the tear-down report, the Government will determine whether the Government will overhaul/repair the engine. The contractor must have an FAA Repair Station Certificate covering this engine type and be insured for $1,500,000 for the time the engine is at the facility. If the Government decides to overhaul/repair the engine, the contractor shall provide the proper documentation (FAA 8130 or equivalent and FAA 337 if required) upon completion of the overhaul/repair, returning the engine to service. The overhaul must be completed no later than February 12, 1999. This acquisition is not set-aside for small businesses. Standard Industrial Classification Cod 7699 applies. The solicitation will be issued on or around December 30, 1998. Requests for the solicitation may be faxed to (816) 426-7530. All responsible sources may submit an offer which will be considered by the Agency. (W-348 SN280151)

Detense Supply Conter Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 28_BLOCK, RUB, STANDOFF SOL SPO480-98-Q-S489 DUE 17283 POC Buyer Myra Jones/BP155/804-279-6446, Fax: 3123: Contracte officer Capt. Rod Murphy NSN 2840-01-144-4147. General Electric (99207 P/N 4055T49P06. Acceptable source: Du Pont E. I. (31708) Det 2340 each to Jacksonville, FL and 160 each to Barstow, CA. FOS Destination, Inspection/Acceptance: Origin, DSCR does not currently ve an approved technical data package available for this NSN Data o proprietary or insufficient for competitive procurement.

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

click here to contact the buyer via e-mail (W-345 SN279768)

Detense Supply Contor Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23291-5000 16 HOUSING ASSEMBLY SOL SPO475-99-Q-R273 DUE 012099 POC Beverly Brown/BV412/804-279-5748/Fax 804-279-6078/Contracting Officer/Jeanne B. Yonce/804-279-5145 YPG98338001221, NSN 1680-01-1506565. Housing Assembly. Moog Torrance, CAGE OZWK8. P/N 204137417. Origin Inspection Required. Unrestricted. ABVS applies. Other than tull and open comp. Note 22. Central Contractors Registration (CCR) required. Critical End Item: F-18 Aircraft. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Del. FOB Destination to Def. Dist. Depot Richmond, VA 23297-5900. Qty 6 28–271 DARO. (W-348 SN280047)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 28-PARTS KIT, CARBON SEAL SOL SPO480-99-0-6581 DUE 01153 POC Melissa Forcier, BL374, 804-279-5489, DSCR-JLPA KO Heidi Bradben SPO480-99-Q-6581 NPG98300000354 NSN 2840-01-315-0831 Kaydon Corp. P/N 602003 or Stein Seal Co. P/N SSCY1111484. First Article Testing is required. Specs, plans or dwgs relating to the part ment described are not avail and cannot be furnished by the past Publication Time: 15 days. More than one source: (Note 22)intended sources: Kaydon Corp (cage 75370): Stein Seal Co. (cage 03673) ither than full and open. Unrestricted. Automated Best Value applies. Bete 26 applies. Total Quantity: 588 ea. Delivery 90 days after fest article approval-FOB destination. ALL BIDDERS MUST BE: 1) CCR REG 2 TECHNICALLY APPROVED WITH FULL TOP, BUYER WILL ONLY ACCEPT WRITTEN REQUESTS-NO PHONE CALLS ACCEPTED.

www.dscr.dla.mil DSCR Homepage (W-346 SN279806)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SP04609901537 DUE 011599 POC Cindy Sumner/BT964/JAPA/8042795990/FAX8042796604 NPG98338001188, nsn 1670-01-110-4828, line assembly, withdrawal, note 26 applies, fat required, iaw p/n 607AS101-2, delivery schedule is 90 DARO, unrestricted. (W-348 SN280165)

20 Ships and Marine Equipment-Potential Sources Sought

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 18RAMP ASSEMBLY, AUXILIARY SOL SP0470-99-R-0862 DUE 021099 POC Diane Sadler, buyer, 804-279-5754, Alice M. Zane, Contracting Officer, 804-279-6679 The Govt anticipates awarding a firm, fixed rice contract with a 100% quantity option for AUXILIARY RAMP ASSEMBLY inder NSN 1560-00-607-2311, YPG98345000172, SP0470-99-R-0862, Lockheed Martin Corp. PNN 358967-1 Rev af". The delivery terms are 160 days ARO, inspection/acceptance at origin with FOB destination or a base quantity of 21 each. Configuration control applies. DSCR loes not currently have an approved technical data package for this ISN. Approved sources are Lockheed Martin, cage 98897, and Astro ipar, cage 1F313. This procurement will be issued Jan 10, 1999 with

closing date of Feb 10, 1999. The final award decision may be lased upon a combination of price, past performance, and other evaluation actors as described in the solicitation. Reterence Note 26. For a opy of the solicitation, send a FAX to Arlethia Rollins at 804-2791165. (W-348 SN280057)

V.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle,

WA 98115-0070 20_SHIP AND MARINE EQUIPMENT SOL WASC9-583 DUE 122998 POC Melvin Fondue (206) 526-6043/FAX (206) 526-6025 Request for Quotation The Pacific Marine Center requires a new CAT 3126 Propulsion Diesel Engine for the RA2 Survey Launch on the NOAA Ship Rainier, The new CAT 3126 is a direct drop-in replacement for the ship's existing CAT 3116. This is a simplified acquisition with an estimated value of less than $50,000. Questions concerning this acquisition may be directed to Melvin Fondue at Fax no. 206-526-6025 (W-348 SN280081)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia

PA 19111-5098 28-BLADE, TURBINE ENGIN SOL N00383990M067 DUE 012099 POC Point of Contact Contact Point, David J Russial, 0232.21, 215366 2557, Fax, (215)697-3161, Twx, Not-avail NSN 7R-2840-01-370-1947NQ, Ref Nr 3104221-02. Qty 12 EA, Delivery FOB Origin- The su bent item requires Government source approval prior to contract guard as the item is flight critical and/or the technical data avariable not been determined adequate to support acquisition via full and te competition. Only the source(s) previously approved by the governme for this item have been solicited. The time required for approval a new source is normally such that award cannot be delayed Dendisi approval of a new source. If you are not an approved source you must submit together with your proposal, the intormation detailed in the http://www.navicp.navy.mil/prodserv/source/source.htm US Navy Aviation Supply Office Source Approval Intormation 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 in this a

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. Otters 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, 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 ci/ciibro.htm http://www.navcip.navy.mil/cid/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 (ACAVI1211023-156) (1-348 SN279848)

eral Electric Co. PAN 5027T23G12 Rev. "AE" dtd 15 Mar 89. Specs, plans or dwgs relating to the procurement described are not avail and cannot be furnished by the govt. Delivery: 90 days ARO-FOB destination Publication Time: 15 days. More than one source: Intended Sources: General Electric (cage 99207); Delavan (cage 71895). Other than full and open Unrestricted. Automated Best Value applies. Note 26 applies. Total Quantity: 128 ea. ALL BIDDERS MUST BE 1) CCR REG. 2) TECHNICALLY APPROVED WITH FULL TDP. BUYER WILL ONLY ACCEPT WRITTEN REQUESTS-NO PHONE CALLS ACCEPTED.

www.dscr.dla.mil DSCR Homepage (W-346 SN279804)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 26-HOUSING-POWER TAKE-OFF GENERAL ELECTRIC CO (99207) SOL SP0480-98-0-9391 DUE 011299 POC Contact: for copies of RFP/FB solicitations (available 15 days after announcement), write or phone: DSCR bid request hotline, attn: DSCR-JJAB, Richmond, VA 232975312. for copies of req solicitation, contact Brenda johnson/BP158, 804/279-3116. con,officer, Capt Ron Murphy /BP150, 804/279-4100. PR-NO: YPG97322000397 NSN 2840-00-104-4670, manufacturer: General Electric Co., CAGE 99027 P/N 6005T40 POI, revision K DTD 11-1095. specification plans or drawings relating to the procurement described are not availabe and cannot be furnished by the government. delivery schedule (279 days ARO). unrestricted: Y. Other than full and open comp (10 U.S.C. 2304(C)(1) (sole source) FAR 6.302-1: Y. intended source: General Electric Co. CAGE 99207. Aircraft Gear Corp. CAGE 91514. Trade Agreements Act: N. anticipated award date is 12-3198. OPL-FAR 52.209-1 OR 52.209-2 (NOTE 23): Y all responsible sources may submit offer which DGSC shall consider. (1-348 SN279866) i

meet the requirements of the EMD 645E Engine Maintenance Manual and the work specified above. All repairs and replacement parts shall comply with all EMD Manufacturers Specifications for Unit Exchange Power Assemblies. Inspection and work described herein shall be fully documented and reports shall be submitted on the results of such inspection and work. All inspection reports in accordance with EMD Service Manual shall be required upon delivery of the power assemblies. All component dimensions shall meet EMD measurements/specifications for UTEX power assemblies and be documented for each assembly. Documentation of component dimensions are to be provided on the cylinder head and accessories: piston assembly and connecting rod; and cylinder liner. Documentation to be furnished with the power assemblies upon delivery. The Government Furnished Equipment power packs will be packaged in expendable storage containers. Required delivery time is 60 days after receipt of core. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-08. The provisions at 52.212-1, Instructions to Otterors-Commercial Items, 52.212-3, Offereor Representations and Certifications Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items, 252.212-7000 Offeror Representations and Certifications Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-10. Price or Fee Adjustment for Illegal or Improper Activity. 52 219-8. Utilization of Small Business Concerns and Small Disadvantaged Business Concern, 52.219-14, Limitation of Subcontracting. 52.222-26. Equal Opportunity, 52.222-35, Affirmative 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, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7012, Preference for Certain Domestic Commodities, 252.2477024, Notification of Transportation of Supplies by Sea, 52.216-21, Requirements, 52.216-18 Ordering (insert in paragraph a. Such orders may be issued from date of contract award for a period of one (1) year.) 52.219-19, Order Limitations (paragraph a, insert 8. paragraph b(l) insert 16, paragraph b(2) insert 32, paragraph b(3) insert 60 Mays), 52.245-4, Government Furnished Property (Short Form). Offerors must include a completed copy of the provision 52.212-3 with their ofter which can be accessed in full text at the Army Acquisition Internet address: http://www.acanet.sarda.army.mil/l. Offerors are also reminded to submit the information required by 52.212-1(b). Offers shall be submitted in writing and are due 6 January 1999, 2:00p.m. local time, at Tooele Army Depot, Contracting Officer, Building S-9, Tooele, Utah 84074. Any information regarding this solicitation can be directed to Marilyn F. Martin, Contracting Officer at (435) 8332607 or E-mail martinm@tooele emh2.army.mil. (W-348 SN280094)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 29_MANIFOLD, FLUID, AIRCRAFT ENGINE SOL SP0480-99-Q-6584 DUE 012299 POC Melissa Forcier, BL374, 804-279-5489, DSCR-ILPA, KO: Heidi Bradbury SP0480-99-0-6584 YPG98308001191 NSN 299501-200-7234 MFR: General Electric Co. P/N 1280M27G01 Rev. "B" dtd 20 May 92. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the government. Publication time 15 days. Other than full and open. More than on source. (note 22). Intended sources: General Electric Co. (cage 07482); (cage 03350); Lewis and Saunders, Inc. (cage 21890). Automated Best Value applies. Ref note 26. Unrestricted. Delivery: 90 days AROFOB destination. Total Qty: 165 plus 100 percent option. ALL BIDDERS MUST BE: 1) CCR REG. 2) TECHNICALLY APPROVED WITH FULL TDP. BUYER WILL ONLY ACCEPT WRITTEN REQUESTS NO PHONE CALLS ACCEPTED.

www.dscr.dla.mil DSCR Homepage (W-346 SN279808)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 29_STARTER-GENERATOR, E SOL N0038399QA069 DUE 012099 POC Point of Contact Contact Point, Donald F Magettigan, 0223.02. (215)6976549, Fax, (215)697-3161, Twx, Not-avail NSN OR-2925-01-455-2558B4, Ref Nr 3505836-1, Qty 6 EA, Delivery FOB Origin-only known approved source is AlliedSignal MCS Tempe AZZ facility; there are no drawings available.@@ See Note 22 (ACAVI1211023-157) (1-348 SN279849)

Cdr, AMC Acquisition Center, CBD COM Branch, Attn: STEAA-CO- C, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-

5423 28—M56 SMOKE GENERATOR SYSTEM POC Angie Sawyer, 410-4363794, Patricia Moore, 410-436-2227 The Product Manager for Smoke/ Obscurants and the AMC Acquisition Center intend to modity contract DAAMO1-95-C-0034 to include an FYOO option for the possible procurement of approximately 14 additional M56 SGS units. See Numbered Note 22.

(W-348 SN280093)

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

Columbus, OH 43216-6595 29_TANK, FUEL ENIGNE SOL SP07509902194 DUE 020899 POC For Information Only, Point of Contact Robert Garman (614) 692-1329 Fax (614) 692-3361 Tank, Fuel, Engine. NSN 2910-01-023-0270 YPC98294000616. VAW Drawing 19207-8764289. Clin 0001 New Cumberland, PA 7 EA. Origin Inspection. Supplies and Packaging. All responsible sources may submit an offer/quote which shall be considered. See Notes 1, 26. This solicitation will be available the Internet at http://www.dscc.dia.mil/rta/, 15 days after 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 Columbus, ATTN: OSCC-VTCD, PO Box 3990, Columbus, OH 43216-5000; by Fax 614 692-2998 or call 614 6922344. 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 OSCC. 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/rfq/ This solicitation is on the Web. (W-348 SN279910)

Contracting Office, Toodle Army Dopot, P.O. Box 839. Building

9, Tocolo, Utah 84074-5020 28 REBUILD LOCOMOTIVE ENGINE POWER PACK ASSEMBLIES SOL DAAA 1499T0046 DUE 010699 POC Point of contact-Marilyn F. Martin, Contracting Officer, (435) 833-2607 This is a combined synopsis/solicitation for a commercial item 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. The solicitation number for this announcement is DAAA14-99T-0046 and is issued as a Request for Quotation. This acquisition is a Firm Fixed Price, Requirements Type contract for supplies and is 100% Small Business Set-Aside. Standard Industrial Classification Code 3519. F.O.B. Destination. D.O. Rating C9(e). Otteror will submit as ofter the following: CLIN 0001-Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467605, fork side (minimum 16 each, maximum 112 each) CLIN 0002--Labor and material for rebuild of locomotive engine power pack assemblies, General Motors EMD Utex P/N 8467606, blade side (minimum 16 each, maximum 112 each) CLIN 0001AA Otteror will also submit shipping charges on a per assembly basis for the following destinations: Ft Stewart, Georgia-Radford, Virginia—Southport, North Carolina Hill Air Force Base, Utah-Sparta, Wisconsin Anniston, Alabama-Ft Bliss, Texas-ft. Bragg, North Carolina Hawthorne, Nevada---ft. Leonard Wood, Missouri and Mc Alester, Oklahoma. The entire ship to address for the power packs will be identified on individual delivery orders. Power packs are for use on the 645€ V16 engine, built by Electro-Motive Division (EMD) of General Motors Corporation. All components shall be pre-assembled and returned in GFC furnished containers. Compliance with Electro-Motive Division of General Motors Corporation 645E Engine Maintenance Manual and OSHA-29 CFR 1910 is required. In addition to the requirements outlined in the above, the contractor will perform the following: a. The contractor shall disassemble the power assemblies and all component subassemblies. b. The contractor shall thoroughly clean and inspect all parts IAW EMD Manual. c. The contractor shall perform required inspections and measurements to insure compliance with the EMD Manual and factory remanufacturing specifications. d. The contractor shall inspect and perform alignment if any items have been replaced IAW EMD Manual.e. The remanufacturered power assemblies shall include standard cast iron liners. f. Any machining of the cylinder head fire face and fire face gasket surfaces shall be accomplished so the NO difference in dimension exists between the fire face, fire face gasket surface, and the mounting face of the cylinder fiat !AW''EMD specifications. All work performed shall

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 26-LINER, AUGMENTER SOL N0038399QM068 DUE 012199 POC Point of Contact - Contact Point, David J Russial, 0232.21. (215)697-2557, Fax, (215)697-3161, Twx, Not-avail NSN 7R-2840-01-293-6293-XN, Ref Nr 5054M24G05, Qty 9 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:1 lwww.navicp.navy.mil/prodserv/source/source.htm U.S. Navy Aviation Supply Office Source Approval Intormation 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 ofter 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/ciibro.htm. See Note 26. Since this is a "source controlled" item, competition shall be limited to (07482) GE-Evendale. Drawings are not available., See Note 22 (ACAVI1214026-165) (1-348 SN280161)

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

Columbus, OH 43216-6595 29 PARTS KIT, ENGINE FUEL PUMP SOL SP07509902193 DUE 020899 POC For Information Only, Point of Contact: Robert Garman, Phone: 614-692-1329, Fax: 614-692-3361 Parts Kit, Engine Fuel Pump-NSN: 2910-00-678-4675. VANW Drawing 19207-7320385. Clin 0001 Anniston, AL 130 Each. Clin 0002 New Cumberland, PA 141 Each: Origin Inspection: Supplies and Packaging. All responsible sources may submit an offer/ quote which shall be considered. See Notes 1, 26. This solicitation will be available on the Internet at http://www.dscc.dia.mil/o/ rtg_search.htmi, 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, ATTN: DSCC-VTCD, P.O. Box 3990. Columbus, OH 43216-5000; by Fax (614)692-2998 or call (614)692-2 544. 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,

HTTP://WWW.DSCC.DLA.MIL/B/RFQ SEARCH.HTML DSCC SOLICITATION IS AVAILABLE ON THE WEB. (W-348 SN2709261


Page 13

MARCH 1999 THROUGH 29 FEBRUARY 2000. ESTIMATED ANNUAL QUANTITY: 587 CY SOL DABT23-99-B-0012 DUE 020499 POC Contract Specialist Paul Avery (502) 624-8069 (Site Code DABT23) Requirements type contract for ready mix concrete, delivery to Fort Knox, Kentucky during the period 1 March 1999 through 29 February 2000. Estimated annual quantity: 587 cubic yards. See Numbered Notes 1. All responsible sources may submit an offer which will be considered. No telephone requests tor solicitation accepted. You may tax your request to 502/624-5869. Anticipated opening date of 4 February 1999. (1-348 SN280072)

66 system used on the P-3 aircraft. The requirements will be filled
by issuance of delivery orders against a repair BOA, N00383-96-G-
003), with Litton Systems, Applied Technology Division. The BOA is
being extended for a period of one year and covers approximately
20 components. Litton Systems, ATD, is the only approved source for
these repairs. Any parties interested in becoming an approved source
for future repair requirements should contact NAVICP Source Development
Division, (215) 697-5711 for a Source Approval Brochure. See Note 26., See Note 22 (ACAVI1211023-161) (1-348 SN279862)

FAR 52.212-3 may be excluded from consideration. All offerers must hold their prices firm for 60 calendar days from the due date specified for receipt of proposals. Incremental pricing will not be accepte Any amendments hereby issued to this solicitation will be synopszen in 'the same manner as this solicitation and must be acknowledge by each offeror. Any proposals or modifications to proposals recente 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 otteror whose proposal contorms to the solicitate and is considered most advantageous to the Government. Price sa be evaluated by multiplying each ofteror's proposed unit price by the estimated maximum taking into consideration any applicable Buy Amercan differentials. Discounts for early payment, it oftered, will not be considera in the evaluation for award. Award will be made on the basis o low, overall price. The Government may make an award with or without discussions with offerors. Therefore, the otteror's initial proposal stond contain the offeror's best terms from a price standpoint. A written notice of contract award or acceptance of an offer mailed or other furnished to the successtul offeror within the time for acceptera specified in the offer shall result in a binding contract without turite action by either party. Before the specified expiration date of an otter the Government may accept that offer unless a written notice of withdrawal is received prior to award. Future requirements for other relais tren the UNICOR factory in Fairton, N as well as from other CO factories may be modified to the contracts resulting from this announce ment it considered to fall within the scope of work. Otterors skal specity business size and classification as required in FAR 52.212 3. All clauses and provisions referenced in this announcement na be accessed, at the following website: http://www.gsa.govitakcument This is a total small business set aside. NO CALLS PLEASE. Set of 1 and 9.***** (W-347 SN279832)

U.S. Navy Public Works Contor, Guam, Acquisition Division, Cade

852. PSC455, Box 195, FPO AP 96540-2937 59_SWITCHGEAR AND FUSE UNIT SOL SOL N62395-99-0-1401 DE 122398 POC POC: Jean C. Cruz, Tel: (671) 339-3238, FAX: 1671) 335 5045/6139 3 ea switchgear, pad mounted outdoor distribution Qu fuse unit SML-20 Full description will be available on the Request for Quotation (RFQ). Please state company name, address, and a Number. This solicitation is set-aside 100% for small business o cerns. ***** (W-347 SN279835)

call for quantities exceeding the one ottice within 20 days that together

58 Communication, Detection, and Coherent Radiation

59 Electrical and Electronic Equipment Components Equipment

Dept of Justice, Fed Prison Industries, 320 1st Street NWFM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

Material Mgt Branch, Washington, DC 20534-0001 PA 19111-5098

59 ADAPTER SOL IPI-R-1238-99 DUE 122998 POC F. Robert Ribail, 58-CONTROL, INTERFACE SOL N00383990A070 DUE 012099 POC

ph (202) 305-7286 This is a combined synopsis/solicitation for commercial Point of Contact Contact Point, Donald F Mcgettigan, 0223.02, (215)697

items prepared in accordance with the format in Subpart 12.6 of 6549, Fax. (215)697-3161, Twx. Not-avail NSN OR-5895-01-455-1422

the Federal Acquisition Regulations (FAR), as supplemented with additional B4, Ref Nr 2101554-7-1. Qty 8 EA, Delivery FOB Origin-only known

information included in this notice. This announcement constitutes the approved source is AlliedSignal MCS Tucson AZ facility; there are no

only solicitation; proposals are being requested and a written solicitation drawings available. The subject item requires Government source approval

will not be issued. The solicitation number is IPI-R-1238-99 and this prior to contract award, as the item is flight critical and/or the technical

solicitation is issued as a Request for Proposals (REP). The solicitation data available has not been determined adequate to support acquisition

document and incorporated clauses and provisions are those in effect via full and open competition. Only the source(s) previously approved

through Federal Acquisition Circular 97-06. The Standard Industrial by the government for this item have been solicited. The time required

Classification is 5065, and the small business size standard is 500 for approval of a new source is normally such that award cannot

employees. UNICOR, Federal Prison Industries, Inc. intends to enter be delayed pending approval of a new source. If you are not an

into a three-year, firm-fixed-price, indefinite delivery/indefinite' quantity approved source you must submit, together with your proposal, the

supply contract for the following commercial item-Adapter, UNICOR information detailed in the http://www.navicp.navy.mil/prodserv/source/

Part No, ADP 2230, drawing 362563-1 revision C. Bendix part number source.htm U.S. Navy Aviation Supply Office Source Approval Information

10-40695-171 (reference only) Drawing to be provided upon request Brochure. This brochure identifies technical data required to be submitted

All parties interested in submitting a proposal must state the manufacbased on your company's experience in production of the same or

turer as well as the manufacturer's part number of item being offering. similiar item, or if this is an item you have never made. This brochure

The telephone contact for this acquisition is F. Robert Ribail, Contracting can be obtained by calling NAVICP-P at (215) 697- 4243. If your

Officer at 202-305-7286. The minimum quantity of this item that the request for source approval is currently being evaluated at NAVICP

Government guarantees to purchase over three years is 50 each, and P, submit with your otter a copy of the cover letter which forwarded

the estimated maximum quantity that the Government may purchase your request for source approval

. Otters received which fail to provide over three years is 1,660 each. In accordance with FAR 52.216-19 all data required by the Source Approval Brochure or document previous

ORDER LIMITATIONS, the minimum order limitation is 50 each. When submission of all data required by the Source Approval Brochure will

the Gavernment requires this part in a quantity, of less than 50 each, not be considered for award under this solicitation. Please note, if

the Government will not be obliged to purchase, nor will the contractor evaluation of a source approval request submitted hereunder cannot

be obliged to fornish this part under the contract. The maximum be processed in time and/ or approval requirements preclude the ability

order limitation is 1050 each. The contractor will not be obliged to to obtain subject items in time to meet government requirements,

honor any order for this part in a quantity of more than 1050 each. award of the subject requirement may continue based on Fleet support

Also the contractor will not be obliged to honor a series of orders needs. The NAVICP Commercial item Identification Brochure and informa

for this part from the same tron regarding the Submission of Market Research Data is now available

1050 each. However, the contractor shall at: http://www.navicp.navy.mil/cid/cribro.htm http://www.navcip.navy.mit

honor orders exceeding the maximum order limitations unless the order cw/clibro.htm See Note 22 (ACAVI 1211023-159) (4-348 SN279851)

lor orders) is returned to the ordering office within seven days after
issuance with a written statement expressing the contractor's intent
not to ship and the reason. In accordance with FAR 52.216-18 ORDERING,

orders may me issued under the resulting contract from the date FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia, of award through three years thereafter. In accordance with FAR 52.216PA 19111-5098

22 INDEFINITE QUANTITY, the contractor shall not be obligated to 58CONTROL UNIT, INTERF SOL N00383990F020 DUE 012099 POC make deliveries under this contract after 120 days beyond the contract Point of Contact Contact Point, David Necowitz, 0234.08, (215)697- expiration date. Delivery shall be FOB Destination to UNICOR, Federal 3821, Fax, (215)697-3161, Twx, Not-avail NSN 7R-5895-01-399-4359- Prison Industries, Inc., FCI Fairton, Hwy 698, Fairton, NJ 08320. Required AH, SPEC NR TDP VER 001, Qty 14 EA, Delivery FOB Origin Drwaings

delivery is 120 days after receipt of orders. FAR 52.212-1 INSTRUCTIONS and specifications are not available at the Naval Inventory Control TO OFFERORS-COMMERCIAL ITEMS applies to this acquisition. Offeror's Point. Rockwell Collins is the only known source of supply for this

must include a completed copy of FAR 52.212-3 OFFEROR REPRESENTAitem., See Note 22 (ACAVI1211023-160) (1-348 SN279852)

TIONS 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 FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,"

OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. The following clauses cited PA 19111-5098

in FAR 52.212-5 are also applicable: FAR 52.222-26 EQUAL OPPORTUNITY, 58-COMPUTER CONVERTER SOL N0038399Y3026 DUE 011199 POC FAR 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED VETERANS Point of Contact Contact Point, Ruth H Hinton, 0225.06, (215)697- AND VETERANS OF THE VIETNAM ERA, FAR 52.222-36 AFFIRMATIVE 2030, fax, (215)697-3746, TWX, Not-avail NSN 7R-5865-01-424-5375- ACTION FOR HANDICAPPED WORKERS, FAR 52.222-37 EMPLOYMENT REBP, Ref Nr 910-3300-2, Qty 30 EA, Delivery FOB Origin- The subject PORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM item requires Government source approval prior to contract award, ERA, FAR 52.232-18 AVAILABILITY OF FUNDS. In addition, the following as the item is flight critical and/or the techoical data available has are applicable:, FAR 52.232-33. MANDATORY INFORMATION FOR ELECnot been determined adequate to support acquisition via full and open TRONIC FUNDS TRANSFER PAYMENT, FAR 52.204-6 CONTRACTOR IDENTIcompetition. Only the source(s) previously approved by the government FICATION NUMBER-DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMfor this item have been solicited. The time required for approval of BER FAR 52.211-1 AVAILABIUTY OF SPECIFICATIONS, LISTED IN THE GSA a new source is normally such that award cannot be delayed pending INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND.COMMERCIAL ITEM approval of a new source. If you are not an approved source you DESCRIPTION it applicable, FAR 52.211-2 AVAILABILITY OF SPECIFICATION must submit, together with your proposal, the information detailed LISTED IN THE DOD INDEX OF SPECIFICATIONS AND STANDARDS (DODISS). in the http://www.mavicp.navy.mil/prodserv/source/source.htm U.S. Navy it applicable. FAR 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL Aviation Supply Office Source Approval Information Brochure. This brochure DEFENSE USE, rating: DOAL. FAR 52.219-6 NOTICE OF TOTAL SMALL identifies technical data required to be submitted based on your company's BUSINESS SET-ASIDE. Offerors may submit signed and dated Federal experience in production of the same or similiar item, or if this is Express or hand delivered offers to UNICOR, Federal Prison Industries, an item you have never made. This brochure can be obtained by Inc., Material Management Branch, 400 First Street NW, Washington, calling NAVICP-P at (215) 697- 4243. If your request for source approval DC 20534, 7th Floor, Attn: Bid Custodian. In accordance with FAR is currently being evaluated at NAVICP-P, submit with your offer a 52.215-5 FACSIMILE PROPOSALS, facsimile proposals will be accepted copy of the cover letter which forwarded your request for source approval. and shall be addressed to F. Robert Ribail, Contracting Officer, FX Otters received which fail to provide all data required by the Source 202-305-7363/7365. Proposals may be submitted on the Standard Form Approval Brochure or document previous submission of all data required 1449 or on letterhead stationary. The due date and time for receipt by the Source Approval Brochure will not be considered for award of proposals is 2:00 p.m. Eastern Standard Time on December 29, under this solicitation. Please note, if evaluation of a source approval 1998. All proposals must reference the solicitation number and the request submitted hereunder cannot be processed in time and/ or due date for receipt of proposals. In addition to this, each proposal approval requirements preclude the ability to obtain subject items in must contain the name, address and telephone number of the otteror time to meet government requirements, award of the subject requirement as well as any discount terms that are oftered and the remit to may continue based on Fleet support needs. The NAVICP Commercial address (if ditterent from the mailing address). It ofter is not submitted item Identification Brochure and information regarding the Submission on Standard Form 1449, it must include a statement specifying the of Market Research Data is now available at: http://www.navicp.navy.mil extent of agreement with all terms and conditions of this solicitation. ci/cubro.htm http://www.navcip.navy mivciv/cubro.htm This synopsis rep- Any proposals that reject the terms and conditions of this solicitation resents FY99 repak requirements for various components of the ALR- or do not include the certifications and representations contained in

FM NAVICP Philadelphia PR, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 59 HEAT SINK, ELECTRICA SOL NO0383990J006 DUE 021999 PX Point of Contact - Contact Point, Raymond f Lynch, 0225.07, (215183 4959, Fax, (215)697-3746, Tw, Not-avail. NSN 7R-5999-01-412-$341GF, Ref Nr 3119470-1, Qty 4 EA, Delivery FOB Origin- The Subject item requires Government source approval prior to contract swert as the item is flight critical and/or the technical data available has not been determined adequate to support acquisition via full and their competition. Only the source(s) previously approved by the government for this item have been solicited. The time required for approa

IS

of a new . you approved y must submit, together with your proposal, the information tette in the http://www.navicp.navy.mil/prodserv/source/source.htm US. Kon 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 the an item you have never made. This brochure can be obtained calling NAVICP-P at (215) 697- 4243. If your request for source spran is currently being evaluated at NAVICP-P, submit with your offer copy of the cover letter which forwarded your request for source approve Offers received which fail to provide all data required by the Sporte Approval Brochure or document previous submission of all data regras by the Source Approval Brochure will not be considered for at under this solicitation. Please note, it evaluation of a source request submitted hereunder cannot be processed in time and approval requirements preclude the ability to obtain subject terms 9 time to meet government requirements, award of the subject requiremen may continue based on Fleet support needs. The NAVICP Commeta Item Identification Brochure and information regarding the Submission of Market Research Data is now available at: http://www.navicp. navy ci/cijbro.htm http://www.navcip.navy.mil/ci/cijbro.htm see note 26. de to the lack of technical data this requirement will be restricted 5 Faytheon ti

, systems the original equipment manufacturer, omare s anticipated o/a 31 mar 99., See Note 22 (ACAVI1211023-162) 11-345 SN279853)

Detonsa Gonoral Supply Center, 8000 Jeff Davis Hhry., Richmond,

VA 23297-5312 54 CABLE ASSEMBLY, RADI ALLIED-SIGNAL INC SOL SPO451-970-F403 DUE 010899 POC Contact for copies of RFPAFB solicitations (available 15 days after announcement). write or phone DSCR req uest hotline, atto: dscr-jbpa, Richmond, VA 23297-5312 (84372 4217. for copies of RFQ solicitations, contact the buyer. Ronald brach BB836/ 804-279-4211; KO: Patricia Gwalt ney/804-279-5279. PRO YPG97035000389 NSN 5995-01-161-1553, cable Assembly at Alliedsignal Aerospace, CAGE 55974 and PAN 2128483-L Specificaturas plans or drawings relating to the procurement described are at marabile and cannot be furnished by the government. Unrestricted. Other than full and open comp (sole source) FAR 6.302-L. Only one source See NOTE 26. Automated Best Value Model applies. 13 EA Del to Bicon


Page 14

VA 23297 Del by 60 days ARO. All responsible sources may submit ofter which DGSC shall consider. (1-348 SN279865)

P/N: 13348021. for 14 each, PRON 11942543. Destination to be furnished. Delivery Schedule 110 days after contract award. Offerors must be approved and qualified. The Government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in connection with this procurement, make contact with firm(s) listed. The Government does not possess adequate documentation to acquire from other than the approved source. Restricted Source(s) is General Dynamics Land Systems, Tallahassee Operations, 2930 Common Wealth Boulevard, Tallahassee, FL 32303. All responsible sources may submit a quotation, which shall be considered by this agency. Request solicitation package from address above, ATIN AMSAM-AC-ML-AB, FAX Number 256-842-6302. The most recent representative unit price and quantity relative to this acquisition is NSN 5998-01-310-3164. Awd date 09261996, Qty: 26 each, Unit price: $2.262. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price istory is provided for informational purposes only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications, or other technical data are not available and will not be furnished. Potential offers are encouraged to pursue qualification for future buys in accordance with MICOM Pamphlet 702-1 available through loternet. See Numbered Note(s): 22. (W-348 SN279912)

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

Orlando FL 32826-3275 59_P2 BOARD, MVME 167, EXTENDER CARD, SYMBOLOGY CARD SOL N61339-99-0-0099 DUE 010599 POC Linda Hill, Contracting Officer, 407-380-4107 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; a quote is being requested and a written solicitation will not be issued. Solicitation 161339-99Q-0099 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-8. The solicitation shall be awarded on a sole source basis to Evans and Sutherland Corp, Salt Lake City, UT. The SIC Code for this solicitation is 3571 with a size standard of 1000 employees. The following items are required: CLIN 0001, P2 Board, P/N: 230107-102, I each; CLIN 0002, MVME 167, P/N: 230109-202. I each; CLIN 0003, TM, EXT Card, PN 230140-110, 1 each; CLIN 0004, Symbology Card. P/N: 227202-102, 1 each Delivery shall be made no later than 90 days after award to Marietta, GA 30060-5099, acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4. 52.212-5, 252.212-7001, 252 225-7035, 252.225-7036. The following subparagraphs of FAR 52.212-5(b) apply: (6), (7), (8), (9). The following subparagraphs of FAR 52.212-5(c) apply: None. The following clauses of DFARS 52212-7001(b) and (c) apply: 252.225-7001. A completed copy of the following must be included with the quote: FAR 52.212-3, DFARS 252.212-7000 and DFARS 252.2257000. The following clauses also apply DFARS 252 204-7004. "Required Central Contractor Registration". The DPAS rating for this solicitation 15 NA. See Note 22 (forty-five days is changed to read fifteen days). Quote is due at 5:00 PM EST on 1/5/99 and may be made by FAX to 407-380-4069 (Attn: Linda Hill) or to the address above. For information regarding this solicitation, contact Linda Hill at 407-380-4107.

http://www.ntsc.navy.mil/contract/procure.htm NAWCISO Home Page, Request for Quote

Linda Hill, NAWCTSD, Code 25713 (W-348 SN279904)

Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act-Supplies, 52 225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program --- Commercial Items apply to this acquisition). Offerors responding to this announcement must provide the information contained in 52.212-1. Instruction to Otterors-Commercial items and must include a completed copy of provision 52 212-3, Offeror Representations and Certifications Commercial items. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in å similar commercial sale, provided such warranty is available at no additional cost to the Government. The ofteror should also provide its Commercial and Government Entity (CAGE) code. Contractor Establishment code (DUNS Number) and Tax Identification Number. The contractor will also be registered with the Central Contractor Registration DataBase (CCR) IAW DFAR 252.2047004. If a change occurs in this requirement, only those ofterors that respond to this announcement within the required time frame will be provided any changes/ amendments and considered for future discussions and/or award. The quotes (written or electronic) and the above required information must be received at this office on or before

December 23 1998 at 10:00 AM central time. Proposals may be sent ► to Contracting Officer, Bldg. 3291 (ATTN: Jerry Parsons, Code 116524)

NAVSURFWARCENDIV, 300 Hwy 361, Crane, IN 47522-5011, facsimile quotes are acceptable (812-854-5066). All responsible sources may submit an ofter which will be considered by the agency (W-348 SN279993)

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space

Center, FL 32899 59—FIBER OPTIC CABLE INSTALLED BETWEEN LCC AND PAD A TO SUPPORT OTV UPGRADE. SOL 10-99-0014 DUE 021399 POC Jan C. Pirkle, Contract Specialist, Phone (407) 867-7230, Fax (407) 867-2042, Email Colvin, Contracting Officer, Phone (407) 867-7230, Fax (407) 867-2042, Email NASA/KSC plans to issue a Request for Offer(RFO) for: Line Item 1: Reel #1 3,200 Ft Cable (LCC to DLTR 1) Line Item 2: Reel #2: 3.500 Ft Cable (DLTR 1 to DLTR 2) Line Item 3: Reel #3: 4,800 FL. Cable (DLTR 2 to DLTR 3) Line Item 4: Reel #4: 4,700 Ft. Cable (DLTR 3 to OLTR 4) Line Item 5: Reel #5: 3,000 FtCable (OLTR 4 to Pad Al Line Item 6: Reel #6: 1.640 Ft. Cable (Test cable) Each reel contains 96. SM fibers in the cable and shall comply with KSC Specification 79K28125, This procurement is being conducted under Mid-Range Procedures (MRP). The Government does not intend to acquire a commercial item using FAR Part 12. See note 26. The SIC Code and Size Standard are 1731 and $7.0 million , respectively. The DPAS Rating for this procurment is DO C2. The anticipated release date of RFO 10-99-0014 is on or about January 8, 1998 with an anticipated quote due date of on or about February 13, 1998. All qualified responsible sources may submit a quote which shall be considered by the agency. (OMBUDSMAN STATEMENT IS REQUIRED) An ombudsman has been appointed—See internet Note "B". 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. or. PowerPoint 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/KSC Business Opportunities home page is http://procurement.nasa.gov/EPS/KSC/class.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendmeots (if any). Potential quoters 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/KSC/date.html#10-99-0014 Click here for the latest information about this notice

Janice. Jan C. Pirkle (D-348 SN279915)

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

Columbus, OH 43216-6595 59_MAST SOL SP0970-99-0-A056 DUE 012599 POC Susan Bland/ CCBG-GLK/(614)692-8517 PR No.: YPE 98279002963. NSN: 5985-00-8562606. Mast. DESC Form 239 applies. Applicable documents: USAF (97151) Dwg. #60093026, Rev. Ei dd 11 Mar 74; AFLC Document MMGEPD-1 (97151) dtd 24 Aug 73: AFLC (97151) Dwg. #D660093026-1, Rev. E did 6 Sep 63. Approved Sources (waived for First Article Testing): Dayton-Granger (55635); Herley-Vega Industries (24469); Chelton Inc. (63563). Acceptance testing to be performed IAW paragraphs 4.5 thru 4.5.2.1.3 of MMGE-PD-7. Sampling Plan shall be law paragraphs 4.5.1.2.1 and 4.5.2.1.1 of. MMGE-PD-7. Higher Level Inspection: MIL-1-45208A. 19 each to be delivered to W62627 Stockton, CA within 60 days. 12 each to be delivered to SW3100 Mechanicsburg, PA within 60 days. Various increments solicited 25-49, 50-99, 100-199, 200-299. 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 expected to result in a 12-month (365 days) IDPO.

www.dscc.dla.mil/b/rfq_search.html Defense Supply Center Columbus solicitation on WEB

Defense Supply Center Columbus Contract Specialist (W-348 SN280008)

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

Orlando FL 32826-3275 59-BOARDS REPEATER, INPUT AND OUTPUT, ANALOG, POWER SUPPLY, CCA SOL N61339-99-0-0100 DUE 010599 POC Linda Hill. Contracting Officer, 407-380-4107 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional intormation included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Solicitation N61339-99-0-0100 is issued as a request for quote and incorporates the provisions and clauses in ettect through Federat Acquisition Circular 97-8. The solicitation shall be awarded on a sole source basis to VME Microsystems Inti Corp, Huntsville, AL 35803-3308. The SIC Code for this solicitation is 3571 with a size standard of 1000 employees. The following items are required: CLIN 0001, Repeater. Master, P/ N: VMIVME-5504M, I each; CLIN 0002, Repeater, Slave, P/N: VMIVME55045, I each; CLIN 0003, Board, Input 5-50V, P/N: VMIVME-1110113, 1 each; CLIN 0004, Board, Output, P/N: VMIVME-2120-175, 1 each; CLIN 0005, Board, Input 65 Bit, P/N: VMIVME-2131-X10, I each; CLIN 0005, Board, Input 16 Bit, P/N: VMIVME-3100-410, I each; CLIN 0006, Board, Analog Output 16 Bit, P/N: VMIVME-4500A-111, I each; CLIN 0007. Power Supply, P/N VMIVME-PS 750-112, I each; CLIN 0008, Power Supply, P/N: VMIVME-PS500-100. 1 each; CLIN 0009, Repeater, Slave, P/N VMIVME-FA3-D, I each; CLIN 0010, CCA, Reflective Memory, P/N: VMIVME-5550-000, I each; CLIN 0011, CCA, 68040 CPU 25MHZ, P/N: 9064132-461-003. I each. Delivery shall be made no later than 90 days after award to San Diego, CA 92145-5792; acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5, 252.212-7001, 252.225-7035, 252.225-7036. The following subparagraphs of FAR 52.212-5(b) apply: (6). (7), (8), (9). The following subparagraphs of FAR 52.212-5(c) apply: None. The following clauses of DFARS 52.2127001(b) and (c) apply: 252.225-7001. A completed copy of the following must be included with the quote: FAR 52.212-3, DFARS 252.212-7000 and DFARS 252.225-7000. The following clauses also apply: DFARS 252.204-7004, "Required Central Contractor Registration”. The DPAS rating for this solicitation is N/A. See Note 22 (forty-five days is changed to read fifteen days). Quote is due at 5:00 PM EST on 11 5/99 and may be made by FAX to 407-380-4069 (Attn: Linda Hill) or to the address above. For information regarding this solicitation, contact Linda Hill at 407-380-4107.

http://www.ntsc.navy.mil/contract/procure.htm NAWCTSD Home Page, Request for Quote

Linda Hill, NAWCTSD, Code 25713 (W-348 SN279911)

Crane Division, Code 1165, Naval Surtace Warfare Center, 300

Highway 361, Crane, IN 47522-5001 59—ARMATURE MOTOR SOL N00164-99-0-0047 DUE 122398 POC Jerry Parsons, Code 116524 812-854-5898, e-mail

parsons j@crane, navy.mil, by facsimile 812-854-5066, Mary Sheetz, Code 1165ZA, Contracting Officer This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-04 and Defense Acquisition Circular 91-13. The Standard Industrial Classification Code for this procurement is 3621. This is a sole source procurement to Derby City Electric, Inc, 1227 Logan Street, Louisville KY, 40204, which is a distributor for DPT Composants Electronecaniques, Chemin Du Champ Des Martyrs, Arville France 49240, in accordance with FAR 6.3021(a). This item must be identical in configuration, function, and operation of existing armature motors used by the navy in the MK 92 GECS. The requirement is for line 0001 12 each P/N 400MA1281GX armature motor, line 0002 I each 400MA1271GXH armature motor. The required delivery date is 30 April 1999 and partial shipment will be accepted. The award will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures. Quotations are being solicited on full and open competition bases. Shipping terms will be FOB destination. FAR Clauses/Provisions 52.203-3 Gratuities, 52.212-1. Instructions to Offerors-Commercial Items, 52.212-4 Contract Terms and ConditionsCommercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating FAR 52.222-35 Affirmative Action for Special Disabled and Vitinam

SA-ALC/Contracting Directorate/SA-ALCALDKAC; 485 Quentin

Roosevelt Road Suite 12; Kelly AFB, TX 78241-6419 59 JEST ADAPTER KIT SOL F41608-99-R-36500 DUE 121898 POC The Point of contact is Vera F. Wilder, SA-ALCALDKAC, Phone: (210) 925-4651, FAX: (210) 925-1054, E-Mail: vera.wilder@LDGATEI NOUN: Test Adapter Kit NSN: 6625-01-118-4463DQ P/N: 1992614-4 SIZE: 48" X 48" X 36" WT: 25 lbs FUNCTION: Provides a means of interconnecting the radar trans- mitter to the antenna test station during testing done in the avionic intermediate shop in support of the F-15 acft. PREDOMINATE MATL: Electronic components and wiring 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 Incerns 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 EMail 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) 22,26

vera.wilder@LDGATEI Send your E-Mail request to the POC (D-348 SN280100)

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

4488, Redstone Arsenal, AL 35898-5280 59_CIRCUIT CARD ASSEMBLY SOL DAAH01-99-1-0077 DUE 010599 POC AMSAM-AC-ML-AB, Patti Page, Contracting Officer, 256-842-6212 Nomenclature. Circuit Card Assembly. NSN: 5998-01-310-3164. Army

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

Columbus, OM 43216-6595 59—ANTENNA SUBASSEMBLY SOL SP0970-99-0-0478 DUE 011899 POC Susan Bland/CCBG-GLK(614)692-8517 PR No.: YPE98300000239. NSN: 5985-01-197-4822. Antenna Subassembly. Approved sources: Scintrex LTD (32554) and Canadian Commercial Corp. (98247). 20 ea. to SW3100 Mechanicsburg, PA and 5 ea. to W62G2T Stockton, CA within 60 days ARO. Various increments solicited: 10-24, 25-49, 5099, 100-199. Other than full and open competition. pe notes I, 22 and 26. Copies of this solicitation cic available si Cess above.

The small business size standard is 750 employees. This is an anticipated 12-month (365 days) IDPO.

www.dscc.dla.mil/b/rtq_search.html Defense Supply Center Columbus solicitation on WEB

Defense Supply Center ColumbusContract Specialist (W-348 SN280158)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 61-POWER PLANT, ELECTRI SOL N0038399RP131 DUE 012099 POC Point of Contact - Contact Point, Lisa A Zimmermann, 0222.04, (215)6971178, Fax, (215)697-3161, TWx, Not-avail NSN 6R-6115-01-437-1209SX, Ref Nr 328AS100-3, Qty. 2 EA, Delivery FOB Origin - Drawings are not available. See note 26., See Note 22 (ACAYL1211023-163) (1-348 SN279855)

Department of Commerce, Patont and Trademark Office (PTO),

Office of Procurement, Box 6, Washington, DC, 20231 59_RADIO FREQUENCY TAG (RFTAG) DOCUMENT MANAGEMENT SOL 52PAPT901003 POC Raymond Witmer, Contracting Officer, Phone (703) 308-5064, Fax (703) 305-8294, Email Hensley, Procurement Analyst, Phone (703) 305-8008, Fax (703) 3058294, Email The U, S. Patent & Trademark Office is seeking product information and implementation of a Radio Frequency Tag (RFTAG) system to assist in locating lost or misplaced document files. At a minimum, the system must handle approximately 1 million documents initially, and 500,000 additional documents annually. The system must be capable of mapping each RFTAG with a unique specified filename for each document, which can be input automatically into an Oracle Database. The RFTAG initialization equipment must allow the input of a barcode that is related to the RFTAG filename. The system must include a remote scanner for locating RF tagged documents. The remote scanner must be programmable to receive yarious types of data. There must be a clear and simple process for inputting or outputting data between the scanner and a PC based system. The scanning hardware must be capable of handling à minimum of 500 document references in memory at any time. The system, while working remotely, must be capable of detecting whether any of the document references currently being held in memory are within a 2-4 foot radius and notify the user with the filename of the located file. Y2K compliance is required in all aspects of the system. This request is for information only. No solicitation exists at this time. All information is to be furnished at no cost or obligation to the government. Along with the above requested product information, please include Company name, mailing and e-mail address, telephone and fax numbers, and point of contact. In addition, please include relevant past experience and references, and a business prospectus. The submitting company is encouraged to include proposals for industry related document management systems. References for other federal contracts are especially desirable. Any responsible/interested sources shall submit their information by e-mail, NOT LATER THAN 15 JAN 99, to: . Responses shall be in MS Word, version 6 or higher. Response is limited to 100 megabytes

http://eps.arnet.gov/cgi-bin/WebObjects/ EPS?ACode=R&ProjID=52PAPT901003&LOCID=251 Visit this URL for the latest information about this notice

Raymond Witmer (D-348 SN279922)

Commander (FCP), USCG MLC (Pacific), Finance Division, Coast

Guard Island, Alameda, CA 94501-5100 61_POWER GENERATION SYSTEMS SOL NA POC Robert Townsend, Contract Specialist, 510-437-3009 The U.S. Coast Guard (USCG) operates 16 remote mountaintop Search and Rescue (SAR) VHF-FM radio communication sites in Alaska. These sites

are currently powered by hybrid energy systems consisting of solar, wind, and propane thermo-electric generators (TEGs). Solar energy is obtainable during the summer months, and wind energy is available at certain locations. The propane-fueled TEGs are highly reliable when used continuously, but are power limited and have extremely poor fuel efficiency. The Coast Guard has recently upgraded these sites to include state-of-the-art electronic communications equipment. This new equipment has increased the electrical power system requirements to approximately 500 watts at 24 VDC nominal. Thus, an alternative means of producing efficient and reliable electrical power is necessary. Increasing the number of TEGs present at each site is not an alternative, as excessive refueling expenses are cost prohibitive. Also, these sites are ordinarily inaccessible during the winter months. The Coast Guard is presently seeking off-the-shelf power generation systems to interface with the existing equipment at each isolated location. The Contractor shall provide all labor, equipment, supplies and transportation necessary to install one system at each site, including interfacing, and providing spares. The Coast Guard will construct concrete pads at each site, upon which the Contractor shall install the systems. The first installation shall be completed no later than 31 October 1999, with system in full operation, Lead-time for installation will be approximately 90 to 120 calendar days after contract award. The Coast Guard will evaluate the system's performance during the late fall, winter and spring to determine it's acceptability. Upon acceptance of the first system, the Contractor shall install the remainder of the systems during the summer, FY2000, completing the final installation no later than 31 October 2000 with all systems in full operation. Each system shall be Y2K compliant. All interested firms are encouraged to respond to this announcement within 30 days after its publication. Interested firms should submit in writing their name, address, point of contact, telephone number, business size and a brief statement regarding their product, and their capability and qualifications to provide and install the power generation systems. Interested firms shall identify the name, telephone number, and point of contact for a business or government agency to which it has previously provided like systems, This information should be submitted to the addresses stated herein

or may be faxed, to 510-437-3014, ATTN: Robert Townsend. This is not a request for proposals and there is no solicitation available at

this time. (W-345 SN279777)

Department of Veterans Affairs, AFMLOVNA Special Services, Contracting Officer, 1423 Sultan Street, Suite 200, Frederick

, MD 21702-5006 65-IMAGE CHECKER SOL RFP-797-FDF1-99-0006 DUE 122998 PU Mary M. Boyd, 301 619-4033 This is a solicitation for commercia items. Proposals are being requested and a written solicitation is dubitare All proposals shall reflect the solicitation number RFP-797-FDF1-2006 This solicitation is issued as a request for proposal (RFP). This solicitatie incorporates provisions and clauses in effect through Federal Acuatia Circular (FAC) 97-06. This is a total small business set aside. The standard industrial classification code is 5047 and small business size standard is 500. The Small Business Competitiveness Demeestraten Program is not applicable to this solicitation. The AFMLONA Special Services Division has a requirement for a computer system intende: to identify and mark regions of interest on routine screening name grams. The system assists the radiologist in minimizing oversights by identifying areas on the original mammogram that may warian a second review. The requirements include computer aided detection system with image analysis including display capabilities, such as the ImageChecker System M1000 as manufactured by R2 Technology lak The proposed system shall have proven technology and is FDA approved The government guarantees a minimum of 1 system. The contractor shall be responsible for training user personnel in the operation and care of the system. The training shall include, at a minimum, at demonstration and operation of the equipment including adjustments Delivery: FOB Destination 15 days ARO desired. The contract is intentar to be issued as an indetinite delivery, indefinite quantity for the systes that may be used on a non-mandatory basis by Government ante The Otteror shall guarantee availability of servicing and replacement of parts for the life expectancy of the equipment. The Otter start provide equipment that is Year 2000 compliant. Year 2000 cordia as used in this part, means, with respect to information technice that the information technology accurately processes date/time eh (including, but not limited to, calculating, comparing, and sequera from, into, and between the twentieth and twenty-first centuries, H the years 1999 and 2000 and leap year calculations to the one that other information technology, used in combination with the intott tion technology being acquired, properly exchanges date/time data it. For information regarding the solicitation, contact Mary M. Bere 301 619-4033. All information pertaining to this solicitation can be obtained from the Internet at http://www.medicine army.millatnich afmlova.htm.

http://www.medicine.army.mil/afmlo/va/sols.htm Click here to content a file copy.

Click here to contact the Contracting Officer (W-348 SN279872)

61 Electrical Wire, and Power and Distribution Equipment

GREAT PLAINS REGIONAL CONTRACTING OFC, BROOKE ARMY
MEDICAL CENTER/BRANCH, BLDG 3600 ROOM L65-1A, FT SAN

HOUSTON, TX 78234-6200 65_THERMAL SPREAD, 100% POLYESTER TEXTURED, SPUN, FINISHED SIZE 72"X110" WITH ZERO SHRINKAGE. COLOR MISTY GREEN COLD NOT AFFECTED BY BLEACH OR PEROXIDE, SNAG RESISTANT, SHOE CLOSED WEAVE SOL DADA09-99-Q-0097 DUE 121798 POC Cortic Specialiast GLORIA MORENO (210) 916-1927 Contracting Officer City Zertuche (210) 916-3876 (Site Code DADA09) This acquisition of ! a small business set aside and processed under Commerciale procedures for Thermal Spread, 100% Polyester Textured, spun. Fans size 72" x 110” with zero shrinkage. Color Misty Green Product ** FBL10, manufactured by Med-I-Pant Inc. Colorfast not effected by DEX! or peroxide closed weave design does not snag easily on equipment Sample of like item will be required for approval, Interested parties may call (210) 916-1927 or fax requests to (210) 916-3040. 4-3 SN280063)

62 Lighting Fixtures and Lamps

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 62-LAMPHOLDER SOL SP05609906865 DUE 122998 POC KO NAME: Eileen Hui, WAF09, 215-697-3601, BUYER: Same PR-NO: YP198224000137 NSN 6250-00-227-8953. @Lamp accommodation quantity 3 @Lampholder quantity 1 50 -ea del to (Call Contracting Office) del by 20 Sep 98. Specs: VA/W Litton (104E9), P/N R7430-01. Primary Qty: 50 ea. Tentative. Deliveries to Conus (excluding Alaska), Delivery Schedule: 100 days ado as required. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. Note 12 applies. Drawings are not required. To obtain a copy of this solicitation please send fax request to 215-697-6333. (W-348 SN280004)

65 Medical, Dental and Veterinary Equipment and Supplies Potential Sources Sought

FM NAVICP Philadelphia PA, 700 Robbins Avonub, Philadelphia,

PA 19111-5098 61-GENERATOR, ALTERNATI SOL N00383990A071 DUE 012099 POC Point of Contact Contact Point, Donald F Mcgettigan, 0223.02. (215)6976549, Fax, (215)697-3161, Twx, Not-avail NSN 7R-6115-01-309-5005PF, IAW Ref Nr A55A9010-3, Qty 14 EA, Delivery FOB Origin-only known approved source is AlliedSignal MCS Tucson AZ facility; there are 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 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 otter 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/ci/ciibro.htm http:/ www.navcip.navy.mil/cii/ciibro.htm See Note 22 (ACAVI1211023-163) ()348 SN279854)

Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 62-LIGHT, NAVIGATIONAL, AIRC SOL SP05609907019 DUE 011999 POC KO Name:Eric Ekberg, WAD03,(215)697-4216, Buyer Name: E. Schilling, WAF06,(215)697-4216 PR NO: YP198341001654 NSN 6220-01-1924859, 30 EA Del To Mechanicsburg PA 17055. Del By 26 Jul 99. 35 EA Del To Tracy CA 95376, Del By 26 Jul 99. Specs: Grimes Aerospace, P/N 31-4377-2. Primary Quantity:65. Delivery Schedule:90 Days. Offers Will Be Evaluated with a 10% Preference For Small Disadvantaged Business Concerns. This Contract Action is For Supplies For Which The Government Does Not Possess Complete. Unrestrictive Technical Data; Therefore The Government Intends. To Solicit And Contract With Only Approved Sources Under The Authority Of 10 U.S.C 2304 (c) (1). Approved Sources Are: Grimes Aerospace Company. Drawings Are Not Required. To Obtain Copy Of Solicitation Please Send Fax To (215)6976333. (W-348 SN280033)

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

Box 76, Bldg. 37, Hines, IL 60141-0076 65—SOURCES SOUGHT FOR NUMEROUS MEDICAL

SURGICAL ITERS DUE 122998 POC Carl L Hunter (708) 786-7783/Burnell Brusveen Car tracting Officer (708) 786-5139 Sources and product samples are ** sought for the following items in support of Department of veteri" Affairs national standardization program for medical/surgical precum Bathing System (Bag in A Bath). Disposable washclothipremosten! towlette with a rinse-tree soap and moisturizing lotion, microwadze or heating systems, for bathing hospital invalid patients. (12 SAMPLE Self-Adherent Bandage (pressure-type). Sterile and non-sterike, numeri sizes (from 2" to 6") and colors, with covered rubber strands *** in, lightweight, later or/and latex-free. (12 SAMPLES) Enema Ada Astry tion Set. Sterile, disposable, non-leaking, flexible, sterile lubricant nonkinking, nontoxie tube. 22" 24" French, 60% long with marts (12 SAMPLES) Hand Cleaners. Foams, gels, lotions. Anti-microbial rinse degerming products, mild alcohol fragrance, ethyl alcohol, emocenti to soften skin and prevent dryness; no water rising requred: effica against gram positive bacteria, gram negative bacteris, viruses 30 tungi

. (12 SAMPLES) Sheet Hydrogel Dressing. Synthetic Baterai is impregnated w/moisture reactive particles

. Designed to cope 393 promote healing of wounds such as ulcers, pressure sores & sapertos lesions. Various sizes. (12. SAMPLES) Plastic Water Pitcher Leer

68 Chemicals and Chemical Products

& Water Pitcher Set Disposable, l-quart size, graduated, with lid, various colors. (SAMPLES: 6 SETS EACH) Patient Positioners which include Abduction Pillows. Foam material, disposable and reusable, various sizes and shapes. (SAMPLES: 2 OF EACH) Stethescope. Disposable and reusable. Various types & colors. Single and dual heads individually boxed (SAMPLES 2 OF EACH) Stopcock-3 Way. Sterile, disposable for intravenous therapy for use in administering and controlling the flow of blood and solutions for simultaneous and alternate therapy (SAMPLES: 12 EACH) This is not a request for proposals. A solicitation will be issued once samples are evaluated. Interested parties should submit their product samples to reach the following address no later than December 29, 1998 CARL L HUNTER (901S), ITEM MANAGEMENT DIVISION, VA SUPPLY DEPOT, BLDG 37, Ist AVENUE, NORTH OF CERMAK ROAD, HINES, IL 60141 TELEPHONE: (708) 786-7783 FACSIMILE (708) 786-7784 Please send a fax to Burnell Brusveen at (708) 786-4974 listing the name of your company, address and telephone number, no later than January 31, 1999 if you wish to be included on the Bidders' Mailing List. (W-348 SN279985)

Defense Supply Center Richmond, 8000 Jetferson Davis Highway,

Richmond, VA 23297-5000 68-DEICING-DEFROSTING AND ANTUICING FLUID SOL SP0450990A107 DUE 020199 POC BUYER-Glendora Faison, 804-279-3070 / KO, Brenda Cordle, 804-279-4988 SUBJECT: 68 - DEICING-DEFROSTING AND ANTIICING FLUID SOL: SP0450990A107 DUE 020199 POC: Buyer. Glendora Faison, 804-279-3070 / KO, Brenda Cordle, 804-279-4988. DESC: NSN 6850-01-435-6471, Deicing-Defrosting and Antiicing Fluid. Specification (note 9). QTY = 20000 GL Shelf Lite 48 Mos. Automated Best Value Model (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 Deliver to Grand Forks AFB. ND. Deliver by 60 days ARO. For copies, telephone Glendora Faison, 804-279-3070 or Brenda Cordle, 804-279-4988. All request should identify RFP number and NSN. All responsible sources may submit an offer which will be considered. (W-345 SN279763)

ability to meet service requirements. Offerors shall include a completed copy of the provision at FAR 52.212-3, Otteror Representations and Certifications-Commercial Items, with its otter. The clause at FAR 52.2124, Contract terms and Conditions-Commercial items, applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with the invoicesProof of delivery may be in the form of a bilt of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. The clause at FAR 52 212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Offers are due by close of business December 21, 1998, and can be submitted to the address shown above Attn: Delta Helm or sent by FAX to the number shown above. Inquiries regarding the solicitation will only be accepted via FAX.

http://eps arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=67SA-* 99-DJH-0039&LOCID=211 Visit this URL for the latest information about this notice

XXXX Delta Helm (0-345 SN279781)

66 Instruments and Laboratory Equipment

69 Training Aids and Devices

Department of Veterans Affairs, AFMLOVNA Special Services, Contracting Officer, 1423 Sultan Street, Suite 200, Frederick, MD

21702-5006 66–DNA SEQUENCING SYSTEM UPGRADE SOL RFQ-797-FDF2-99-0007 DUE 122898 POC Monica J. Pileggi, 301-619-4070 This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) sub part 12.6., as supplemented with additional information included in this notice. The Air Force Medical Logistics OfficeNeterans Affairs Special Services intends to negotiate on a sole source basis a purchase order to Visible Genetics, Inc. for an upgrade of a MicroGene Blaster Automated DNA Sequencer to a MicroGene Clipper Automated DNA Sequencer (quantity of 1); MicroGene Clipper 2 dye Automated DNA Sequencer (quantity of 2), #VG 10216; Trade-in of MicroGene Blaster Automated DNA Sequencer (quantity of 2), # VG 10216 U/G; Upgrade to GeneObjects 3.0 (quantity of 1), #VG 20012); Upgrade to the OpenStep Operating System v. 4.2 (quantity of 1). #VG 20011; Hewlett Packard 32MB Ram upgrade kit (quantity of 1), #VG 60042: OpenGene System Il Manual for MicroGene Clipper (quantity of 1), #GI 00150. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.3021. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This is an upgrade (and trade-in) to existing equipment. Because this is a brand name requirement, the Government believes Visible Genetics, Inc. is the only vendor that can satisty the agency requirements described above. A J&A for Other than Full and Open Competition has been prepared in support of this acquisition. Delivery and upgrade of the system shall occur not later ihan 15 January 1999. No solicitation is available. The following FAR clauses are added by reference: FAR 52.212-1, Instructions to Otteror Commercial Items; FAR 52.212-3, Otteror Representations and Certifi

ation Commercial items; FAR 52.212-4, Contract Terms and CondiCions-Commercial Items. FAR 52.212-5. Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items. Questions concerning this acquisition may be directed to Monica Pileggi it 301-619-4070. (W-348 SN279893)

ASC/YWI, Bldg 11, 2240 B Street, Room 231, Wright-Patterson

AFB, OH 45433-7111 69-6-130) MAINTENANCE/AIRCREW TRAINING SYSTEMS SOL n/a POC Major Brad Sabo, (937) 255-7288x447/Contracting Officer, Ken Lang, (937) 255-7288x442 The following are modifications or additions to the Synopsis of sources Sought for the C-130J Training Systems published on December 2, 1998. The WSIs will be designed to meet Level 0 certification requirements defined by FAA Advisory Circular 120-40B (or a later revision), but in addition, the WST will also meet USAF mission specifications such as airland, airdrop, and tactical requirements. Another correction is the WST shall incorporate the use of most aircraft OFP and will be modified at different rates (e.g., multiple OFPs). Training of WC, KC, and EC versions of aircraft do not need to be described since they have minimal impact on basic configuration of the aircraft. The contractor shall provide the instructors and courseware for aircrew training only. The statement of capability of the contractor's facility corresponds to adequate space to develop multiple MATS and possibly operate at contractor's facility until Meester school house is ramped up. All statements of capability that are electronically sent should be emailed to Major Brad Sabo, . All written statements that will be sent by U.S. mail should be addressed to the contracting officer, Mr. Ken Lang (W-348 SN279999)

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

Orlando FL 32826-3275 70--COMPUTER SYSTEM WNMIC INTERFACE, ACTUATOR, TRANSDUCER SOL N61339-99-Q-0098 DUE 010599 POC Linda Hill, Contracting Officer, 407-380-4107 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; a quote is being requested and a written solicitation will not be issued. Solicitation N61339-990-0098 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-8. The solicitation shall be awarded on a sole source basis to Servos and Simulation Inc, Maitland, FL The SIC Code for this solicitation is -3571 with a size standard of 1000 employees. The following items

are required: CLIN 0001, Computer System with VMIC Interface, pl N: 4000CPUANMIC, I each. CLIN 0002, Actuator, High Force, PIN 4000M001, I each; CLIN 0003, Angular Displacement Transducer (ADT), I each. Delivery shall be made no later than 90 days after award to Patuxent MD 20670; acceptance shall be made at destination upon delivery. Delivery shall be made FOB Destination. The following FAR/ DFARS provision's and clauses apply to this acquisition: 52.212-1, 52 2123, 52.212-4, 52 212-5, 252.212-7001, 252 225-7035, 252 225-7036. The following subparagraphs of FAR 52.212-5(b) apply (6), (7), (8), (9). The following subparagraphs of FAR 52.212-5(c) apply None. The following clauses of DFARS 52.212-7001(b) and (c) apply 252 225-7001. A completed copy of the following must be included with the quote: FAR 52 212-3, DFARS 252.212-7000 and DFARS 252.225-7000. The following clauses also apply: DFARS 252.204-7004, "Required Central Contractor Registration". The DPAS rating for this solicitation is N/A. See Note 22 (forty-five days is changed to read fifteen days). Quote is due at 5:00 PM EST on 1/5/99 and may be made by FAX to 407-3804069 (Attn: Linda Hill) or to the address above. For information regarding this solicitation, contact Linda Hill at 407-380-4107,

http://www.ntsc.navy.mil/contract/procure.htm NAWCTSD Home Page. Request for Quote

Hil/LA@navar, navy.mil Linda Hill, NAWCTSD, Code 25713 (W-348 SN279902).

70 General-Purpose Information Technology Equipment

DISA/DITCO/DTS42, 2300 East Drive, Bldg 3600, Scott AFB, IL

62225-5406 70_MOCK AND REAL MOVE OF SYSTEMS TAPES DUE 121598 POC Lynne M. Ware, 618-229-9590 The Defense Information Technology Contracting Organization (DITCO), Computer Technology Division, Procurement Branch (DTS42) has a requirment for the mock move of unclassified systems tapes from Defense Megacenter (DMC) Rock Island to DMCSt. Louis during the period 8-10 Jan 99 and the actual move of unclassified systems tapes and tape library assets during the period 22-24 Jan 99. This move is required to facilitate the MVS-Army/Defense Financial Accounting System workload migration from DMC-Rock Island to DMC-St. Louis. Companies who can provide the above listed services must indicate their interest within 3 days of this announcement. Any party interested in receiving a copy of the statement of work shall provide written notice to the Contracting Office. Datafax requests to 618-229-9592 are acceptable. No contract award will be made on the basis of quotations/proposals received in response to this notice, since this synopsis cannot be considered a Request for Quotations/ Proposals. The resultant contract will be firm, fixed price. All responses from responsible sources will be considered for evaluating the award of the contract. Oral communications are not acceptable. SIC Code 7372. (W-345 SN279756)

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

AMMS (90C), 13000 Bruce B. Downs Blvd., Tampa, FL 33612 · 66_SOMNUS SOMNOPLASTY SYSTEM SOL RFQ 976-99-02 DUE 010799 POC Roxana Pfeuffer 813-972-7592 This is a combined synopsis for commercial items prepared in accordance with subparts in 12.6, as supplemented with additional information included in this notice. The

announcement constitutes the only solicitation; quotations are being equested and a written solicitation will not be issued. This solicitation s issued as a request for quotation. RFQ 796-99-02 is the Solicitation umber. This solicitation document and incorporated provisions and clauses are those in effect through Federal. Acquisition Circular 9706. The Standard Industrial Classification Code is 5047 and small business size standard is 500 employees. Due date for Quotes is January 7, 1999 at 2:00 pm The James A. Haley VA Hospital intends to Durchase a 50 KVA UPS System for delivery to MacDill AFB, Florida. Quotations shall be submitted on Somnoplasty System, w/standard assessories and warranty, 120 v 60Hz with hospital grade plug or equal product. KVA-UPS description as follows: 50KVA/40KW, 480 Volt input, 208/120 Output, UPS Module with Input Harmonic Filter, RS232 and building alarm contacts, Matching 23 Minute Battery Cabinet, System Start up and One Year On-Site Warranty, Sciemic Zone 4 Brackets for UPS & Battery Cabinet, and Top & Bottom front entry (Dimensions: UPS Cabinet Size 66'H 32'W 335D, & Battery Cabinet 66'H 32'W 33"D). Quotations shall be submitted on an "all or none" basis. Partial quotations shall be rejected. All quotations shall state Delivery time, F.O.B. point, shipping weight and cost if any. Offerors shall provide a complete set of provisions with Quotes found at FAR 52.212-3. Offeror Representation and Certifications-Commercial Items. Provision and clauses found at 52.212-1, 52.212-4, 52.212-5 and 852210-77 also apply Quotes shall be submitted to the address listed herein or taxed to 813-972-7572 and directed to the attention of Roxana Pfeuffer (90C). The government shall not be held responsible for quality of tax transmittals. The solicitation number (RFQ number) shall be Histed on the outside of your response for identification. (W-348 SN279906)

General Services Administration, Federal Technology Service (FTS). Acquisition Services Division (GTS-A), 1500 Bannister Road, Kansas

City, MO, 64131 70-6TSA-99-DJH-0039 SOL 61 SA-99-DJH-0039 DUE 122198 POC Delta Helm, Contract Specialist, Fax (816) 823-3322. Email - xxxx This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED Solicitation number 67 SA-99-DJH-0039 is being issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-08. This procurement is for the following items: CLIN 1. Advanced Programming Concepts (APC) Commercial Commis Processor w Display and Manuals. Qty: 1; CUIN 2. APC Commercial Display Processor (option 2), Qty. 1; CLIN 3. Additional 1553 Communica-tions Cards, Qty. I FOB Langley AFB. VA No partial quotes will be considered. No substitutions will be allowed. Please acknowledge all requirements on quotations. Please indicate FOB destination on quote. The provision at FAR 52.212-1, Instructions to Otterors, applies to this acquisition. Evaluation is based on best value including cost and

U.S. Information Agency, International Broadcasting Bureau, Office to of Personnel and Administration, Contracts and Procurement

Division, B/PAJAC, Room 1645, 330 Independence Ave., SW,

Washington, DC 20547 70—COMPUTER DATA CABLING INSTALLATION, MAINTENANCE AND REMOVAL SERVICES SOL B/PA-99-7 DUE 122298 POC Contact Point Contracting Officer: Lorraine Mullen, Telephone (202)260-2933: Facsimile:(202) 205-1921. The U.S. Information Agency (USIA), International Broadcasting Bureau (188). Contracts and Procurement Division (B/PA/ AC), has a, requirement for a contractor to provide computer data cabling installation, maintenance, and removal services. These services shall consist of providing installation, maintenance, and removal of fiber optic cabling (including MTP). twisted pair, and coaxial data cables, as necessary, for auxillary devices such as concentrators, hubs, etc., located in the Cohen Building, 330 Independence Ave., SW, and Switzer Building, 330 C Street, SW, Washington, DC. The Government anticipates awarding a firm-fixed price contract (purchase order), utilizing Simplified Acquisition Procedures as specified in the Federal Acquistion Regulation Part 13. to ihe responsible quoter (ofteror) whose price quotation (offer), conforming to the RFQ, will be most advantageous to the Government based on price and past performance. This procurement is 100% Small Business Set-Aside in accordance with FAR Subpart 19.502. The Standard Industrial Code is 7389. Period of Performance: One Year from Date of Award of Contract (Purchase Order). Request tor Quotation (RFQ) Number B/PA-99-7 is scheduled for release on December 22, 1998. Price Quotations are due by C.O.B. (5:00 PM) EST, Friday, January 15, 1999, Vendors interested in receiving a copy of RFQ NO B/PA-99-7 must respond in writing to the Contracting Officer, Ms. Lorraine Mullen, at the above-stated address or via facsimile at (202) 205-1921. All written requests for copies of the RFQ must be received by December 22, 1998 and shall, include the RFQ number; your company name, mailing address and telepbone number. No telephone requests for the RFQ will be honored. Click here to contact the contracting officer via

-348 SN279908)

Office of Acquisition and Grants, 1710 GWYNN OAK AVENUE,

BALTIMORE, MD, 21207-5279 70—ACQUISITION OF COMPUTER CABLE AND CABLE PRODUCTS(MODIFICATION # 1) SOL SSA-RFQ-99-3732 DUE 010599 POC JACQUELINE LESSIG, 401-965-1284 This action makes a correction to solicitation number SSA- RFQ-993732 that appeared in the CBD on December 10, 1998. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9708 not 90-37 as stated in the original announcement.

http://www.ssa.gov/oag Download Solicitation when if available

Contracting Officer, SSA/OAG (D-348 SN280076)

and 52.212-2. Evaluation-Commercial items apply to this acqustun The SIC Code for this acquisition is 3571, size standard 1000 erabigyeks The evaluation criteria for this solicitation will consist of techoka capability of the ofteror to meet the agency requirement, pritet past performance. To be eligible to receive an award resulting street this quotation, contractor must be registered with the Central Contract Registration (CCR) database. NO EXCEPTIONS. In order to register you may apply through the internet at "http://ccredi desa.ceit" ya must include your DUNS (Dun & Bradstreet) number in order to apply Ofterors shall include a completed copy of the provisions at FAR 52 217 3 and DFARS 252.212-7000, Offeror Representations and Certifications Commercial items, with their offer. Clauses 52.212-4, Contract Terms and Conditions-Commercial items and 52-212-5. Contract Terms an: Conditions Required to implement Statues or Executive Orders-Connets Items, apply to this acquisition. The following subclauses under DFAE 252-212.7001 also apply; 252.225-7001, 252.225-7036, 252.227-705 and 252.247-7024. Quotes must be submitted by 1:00 PM PDT, December 29, 1998. Failure to provide any of the required documents returence in this notice will render your quote unacceptable and ineligible to an award. Point of contact in this office is Susan Donbroski, 1915643 0290, or e-mail:. (W-348 SN280138)

General Services Administration, Federal Technology Service (FTS), Acquisition Services Division (6TS-A), 1500 Bannister Road, Kansas

City, MO, 64131 70—6TSA-99-CSC-0040 SOL 6TSA-99-CSC-0040 DUE 122198 POC Sue Cumpton, Contracting Officer, Fax (816) 823-3322, Email xXxx This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 6TSA-99-CSC-0040 is being issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-08. This procurement is for the following items: CLIN 1. Advanced Programming Concepts (APC) Commercial Comms Processor V2 w Display and Manuals (ASDI), Qty. 1; CLIN 2. APC Commercial Display Processor (option 2), Qty. 1; CLIN 3. Additional 1553 and NTDS Cards, monitor and cables, Qty. 1. CLIN 4. APC Tracker Module License, Qty. 1. CLIN 5. Pentrum upgrade to existing ADSI system, Qty. 1. FOB Hurlburt Field, FL. No partial quotes will be considered. No substitutions will be allowed. Please acknowledge all requirements on quotations. Please indicate FOB destination on quote. The provision at FAR 52.212-1. Instructions to Offerors, applies to this acquisition. Evaluation is based on best value including cost and ability to meet service requirements. Ofterors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, with its offer. The clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. In addition to the guidance contained in FAR 52.212-4, contractors shall submit proof of delivery with their invoices. Proof of delivery may be in the form of a bill of lading or other shipping document signed by the receiving office. Invoices received without proof of delivery will not be accepted. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition. Offers are due by close of business December 21, 1998, and can be submitted by fax to 816-823-3322 Attn: Sue Cumpton, Inquiries regarding the solicitation will only be accepted via FAX.

http://eps.arnet.gov/cgi-bin/webObjects/EPS?ACode=P&ProjID=6TSA99-CSC-0040&LocID=211 Visit this URL for the latest intormation about this notice

Xxxx Sue Cumpton (D-348 SN280126)

Detense Supply Service-Washington, 5200 Army Pentagon, kn.

10245, Washington, DC 20310-5200 71—- FURNITURE SOL dasw01-99-0-0138 DUE 010599 POC acha hector-703-693-5013 Defense Supply Service-Washington (DSS-# tends to award a contract for "19 modified wood four-drawer weten file cabinet, size 28" x 18.5" x 55”, model: special shipping con DSS-W s/n: 7711-0w-830-2200. Interested parties must submit a capate ties statement delineating their ability to meet the requirement

http://cbdnet access.gpo.gov dasw02-99-0-0138 ,mil (W-348 SN280013

Defense Information Systems Agency, DITCO-NCR, 701 South Court

House Road, Arlington, VA 22204-2199 70–GENERAL PURPOSE AUTOMATIC DATA PROCESSING EQUIPMENT, SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT SOL DCA100-99-04004 DUE 123098 POC Contract Specialist, Danny Lester, (703)6076918 This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND WILL NOT BE ISSUED. The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with Unlimited Software Associates Incorporated Malvern, Pennslyvania. DISA intends to renew 16 licenses of BOSS software, including but not limited to product support, e.g., phone, FAX, Email, product updates, and enhancements. The contractor shall furnish one manual with unlimited reproduction for internal use. Licenses are distributed at the following sites as follows: Ogden(2), Oklahoma City (1), Mechanicsburg (1), San Antonio (1), Slidell (1), Warner Robins (1), Jacksonvile /San Diego (9), dependent upon final Navy work load split. The government will manage and install upgrades and enhancements at the deployed sites. TASK 2—Specialized Compatibility Software. Support of specialized compatibility software is supported by the API in the standard BOSS release. It will require periodic consultation directly with the Development team beyond the scope of normal support as these routines are for and used exclusively by the DISA sites. This support consists of: The implementation of "Allow Trans“ functionality. The ability to duplicate SAS logging of Trans Codes. The RQCALLERR, RQDATE and RQSNDERR requestors. These are part of RQLINKER that allows the BOSS software to co-exist with SAS while they run in "parallel mode". An expanded Disclaimer field in the Logon Screen. The enhancements to BOSSCOM that were specific to DISA sightsespecially the ADD and SETLIKE utility. TASK 3-Support the conversion of existing Access Control Programs to BOSS. This entails on-site technical support to a government conversion team at each site. The following sites are covered by this task: DMC-Ogden, DMC-Oklahoma City, RSAJacksonville, RSA-Warner Robins, RSA-San Antonio. The contractor shall accomplish the the work specified at the locations listed below. The contractor's proposal shall clearly delineate and justity numbers and catagory types of personnel who shall perform work at each location. Locations, the contractor shall perform temporary on-site Sow work at DISA DMC-Ogden, DMC-Oklahoma City. RSA-Warner Robins, RSA- • San Antonio and DMC-Mechanicsburg. The contractor may be required to perform temporary on-site Sow work at RSA San Diego, in lieu of trips to previously defined sites. Travel shall be in accordance with FAR 31.205, the contractor must obtain government approval before incurring travel costs. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. The Standard Classification is 7371 and the Size Standard is 1,000 employees. Delivery will be to DISA, Systems Support Office, DISA JEXBB 5450 Carlisle Pike, PO Box 2010, Mechnaicsburg, PA 17055. Prices will be FOB Destination. The contractor's standard commercial warranty is applicable. The period of performance for the base is 11 months, with four option years. Prices will be FOB destination. YEAR 2000 COMPLIANCE INFORMATION TECHNOLOGY (NOV 1997) The information technology to be acquired under this contract must provide continuity of operations from the service date through the twentyfirst century, without failure or interruption. Accordingly, companies desiring to be considered for this contract shall confirm that all telecommunication services, equipment, and systems and/or computer hardware, firmware, and software to be utilized in or provided under this contract, including those portions to be provided by any subcontractor, are Year 2000 compliant. In the event a company's information technology is not currently Year 2000 compliant, the company is requested to identify the date that Year 2000 compliance will be achieved. Any company unable or unwilling to confirm that its information technology is year 2000 compliant may not be considered for this contract. Year 2000 compliant, as used in this part, means, with respect to information technology, that the information technology accurately processes date/ time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and leap year calculations, to the extent that other information technology, used in combination with the information technology being acquired, properly exchanges date/time data with it. The contractors proposal shall indicate one of the following: ( Year 2000 compliant. All information technology to be provided under this contract is confirmed to be Year 2000 compliant. ( Not currently Year 2000 compliant. However, Year 2000 compliance will be achieved on All information technology provided under this contract shall be confirmed to be Year 2000 compliant not later than the date shown above. ( Not Year 2000 compliant Information technology to be provided under this contract cannot be confirmed to be Year 2000 compliant. The following FAR Part 12 clauses apply: 1) FAR 52.212-1, Instructions to Otterors-Commercial Items (no additional instructions other than noted above), 2) 52.212-4, Contract Terms and Conditions; 3) FAR 52.212-5 Contract Terms and Conditions Required to implement Statutes of Executive Orders-Commercial Items, additional terms: 52.222-26, 52.222-35, 52.222-36, 52.222-37; 4) DFAR 252.212-7001. Contract Terms and Conditions Required to implement Statutes of Executive OrdersCommercial Items, additional terms: 252.225-7001, 252-227-7015, 252 233-7000; 5) A completed copy of FAR 52.212- and DFAR 252.212700, Otteror Representations and Certifications-Commercial Items must be submitted with offer. Payment will be made to Defense Finance and Accounting Service, Pensacola, FL Interested persons may identity their interest and capability to respond to the requirement or submit proposals within 15 days following publication of this notice to the following address not later than 3 P.M.: Danny W. Lester, Contract Specialist, (703) 607-6918; Randolph S. Grey, Contracting Officer, (703) 607-6905. This notice of intent is not a request for competitive proposals. This requirement is being issued by authority of 10 U.S.C. 2304 (C)(1). SEE NOTE 22. (W-348 SN279954)

75 Office Supplies and Devices

Coast Guard Engineering Logistics Center, 2401 Hawkins Point

Road, Mail Stop #26, Baltimore, MD 21226-5000 75_REQUIREMENTS TYPE CONTRACT AWARD FOLDERS (4 TBC FOR ONE YEAR WITH OPTIONS TO RENEW FOR FOUR ADDITIONAL TELL SOL DTCG40-99-8-70019 DUE 012699 POC Point of contact-forma Harwood, Contract Specialist. (410) 762-6455, James M. McGurk, Cantracting Officer, (410) 762-6456 751. 7510-01-094-1485. Comments Medal Award Folder, estimated quantity 5850 each. 2. 7510-01-25 6004, Commandant Letter Award Folder, estimated quantity 4/64 Ext 3. 7510-01-156-7936; Presentation Folder, estimated quantity 15 % each. 4. 7510-01-GGO-1102, Public Service Award Folder, esta quantity 550 each. All to be made in accordance with US Coas Guard drawings which will be provided with solicitation. It is intender to award a Requirements type contract with one (1) base per i four (4) option years. Delivery shall be F.O.B. Destination to Cars Guard Engineering Logistics Center, Columbia, MD 21046-2102. De of First Article Sample within 45/60 days after receipt of order le of Production Run within 90/120 days after approval of first kad All responsible sources may submit a bid which shall be sent by the agency. NOTE: Solicitation Packages may be requested na at (410) 762-6008. Minority, Women-Owned, and Disadvantaged Estes Enterprises (DBE)! The Department of Transportation (DOT). SE Term Lending Program (STLP) otters working capital tinam # # * form of lines of credit to finance accounts receivable for trans related contracts. Maximum line of credit is $500,000 with its at the prime interest rate for further information call 800 1169. Internet address: http://osdbuweb.dot.gov. For turther internet concerning the acquisition, contact the contracting officials listed See Numbered Note 1 and 26. (AC1211022-01) (1-348 SN279839)

Department of Defense, Television-Audio Support Activity (T-ASA), Contracts Division, 3116 Peacekeeper Way, McClellan AFB, CA

95652- 1068 70-AN SUPPORT SOL MDA112-98-0-0048 POC Contact Susan Donbroski, Contract Specialist or Richard H. Talbert, Contracting Officer, (916)643-0290 17. This is a combined synopsis/Request for Quotation (RFQ) 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 solicited with this notice. A written quotation will not be issued. The quotation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 9709. The Television-Audio Support Activity proposes to procure the following: hardware and software support for Cabletron equipment, to consist of 1 X 24 toll free technical support hotline, advance replacement, firmware upgrades, per call on-site engineering response, and escalation procedure. The following Cabletron modules to be maintained: eleven (11) each 9C214-1 modules, six (6) each 9C300-1 modules, eleven (11) each 9C614 modules, three (3) each 9H421-12 modules, thirtysix (36) 9H422-12 modules, forth-eight (48) SEHI 100TX-22 ES Hubs, and nine (9) each 2E42-27R modules. Length of service: twelve (12) months, location: Defense Information Schools (DINFOS), Ft George Mead, MD. The Government anticipates negotiating and entering into a contract on a sole source basis with Cabletron Systems Inc., 35 Industrial Way, Rochester, NH 03867, in accordance with FAR 13-106.2(a)(5), the only source reasonably available. However, all responsible sources may submit a quote which shall be considered by the agency. Other ofteror's proposals shall include specification data sheets/brochures, etc., sufficient to enable the Government to determine the capability of the offeror to meet the specifications as stated in this notice. Responses to this notice must be provided in writing. Responses may be mailed to Television Audio Support Activity, Directorate of Contracting, Attn: T-ASA/DOC/SC (Susan Dombroski), 3116 Peacekeeper Way, McClellan AFB, CA 95652-1068, or if using courier services deliver to: TelevisionAudio Support Activity, Attn: T-ASA/DOC/SC (Susan Donbroski), Building 209, Room 104, McClellan AFB, CA 95652. Facsimile responses are acceptable, FAX number is (916) 643-4703, All responses to this notice must make reference to quotation number MDAT12-99-0-0048. The provisions at FAR 52.212-1 Instructions to ofterors-Commercial Items,

General Services Administration, Federal Supply Service (FSS)

. Die Supplies and Paper Products Commodity Center (2FY), 26 Federal

Plaza, New York, NY, 10278 75–VARIOUS OFFICE SUPPLIES SOL 2FYS-BM-98-0003N DUE C115* POC Mitchell Jarvis, Contracting Officer, Phone (212) 264-334:, ** (212) 264-1780, Email Jarvis, com ing Officer, Phone (212) 264-3349, Fax (212) 264-1780, Emad ATO TION!!!, ATTENTION!!! THIS IS THE THIRD AMENDED NOTICE FOR SAL? TATION 2FYS-BM-98-0003-N!!!!! AT THIS TIME WE ARE AMEND NG 14 CLOSING DATE ONLY!!!!! THE NEW CLOSING DATE WILL BE FAN 15, 1999!!!!!BEFORE, 4:30 P.M. THIS AMENDS ALL PREVIOUS SOY TION NOTICES!!! THE ISSUE DATE IS STILL 12/14/98. THIS SOUC7413 IS FOR THE FOLLOWING OFFICE SUPPLIES MAPTACK. THUMERO PUSHPIN, EMBOSSING MACHINE. MARKING CRAYON, CHALK PLEK STAMP, PRINTING SET, AND CRAYON ASSORTMENT. THE GENERALE ICES ADMINISTRATION (GSA) WILL ISSUE WRITTEN SOLICITATION ELECTRONIC FORMAT THROUGH OUR ELECTRONIC POSTING SYSTEM ETHESE SOLICITATIONS WILL BE AVAILABLE ON THE INTERNET AT DE leps.arnet.gov. YOU CAN CONTACT MITCHELL JARVIS AT 212-264OR FAX AT 212-264-1780 FOR INFORMATION.

http://eps arnet.gov/cgi-bin/webObjects/EPS?ACode=P&Fredd=2YSBM-98-0003N&LocID=6 Visit this URL tor the latest information and this notice

Mitchell Jarvis (D-348 SN279892)

P/N 3321AS600, 694 BEQ Each Ye; NIIN 012622988, PN 3321AS 700, 1158 Each Yr.. See Note 22 (ACAVI1211023-164) (1-348 SN279856)

General Services Administration, Federal Supply Service (FSS), Office Supplies and Paper Products Commodity Center (2FY), 26 Federal

Plaza, New York, NY, 10278 75_VARIOUS OFFICE SUPPLIES SOL 2FYS-BM-98-0003-N DUE 011599 POC Mitchell Jarvis, Contracting Officer, Phone (212) 264-3349, Fax (212) 264-1780, Email l Jarvis, Contracting Officer, Phone (212) 264-3349, fax (212) 264-1780, Email ATTNTION!!!! ATTENTION!!!! THIS IS THE THIRD AMENDED NOTICE FOR SOLICITATION 2FYS-BM-98-0003-N!!!! AT THIS TIME WE ARE AMENDING THE CLOSING DATE ONLY!!! THE NEW CLOSING DATE WILL BE JANUARY 15, 1999!!!! THIS AMENDS ALL PREVIOUS SOLICITATION NOTICES!!!! THE ISSUE DATE IS STILL 12/14/98. THIS SOLICITATION IS FOR THE FOLLOWING OFFICE SUPPLIES: MAPTACK, NSN'S 7510-00-272-3099, AND 7510-00-285-5844, THUMBTACK, NSN'S 7510-00-272-6886, AND 751010-272-6887, PUSHPIN, NSN 7510-00-940-0935, EMBOSSING MACHINE, VSN'S 7490-00-835-0443, AND 7490-01-169-4003, MARKING CRAYON, YSN 7510-00-223-6708, CHALK, NSN'S 7510-00-223-6701, 7510-0023-6706, AND 7510-00-164-8893, RUBBERSTAMP, NSN 7520-00-281175. PRINTING SET, NSN 7520-00-264-3718, AND CRAYON ASSORTMENT, /SN 7510-00-285-1728. THE GENERAL SERVICES ADMINISTRATION (GSA) VILL ISSUE WRITTEN SOUCITATIONS IN ELECTRONIC FORMAT THROUGH UR ELECTRONIC POSTING SYSTEM (EPS). THESE SOUCITATIONS WILL E AVAILABLE ON THE INTERNET AT: http://eps.arnet.gov.

http://eps.arnet.gov/cgi-bin/webObjects/EPS?ACode=P&Pro ID=2FYSM-98-0003-N&LOCID=6 Visit this URL for the latest information about This notice

mitchell Mitchell Jarvis (0-348 SN279960)

Notice/Market Survey: Requirements Contract for Fuel Tank Sealants, FSC Class 8030. If you are interested in bidding, please complete the questionnaire on pages 19, 20, & 21, of the PIN and return it to GSA before December 31, 1998. The PIN can only be obtained electronically, at the web site: (http://eps. arnet.gov). Your input will be used in an effort to improve and expand the competitive procurement process. For further information or if you have any questions, please call Larry Schmoll at (816) 823-1287 or fax your responses to 816/ 926-3678. Please return questionnaire to below address or fax to telephone number above: GSA, Sealants and Adhesives Branch (6FERS-F9) Attn: Larry Schmolt, Contracting Officer 1500 East Bannister Rd. Kansas City, MO 64131

http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=TFTP98-BK-8374&LOCID=7 Visit this URL for the latest information about this notice

Larry Schmoll (D-348 SN279918)

6 Books, Maps and Other Publications

Operational Contracts Division, Commodities Branch, AFDTC/PKOS,

205 West D Avene, Suite 541, Eglin AFB, FL 32542-6862 76SUBSCRIPTION SOL F08651-99-T0144 DUE 123098 POC Contact wel Burgess. (8501882-8261, Purchasing Agent: Contracting Officer, ncoln Hochmuth!! The Air Armament Center (AAC). Eglin AFB. FL, stends to solicit, and award a sole source, firm fixed price contract I options to Information Handling Services, 15 Inverness Way East, 0. Box 1154, Englewood, CO. 80112, (800) 525-7053. This is a combined nopsis/solicitation for commercial items prepared in accordance with he format in FAR Subpart 12.6 as supplemented with additional informaon included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE NLY SOLICITATION, a proposal is being requested, and a WRITTEN OLICITATION WILL NOT BE ISSUED. Solicitation Number F08651-99T0144 issued as a Request for Quotation (RFQ). The provisions and clauses the RFQ are those in effect through FAC 97-9. This procurement being conducted under the Test Program for Commercial Items FAR irt 13.5. The Standard Industrial Classification (SIC) code is 2741 nd the small business size standard for this procurement is 500. ne Item 0001, Subscription, IEEE/EL ELECLIB LEVI, EE2 CD ROM ubscription, Contains IEEE & VEE Journals/Periodicals/Conterence Proedings and Standards from 1988 to Current Year. Period of Service: 31/99 Thru 1/31/00. Part Number: PCN-EE2 ME-CD. Required delivery

Eglin AFB is 31 January 1999. F.O.B. Destination. The following OVISIONS and clauses shall apply: 52.212-1, Instructions to Offerorsommercial; 52.212-2, Evaluation-Commercial Items (Evaluation will be sed on price and other factors): 52.212-3, Offeror Representations d Certification-Commercial Items (Offerors must submit a completed py of the Representations and Certifications with their offer); 52.212Contract Terms and Conditions-Commercial items; 52.212-5, Contract ams and conditions Required to Implement Statutes or Executive Ordersmmercial Items. Bids must be submitted no later than 3:00 P.M. T on 30 December 1998. Offer due at AAC/PKOBS, 205 West D e, Suite 541, Eglin AFB, FL 32542-6862, or facsimile 850-882-9442. e note 22 (W-348 SN280085)

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert

St., Suite 600, Nortolk, VA 23511-3392 80—PAINT SOL N00189-99-R-0016 POC 1. Pendleton, Contracting Officer, (757) 445-1444, J. Smithey. Contract Specilaist, (757) 4442385 Solicitation N00189-99-R-0016 posted in CBDNet on November 25, 1998 and printed issue date of 30 November, 1998 is hereby modified as follows: The government is seeking the best in existing commercial practices for 24 or 72 hour delivery using on-line electronic ordering. The contractor will provide a fully automated, operational on-line electronic system which shall be the contractor/vendors own choice. However, all ordering activities under this contract must be able to utilize the system by accessing the system via INTERNET. Anticipate indefinite Delivery/Indefinite Quantity type contract for commercial items for base plus four one year option periods. Solicitation to be issued approximately 8 Jan 1999. Solicitation will be posted on the Fleet and Industrial Supply Center (FISC), Norfolk Web page: http://www.nor fisc.navy.mil/Contracts/solicitations/default.htm

All responsible sources may submit an offer which shall be considered by the agency. Written or facsimile requests will be accepted. Requests for the solicitation must state that neither the requestor nor principal corporate officials and owner are currently suspended, debarred, or otherwise ineligible to receive a contract from an federal agency. Failure to so represent will be grounds for retusing the request. Refer to the RFP number when requesting copies of the RFP. Interested parties should provide their CAGE Code and tax number. Submit requests in writing to the Commanding Officer, Norfolk Acquisition Group, Hampton Roads Detachment, Fleet and industrial Supply Center, 1968 Gilbert Street, Suite 600, Norfolk, VA 23511-3392. Attn: Bid Clerk, Facsimile requests to (757) 443-1424.

http://www.nor fisc navy.mil/contracts/solicitations/default.htm Go to solicitation N00189-99-R-0016 to download (W-348 SN279990)

Dopartmont of the Army, Headquarters, Military Traffic Management Office, ATTN: MTTM-T Room 629, 5611 Columbia Pike, Falls Church,

VA 22041-5050 81-45X20 ISO INTERMODAL DRY CONTAINERS (OPTION FOR ADDITIONAL QUANTITY) SOL DAMT01-99-R-9001 DUE 122998 POC Allen F. Reed 703/681-1420 The Government requires the purchase of various types of ISO Cargo containers and container related equipment as described below. Subject containers must be delivered as specified in the description provided. If the RDD provided below can not be met, please provide your earliest availability for delivery of any units that will be offered in response to this request for quotes. THE SMALL BUSINESS SIZE STANDARD IS 500 EMPLOYEES FOR SIC 3441. Please provide unit prices, including drayage, and all other related costs below as applicable. All containers purchased by the Government must have not less than (NLT) one set of fork lift pockets. Container(s) offered to the Government must be in cargo worthy/sea worthy condition. Container(s) must have current CSC inspection valid for 30 months and be wind and watertight. Cargo/sea worthy condition inspection incorporates the following: 1. 150—No alteration of K-1, K-2, dimensions. 2. WELDS—No cracked welds on the welds of prime structural components. 3. PANELS-Dents, bonds and bows up to 50mm into the cube. 4. CORNER POSTS-Dents to 25mm. 5. TOP SEARAILS Dents to 25mm. 6. HEADERS-front 25mm, Rear 35mm. 7. BOTTOM RAILS-Dents up to 50mm (no limit on flanges) Flange comes up to webs, except on bottom side rails. 8. FLP SIDES, CROSSMEMBERS TUNNELS RAILS AND BOLSTERS-Debris up to 75mm (no limit on flanges) horizontal cuts in webs to 400mm. Flange cuts up to welds. 9. DOORS Operable, light & watertight and sealable. 10. FLOOR GOUGESUp to 15mm deep and 150mm wide, 5mm deep over 150mm wide, uneven adjacent boards/threshold plate up to 5mm. 11. FLOOR SEPARATION - Up to 10mm at fastener. 12. RAIN GUTTERS & J BARS—No interfering with the door. 13. VENTS functioning and watertight or closed off. 14. MARKINGS- All serial numbers and ISO required markings must be legible. TIR and CSC plates must be present. 15. GENERAL-No missing door hardware. No holes into the cube. No cuts except as noted above. No corrosion that will not pass a hammer test. No hazardous cargo residues or foul odors. Containers are to be delivered FOB Destination (FOB). DAMT01-99-R-9001. Details are provided as follows: 8'6*x8x20 ISO Dry Containers, used, delivered to: (41 units) Sierra Army Depot, Attn: SIOSI-RMP, Herlong, CA 96113. POC: Ken Stack @ 530/8274895. Alternate POC: Lani Ayers @ 530/827-4397. Facility Hours of Operation: 6:30 a.m. to 3:30 p.M.- PST, MondayThursday. 8'6"x8x20' ISO Dry Containers, used, delivered to: (4 units) SR USA SOLDIER SYSTEMS CMD, Consol Prop Otc, Natick, MA 01760-5000. POC: Frank Kostka @ 508/233-5257. Alternate POC: Arthur Claridge @ 508/6530092. Facility Hours of Operation: 7:00 a.m. to 4:00 p.m. -EST, Monday Friday. Required Delivery Date: 29 January 1999. Acceptance inspection required. (The Government will order 3rd party inspections prior to delivery from depot. The inspection is for Government purposes and is not intended to relieve the contractor of responsibility for presenting acceptable equipment. Upon delivery, the Government may inspect containers in accordance with criteria noted. The Government is responsible for acceptance at destination.) Price Proposal: CLIN 0001-8'6"x8'x20 ISO Dry Containers, used, (Delivered FOB to Herlong, CA) Quantity: 41 ea. Unit Price $

Extended Price $ CLIN 0002-OPTION Additional 8'6"x8x20' ISO Dry Containers, used, (Delivered FOB to Herlong. CA) Quantity: Up to 30 ea. Unit Price $

Extended Price $ CLIN 0003—8'6"x8x20' ISO Dry Containers, used, (Delivered FOB to Natick, MA) Quantity: 4 ea. Unit Price $

Extended Price $

Depot of origin of units, oftered under this proposal. Name:

Street:

81 Containers, Packaging and Packing Supplies

Cleaning Equipment and Supplies

City:

State: ZIP:

Country of origin of units, offered under this proposal.

Please submit your offer to Allen F. Reed by facsimile NLT 12:00 EST 29 December 1998 @ (703) 681-9112. Name:

Street:

374TH CONTRACTING SQUADRON/LGCS, UNIT 5228, APO AP 96328

5228 79_CLEANING EQUIPMENT AND SUPPLIES SOL F62562-99-06006 DUE 0499 POC Point of contact-Sayaka Kurebayashi, Contract Specialist, 1-81-425-52-3011(Comm Ph) or 011-81-425-53-7786(Fax), Contracting Ficer Merry K. Sargent-Green, 011-81-425-52-3012(Comm Ph) CORRECIN: This action previously published in the Commerce Business Daily hereby corrected as follows: (1) in SUPPLIES, Item 0001, change statement from "Floor Polisher" to "Scrubber”, and Pad Speed: from 000RPM" to "at or about 1,000RPM maximum", (2) in SUPPLIES, n 0005, delete a statement "Auto Polisher" and change Pad speed m 2.000RPM" to "1,000RPM maximum", and (3) in SUPPLIES, Item 6 change statement from "charger for auto polisher" to "charger Scrubber (charge for Item 0005)”. sayaka kurebayashi@yokota at, mil 374th Contracting Squadron/LGCS 348 SN279838)

FM NAVICP Philadelphia PA, 700 Robbins Avenue, Philadelphia,

PA 19111-5098 81_SHIPPING AND STORAG-AND SIMILAR REPLACEMENT PART SOL 981420026 DUE 020199 POC Point of Contact Contact Point, Anne M Crankshaw, 0235.08, (215)697-4377, Fax, (215)697-3161, Twx, Notavail, Contracting Officer, Douglas Nevins, 0235, (215)697-6539 NSN 6K-8145-01-262-2988-GA, SPEC NR TDP VER 009, Qty 1158 EA, Delivery FOB Origin, Approx Due Date O/A Feb 01 99, Contract 100 percent Small Business Set Aside - 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/ciibro.htm http:/ www.navcip.navy.mil/ci/ciibro.htm A Best Value requirements solicitation will be utilized which would require ofterors to submit technical and price proposals. Additionally, award will be made with a 60/40 split and may be for multiple LTC awards. Award is for a five year requirements contract: two base years & three one year option periods. Seven Line Items: NIIN 012622982, P/N 3321AS100. BEQ 595 Each Yr: NIIN 012622983. P/N 3321AS200, 829 Each Yr; NIIN 012622.84. P/N 3321AS300, 1514 Each Yr; NIIN 012622985, P/N 332434 0 1100

City:

State: ZIP:

Country of origin of units, offered under this proposal.

Please submit your offer to Allen F. Reed by facsimile NLT 12:00 EST 29 December 1998 @ (703) 681-9112.

(W-348 SN280146)

83 Textiles, Leather, Furs, Apparel and Shoe Findings, Tonts and Flags

Brushes, Paints, Sealers and Adhesives

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

Kansas City, MO, 64131 O_FUEL TANK SEALANTS— FSC CLASS 8030 SOL TFTP-98-84-8374

123198 POC Larry Schmoll, Contract Specialist, Phone (914; 023

Dopt of Justice, fed Prison Industries, 320 1st Street NW

Material Mgt Branch, Washington, DC 20534-0001 83—LINEN PRODUCTS & SERVICES SOL IPI-R-1234-99 DUE 012799 POC Millie Clark, 202-305-7270 UNICOR, Federal Prison Industries, Inc. Intends to award a contract to Standard Textile Co. Inc., One Knollcrest Dr., cincinnati, OH 45222-1805, for the sale of linen products used


Page 15

There will be a base year plus 4 option years for delivery to FCIS at Raybrook, NY and Miami, Fl. The products would include name woven bath towels, surgical towels, sheets, pillowcases, bedspread blankets, and mattress underpads. Additional healthcare related textile products could be added to the contract. The components provided under this contract will be free from manufacturing defects and will be either first quality or run of the loom which contains up to 10% useable irregulars. Company will provide technical assistance as necessary in the start-up and initial operation in the manufacturing process. The contract will include marketing services. These services will include promoting and educating customers about the products jointly manufactured by Standard Textile Company and UNICOR. Standard will assist in the training of UNICOR marketing staff about the use and marketing of the products. Standard will work with UNICOR in determining the potential, size of the market within the Veterans Administration and Military Hospitals. Standard will develop a marketing strategy to assist UNICOR in establishing maximum sales penetration. THERE IS NO SOLICITATION DOCUMENT AVAILABLE. Standard Textile is the only source for providing this service. All interested concerns identify their interest in writing and fully document their capability to meet the Agency's requirements by forwarding a detailed response by January 27, 1998. All responses must be in writing and may be faxed to 202-305-7363 All proposals from responsible sources will be considered by the Agency, If no affirmative written response is received by January 27 to determine that a comparable source is available, or is more advantageous to the Government, ' negotiations will take place with Standard Textiles. There is no solicitation available. htt

Presolicitation Notice (W-348 SN279913)

Additionally, if the PGS is to be used repeatedly by medical and the personnel handling hazardous substances, then they must be cleared and hopefully capable of being disinfected/decontaminated to reme hazardous substances thereby protecting the wearer. Shelf life di ibu years will be established to minimize life cycle costs. PGS skai ir promote the growth of fungus or molds during use or storage Pos shall be compatible with currently fielded (BDU and Class B vitam and individual equipment (CIE), to include communications equipment Interface with communications equipment, such as standard malta radio handset, commercial hand-held portable radio to include reci speaker/microphone is essential. The PGS shall be compatible en standard chemical protective clothing (MOPP I) and equipment. The PGS is not required to provide NBC protection to the soldier tot el

kden it required to be NBC de contaminable. The PGS shall not require any special logistical considerations. Manpower, personnel, and train

lich shall not be impacted by the use of this item. Instructions to the SU use, care, and storage shall be published in an instruction sheet perheen with each pair of gloves. Maintenance procedures for minar danap *270 are required for the PGS and should be developed to extend the went ability and reduce further degradation of the PGS. PGS will be disa if not repairable. Consideration should be made to determine current military individual sewing kit can provide some, it any reason capabilities, A PGS repair kit may be recommended by a mantactores to repair minor damage to the PGS. The PGS shall not increase fra structure requirements. The PGS shall be capable of being marta Pa and worn, with proper fit, by the Sth percentile to the 95th percent FE description targeted audience soldier. Design must allow for time to use while the user is dressed in environmentally protectie clatan All safety hazards associated with the operation, maintenance, tras tation, storage, and handling of the PGS shall be eliminated arredar!

ortat to an acceptable level of risk. The system shall be designed to end or control all potential health hazards. It is understood that the phone may be a layered system, one glove may not provide all the estad characteristics that are required. A layered system must interface together to offer all the needed elements and features Interested SOUTOR ALI within thirty (30) days following the publication of this synopsis, reste with information on their product(s). Interested sources shall not information detailed in CBD Note 25 regarding a firm's experea personnel, and facilities. Interested firms should include preposed actual item descriptions and illustrations which detail concept op and any performance or test data. Samples are desired, but mot regum THIS IS NOT A REQUEST FOR PROPOSALS. No solicitation doen is available at this time. Firms responding shall indicate wetter not they are a small business. The size standard for this isde (SIC_2399) is 500 employees. Any information submitted we returned. If a firm chooses to submit samples, no payment de made by the Government for such samples. Please submit te information to the following address: U. S. Army Natick Research I IN Development Enterprise, ATTN: Ms. Kathy Swift, Textile Technolga tha Program Manager, Enhanced Soldier Systems, Kansas Street, Nato MA 01760-5019. See Note 25. (1-348 SN280071)

84 Clothing, Individual Equipment and Insignia

hand wear items to meet the requirements of the Protective Glove System (PGS) program. The U.S. Army requires hand and forearm protection to support both mounted and dismounted operations. A Protective Glove System (PGS) is required to provide hand and forearm protection from cuts, punctures, and abrasions from barbed or concertina/razoredged wire, law enforcement frisk type searches and other hazards, PGS will also provide hand and forearm protection from blunt trauma force in riot control civil disturbance operations. The gloves are to be worn by U.S. Army Combat, Combat Support and Combat Service Support Soldiers and Federal Police Officers while performing stability operations, support operations, combat operations and training exercises, and/or similar civil law enforcement operations. PGS will be compatible with other specialized glove systems for added protection in certain environments. Missions for the U.S. Army span all areas of the world, all terrains and climates, low to high intensity conflicts, and low to high technology contlicts. PGS is an Army program (with Joint Service, state, and local civilian interest) to produce a protective glove system comprising integrated components. The PGS shall take advantage of current existing material technology to lighten the soldier's load and improve soldier's comfort, which will translate into increased mission performance, survivability, and sustainability while providing the threshold protective capabilities required. It shall also enable the worker to conduct necessary operations with the appropriate level of dexterity and tactility. The PGS shall be designed in a tailored approach for various users to optionally choose glove layers or system components, based on mission scenario. The PGS shall replace the current issued Barbed Tape-Wire Handlers Gloves that provide protection for handling barbed wire or concertina/razor wire. Although the current Barbed/Concertina Wire Handler's gloves protect from minor cuts, punctures, and abrasions initially, it fails to withstand the repeated usage it takes to deploy wire The PGS shall provide better comfort and fit. It may be used with other standard issue military gloves and must survive against the required hazards to the degree that the items can be reused for deploying wire for a longer wear life than the standard issue Barbed Tape-Wire Handlers' Gloves (NSN: 8415-00-926-1674). The PGS shall also offer protection to the Combat/Combat Support and Combat Service Support Soldier, as well as Federal Law Enforcement officers and shall provide protection to hands and forearms from cuts, punctures, and abrasions caused by handling barbed/concertina razor-edged wire. The PGS shall prevent cut to the hands from knives and razor blades, and objectively, prevent punctures from hypodermic needies during frisk searches. The PGS shall provide significant blunt force trauma protection to hands and forearms from thrown objects (rocks, bottles, riot batons) when compared to the current light duty leather gloves. The PGS shall protect users from bloodborne or bodily fluid pathogens and, as an objective, be constructed of a material that "breathes" for reduction of heat and/or perspiration to increase user comfort level. The PGS shall incorporate flame/fire resistance equal to or greater than the standard current light duty leather gloves. The PGS users shall be able to load, fire, and render safe the assigned individual weapons M16/M4 rifle, M203 grenade launcher, M249 Squad Automatic Weapon, 12 gauge shotgun, M9 and Mil pistols without significant degradation of performance. The PGS shall provide a sufficient degree of tactility to be able to detect small dangerous items carried in pockets, such as pocket knife, single edge razor blade, pen, pencil, or hypodermic needle. Tactility is required for the user to confidently sense, detect and feel illegal or threatening items that may not be visible on a person undergoing a frisk (pat down) search, Civil disturbance operations also require a removable forearm protector. The PGS shall be designed and shaped to the normal curve and bend of the hand, to provide better comfort to the user. As an objective, it should be accepted by 80% of the users, with respect to comfort. User acceptability will be determined during a field test where mission related tasks are anticipated. The PGS shall be sized to satisfy the central 90% of the male and female population with a minimum number of sizes, based on the 5th percentile female hand to the 95th percentile male hand dimensions. The current Barbed Wire Glove is a one-size-fitsall glove, which renders it large and bulky so that it is cumbersome even for the intended task. The PGS forearm protection shall extend up the forearm within one to three inches from the inside bend of the elbow. This protection shall also fit over the sleeve of a standard battle dress uniform (BDU) jacket and be capable of being closed at the cuff. The PGS shall provide some mechanism at the wrist area to accommodate individual fit. Since PGS is a system, there may be combinations of component layering. The outer layer of the PGS shall be of a neutral/subdued color, compatible with the current BDU and Class B uniform. The PGS material shall be water resistant and protect the wearer from incidental contamination from petroleum, oil, and lubricants (POL) and insect repellent chemicals such as diethyl toluamide (DEET). The PGS is not intended as a retueler's glove, but should remain operationally capable from small amount of POL or DEET contamination. Maintenance instructions may address procedures to negate any adverse conditions from POL or DEET, The PGS shall have an objective service life of 120 days from routine use. The PGS durability shall be equal to or better than a current military leather glove of approximate weight for frisk search applications. For barbed/concertina wire handling, PGS durability will be equal to or better than the military standard barbed tape-wire handlers' gloves. The PGS shall be capable of being stored and functioning under conditions specified in Army Regulation 70-38 for not, basic and cold climatic conditions. The PGS, while not providing required thermal protection, must be capable of being worn with other thermal protection glove components or systems. The PGS shall be capable of being cleaned and, as an objective, be capable of being disinfected or decontaminated, Extended use creates a potential for prolonged skin exposure to moisture, heat perspiration, dirt, and other contaminates. This environment promotes the growth of fungus, mold, and bacteria. Routine cleaning procedures should be able !, address and prevent this potentially hazardous situation. Cleaning

may use cleaning chemicals to perform this task

Detense Supply Center Philadelphia, DSCP-FR, 2800 S. 20th St.,

Philadelphia, PA 19145-5099 84 SKIRT, MARINE CORPS SOL SP0100-99-R-0023 POC Judith Flores 215-737-5642 or Thomas Hutchinson 215-737-2450 Item 0001: Skirt, Woman's, PolyWool, Gabardine, Blue, Marine Corps Shade 2312, Class 2. NSN: 8410-01-413-2735(s) in accordance with specification MILS-29429B(MC) dated June 1, 1994, pattern dated March 1, 1994, GEM will be provided as follows: Cloth, Gabardine, PMW, Blue, Type II, Class 12, 10.6 oz., MC Shade 2312 (specific allowances will be detailed in the solicitation). This will be an indefinite Delivery Type Contract with a minimum quantity of 3.240 units and a maximum quantity of 5,400 units. Item 0002: Skirt, Woman's, PolyMool, Gabardine, Green, Marine Corps Shade 2212, Class I. NSN: 8410-01-413-3894(s) in accordance with specification MIL-S-29429B(MC) dated June 1, 1994, pattern dated March 1, 1994. GFM will be provided as follows: Cloth, Gabardine, PSW, Green, 10.6 oz. MC Shade 2212 (specific allowances will be detailed in the solicitation). The minimum quantity is 4.500 units and the maximum quantity is 8,010 units. The first delivery order will be for a quantity of 1,080 units of the the Blue Skirt and 1,620 units of the Green Skirt. This is a Best Value procurement. A technical proposal is required including a Product Demonstration Model (PDM) for each skirt. Experience/Past Performance, Electronic Data Interchange (EDI), Bill and Hold, Manufacturing Plan, Quality Assurance Plan (QAP), Socioeconomic Plan and Mentoring Business Agreement. Four one year term options will be included. The delivery destination is Albany, GA. This acqusition is a Total Set Aside for Small Business Firms. The Government plans to furnish the material mentioned above as GFM. The APPROXIMATE solicitation issue date is January 29, 1999. Solicitation specification and pattern requests may be requested via fax# 215737-7255 attention Judith Flores or by email to the address listed below. See numbered notes one (1), one (9) and twenty-six (26).

mil click here to contact the Contract Specialist via e-mail (W-348 SN279959)

Directorate of Subsistance, Defense Supply Center Philadelphia Attn: DPSC-HRUB, 2800 S. 20th Street, Philadelphia, PA 1914-

5099 89—FREEZE DEHYDRATED RATIONS, #10 CANS, VARIOUS SOL 5P23 99-R-7005 DUE 012999 POC Ken O'Donnell, Contract Specialist 737-4255, fax X4115 Numbered note: 9. An indefinite quanto solicitation with option years is planned. All items for deliver kun 1999. Requirement:Pork Chops, freeze dehydrated,#10 can, TPK2503 00-935-6395,described by MIL-P-43144, Approx quantity:18000 38 Requirement:Beef, diced, freeze dehydrated,#10 can, TPK 2.8905-06-26 1681.described by MIL-B-43311, Approx quantity:13000 cans. Rest ment:Cottage Cheese, freeze dehydrated,#10 can. TPK:1,8910-005734,described by MIL-C-43274, Approx quantity:5000 cans Return ment:Chili Con Carne, freeze dehydrated# 10 can, TPK:2,8949-00-5. 6462.described by MIL-C-43287, Approx quantity:12000 cans.

Defense Supply Center, Philadelphia W-345 SN279764)

Federal Bureau of Prisons, 320 First Street, NW, UNICOR, Attn:

Todd Baldau, Washington, DC 20534 84 MISCELLANEOUS CLOTHING TO INCLUDE PARKAS, SOCKS, UNDERSHIRTS, ETC. SOL RFQ-230-0013 DUE 012999 POC Robin S. McTigue, Contract Specialist, (503) 843-7614 The Federal Bureau of Prisons, Federal Correctional Institution, Sheridan, Oregon, has a requirement for miscellaneous clothing, such as, boxer shorts, parkas, undershirts, cover alls, etc... Clothing sizes will vary, dependent upon the requirement, and will range from size small to size 10X-large. The anticipated issue date of the solicitation is January 4, 1999, with an anticipated receipt of offers due by January 20, 1999. Requests for Quotation package may be obtained by writing to the Federal Correctional Institution, P. 0. Box 8000, Sheridan, OR, 97378, Attn: Robin McTigue. You may also submit requests via facsimile to (503) 843-7623.

Click here to contact the contracting officer via e-mail (W-348 SN280032)

Directorate of Subsistance, Defense Supply Center Philadelphia Attn: DPSC-HRUB, 2800 S. 20th Street, Philadelphia, PA 19145–

5099 89 --ORANGE JUICE, INSTANT, UNSWEETENED. WDESSICA UNFORTIFIED, US GRADE A.# 2-1/2 SZ CAN, MIL SPEC MIL-4-15 SOL SPO300-99-R-7006 DUE 020199 POC Marta Blanco-Gunn Centrs Specialist (215)737-3380 or A. Carol Santos, Contracting Officer ( 3820 This requisition is solicited to result in an indefinite Qus** Indefinite Delivery Type Contract with two one-year options. Frate will be delivered to DD Mechanicsburg, PA and DO Tracy. CA DEMOTY will be required 45 days after date of award. The proposed acqust is an unrestricted acquisition. Estimated quantity:114,711 cans

http://www.dscp.dla.mil DSCP Home Page , mil mil (W-343 SN280141)

84 Clothing, Individual Equipment and Insignia - Potential Sources Sought

91 Fuels, Lubricants, Oils, and Waxes

USA MATERIAL COMMAND ACQUISITION CENTER, NAUICK CONTRACTING DIVISION, ATTN: STEAA-NC, NATICK, MA 01760-

5011 84 PROTECTIVE GLOVE PROGRAM SOL 032&&&-9812-0001 POC Judith L Uthott, Contracting Officer (Site Code DAAD16; The V.S. Army Natick Research & Development Enterprise at the Soldier Biological and Chemical Command, Natack, MA is conducting a market investigation to identity

Defense Energy Support Center, 8725 John J. Kingman R. Som

4950, Ft Belvoir, VA 22060-6222 91-ET FUEL, AVIATION (AI) SOL SP0600-99-004 AY Mga Santoro, (703) 767-9558 or Pamela Griffith. (703) 767-9333 Ar.

0002. The estimated quantity of Jet Al under Solicitation SP060099-R-0041 is hereby decreased from 84,000 usg to 64,000 usg. Offerors should provide DESC with written acknowledgement of this amendment.

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

mil or pgriffith@desc dia.mil Guatemala Jet Al Solicitation SP0600-99-R-0041 (W-348 SN279897)

with a Request for Proposal package to interested vendors. The RFP is scheduled to be issued in January, 1999.

Click here to contact the contracting officer via e-mail (W-348 SN280026)

December 18, 1998. All quotations may be faxed to (202) 874-2200 or mailed to the Bureau of Engraving and Printing, Procurement Office, Attention: Ms. Rosher Gilbert, Room 708a, 14th & C Streets, SW, Washington, DC 20228-0001. If you have any further questions, please contact Ms. Rosher Gilbert at (202) 874-2203 or Ms. Pam Switzer at (202) 874-3236, Contracting Officer.

http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=rtq-29344-8&LOCID=142 Visit this URL for the latest information about this notice

Rosher Gilbert (D-348 SN280103)

93 Nonmetallic Fabricated Materials

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000A 93-PLASTIC SHEET SOL SP0490-99-R-0248 DUE 012999 POC Jean Reese/CK950/Ph: (804)279-4053/Fax: (804)279-5002/KO-Magnora Jackson PR YPG98197000,791. NSN: 9330-00-634-8631. Plastic Sheet Acrylic Type, Plain Transparent, colorless, 0.080 IN Thick, 36 IN Wide, 48 IN. Long. QPL 8184/Current issue 'applies Origin Inspection Required. Tech Data 'Availability: This NSN has qualified Product Lists (OPL) requirements. Qualification must be in accordance with the cited Military/ Federal Specifications/Standards. See Section L, clause 52.211-2 for ordering such data. Note: The source for this item must be certified and QPL approved at time of contract award. Critical Application Item IAM SPEC NR MIL SPEC MIL-P-8184E BASIC DTD 89 FEB 01 AMEND NR 01 DID 90 MAR 05 TYPE NUMBER TYPE I, CLASS 1. Total quantity 190 Based on market research, the Government is not using the policies contained in Part 12, Acquisition of Commerical Items, in ts solicitation for the described supplies or services. However, interested tersons may identity to the contracting officer their interest and capability o satisfy the Goverment's requirement with a commercial item within 5 days of this notice. Total quantity 490 SH. Delivery Schedule 30 Fays. This solicitation is unrestricted. The final contract award decision nay be based upon a combination of price, past performance and ther evaluation factors as described in the solicitation. This solicitation vill issue on 30 Dec 98 Closing date 29 Jan 99, Solicitation will e made in writing. (W-348 SN279933)

Department Of The Treasury (DY) IRS, SE Procurement Operations Branch, 2900 Woodcock Blvd, Suite 210, Stop 80-N, Chamblee,

GA 30341 99–PARKING SPACES SOL TIRSE-98-Q-00014 DUE 121798 POC Roslyn Curington (770)488-9493 Fax (770)488-9555 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. The solicitation number is FIRSE-98-0-00014 and is being issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through federal' acquisition circular 97-08. This requirement is set-aside for small businesses for it which the standard industrial classification (SIC) code is 7521, size standard $5.0 million. Line item 001, thirty-two (32) car pool parking spaces for Internal Revenue Service employees for a period of 12 months. The parking spaces should be located near the following address: (within 2-3 blocks) Internal Revenue Service 31 Hopkins Plaza, Baltimore, MD 21201. The spaces can be covered or uncovered parking. The spaces will be occupied between the hours of 6:30 am - 7:00 pm Monday-Friday. Provisions 52.212-1, instructions to offerors-commercial items-specifically paragraphs (a), (b)(1), (b)(3). (b)(6), (b)(7) and (b)(11); 52.212-2, evaluation-commercial items, 52.212-3, offer representations and certification- commercial items, apply to this solicitation and should be completed and accompany your quote as required. Federal Acquisition Regulation (FAR) clauses 52.212-4 contract terms and conditionscommercial items, applies; FAR clause 52.212-5, contract terms and conditions required to implement statutes or executive orders--commercial items applies, specifically (a), (b)(3), (b)(6), (b)(7), (b)(8), and (b)(9), A copy of the clauses/provisions cited in this solicitation and a copy of the standard form 1449 may be obtained, by fascimile, by contacting Roslyn Curington at (770)488-9493. (W-348 SN279888)

Detonse Supply Service-Washington, 5200 Army Pontagon, Rm.

10245, Washington, DC 20310-5200 99 MISCELLANEOUS SOL DASW01-99-0-0168 DUE 010499 POC Helen Furlow, Contract Specialist The Defense Supply Service-Washington has requirement for "Army Reserve Promotional items for the Army Reserve Exhibits"; the items are: Lapel Pins up to colors: Plastic bags with 3 color imprint; Sport Bottles 1 color imprint; Retractable Pens 3 color logo on barrel; Pencils 3 color logo. The full specs of these items are included in the RFQ. All interested contractors should E-Mail or request by U. S. Mail to address DSSW, Pentagon, Room 1C256, Washington, DC 20310-5200, to request RFQ no later than 12/29/98, Deadline for quotation of RFQ is 1/4/99; thru Mail or any overnight delivery. NO TELEPHONE CALLS or FAX PLEASE.

,mil ERROR— (W-348 SN280159)

99 Miscellaneous-Potential Sources Sought

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 93—PLASTIC SHEET SOL SPO490-99-R-0249 DUE 012999 POC Jean eese/CK950/Ph: (804)279-4053/Fax: (804)279-5002/KO-Magnora Jackon PR: YPG98201001186. NSN: 9330-01-103-3124. Plastic Sheet. Length 2.000 IN., Width 12.000 IN. Thickness 0.375 IN QPL Applies. Tech ata Availability: This NSN is procured as fully competitive in accordance ith a Military/Federal Specifications/Standards and/or Voluntary Industry tandard. Refer to Section L, clause 52.211-9G13 for obtaining such ata VAW SPEC NR MIL SPEC MIL-P-23653C/SHIPS/BASIC DID 72 EP 21 AMEND NR DTD TYPE NUMBER CLASS 1. Total Quantity 13,636 H. Based on market research, the Government is not using the policies intained in Part 12, Acquisition of Commercial Items, in its solicitation

# the described supplies or services. However, interested persons ay identity to the contracting officer their interest and capability satisty the Government's requirement with a commercial item within

5 days of this notice. Specification (Note 9). QPL - FAR 52.209-1 52.209-2 (Note 23). QUALIFYING ACTIVITY: Naval Sea Systems Command ?a (03R42), 2531 Jefferson Davis Highway, Arlington, VA 22242-5160. elivery Schedule 30 Days ARO. This solicitation is unrestricted. The nal contract award decision may be based upon a combination of ice, past performance and other evaluation factors as described in le solicitation. Solicitation will issue on 30 Dec 98 and will close

USDA Forest Service, Allegheny NF, P.O. Box 847, Warren, PA ..' 16365

99 PLASTIC TUBULAR TREE SHELTERS SOL R9-19-99-15 DUE 020899 POC Sandy Font, or Pat Hogston at (814) 723-5150 Tree Shelters. Supply consists of 5 foot plastic tubular rigid 3 to 5" diameter tree shelters for the Allegheny National Forest, Elk, McKean, Forest & Warren Counties, Pennsylvania. This is 100% Set-Aside for Small Businesses. For solicitation package, contact: Sandy Font, Proc. Assistant, Allegheny National Forest, 222 Liberty Street, Warren, PA 16365 (W-348 SN279927)

US Army Armament And Chomical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 99MISCELLANEOUS SOL NA POC Linda Hultman, 782-3392 DESC: The U.S. Army, TACOM-ACALA, Rock Island, IL is seeking sources for LP Compressors. The compressors must provide divers with breathable air and effectively support the Recompression Chamber, Diving Equipment Set Deep Sea (DES-DS), Diving Equipment Set-Lightweight, and the Underwater Construction set (USC). The requirements of the Compressors are as follows: 1. Provides 44-50 SCFM at 300 PSI. 2. Compressor cycles between 250-300 PSIG. 3. 60-gallon stainless steel volume tank with a 300-315 PSI working pressure. 4. Filter rack attached to volume tank frame; all drain valves are manually operated, including filters. 5. Air distribution manifold equipped with 3 "outlet valves"/17thread female deepsea fitting with rotating nut. 6. Air meets purity standards outlined in FM 20-11-l diving manual as follows: Oxygen % by volume 20 22%; carbon Dioxide by volume 1000 ppm (max); Carbon Monoxide by volume 20 ppm (max); Total Hydro carbons (as CH4) by volume 25 ppm (max): Oil Mist, Particulates by weight/volume 5mg/m3 (max), for divers breathing air. 7. Two 100' and two 50' deepsea hoses will be provided with each compressor and stored in their own container box. 8. Air-cooled diesel engine that runs JP8 as its primary fuel. 9. Ambient temperature operating range from 120F to 10 F. 10. Minimum 4-hour fuel supply. 11. Engine equipped to start with hand crank and air start. 12., All components except air hoses packaged in a single frame that can be lifted by forklift and hoist. Must also have tie down securing points to allow transport by air, sea or rail. 13. Frame is equipped with a retractable hydraulic wheel system so compressor can be pushed around by hand on hard surfaces. 14. Total package must weigh less than 2000 lbs. 15. Minimum one year warranty on complete package, starting from delivery date. 16. Compressor system must be able to operate 300 hours without failure. Anything correctable within 10 minutes with standard tools will not be considered a failure. 17. Contractor will provide technical manuals which detail safe and

on des supply training, and conduct new equipment training for each gaining unit. Training will cover operating procedures and operator level maintenance. It should be noted that this is not a Request for Proposal; the purpose of the sources sought notice is to seek commercial sources that will meet the U.S. Government's requirement. Interested parties may submit written information to ACALA, AMSTAAR-EST-P, Richard Koenig, Rock Island, IL 61299-7630. (W-348 SN280091),

6 Ores, Minerals and Their Primary Products-Potential ources Sought

Bechtel Nevada, Mail Stop NLY 018, Post Office Box 98521, Las

Vegas, NV 89193-8521 96-TUNGSTEN HEAVY ALLOY PLATE SOL djj121498 'DUĖ 123098 OC Dennis ). Jeffrey, (702) 295-2192; fax (702) 295-2088; e-mail: Sources Sought--for tungsten alloy plate with a ominal composition of 90%W- 8%Ni-2%Fe. Nominal sizes 72" x 12" nd 24" x 12". Nominal thickness 0.200-0.250“. Plates to be free Et cracks, holes, indentations, laps, seams, and blisters. Final reliquid hase sintered and anealed. A minimum of 60 plates of the 72" ngth are required by July, 1999 with options for another 150 00 plates over the next two years. Full specification will be provided rith a Request for Proposal package to interested vendors. The RFP i scheduled to be issued in January, 1999. (W-348 SN 280019)

Department of the Treasury, Bureau of Engraving and Printing. Office of Procurement, 14th & C. Streets, SW, Washington, DC,

20228 99-C02 BLAST CLEANING SERVICES FOR 1-8 PRESSES SOL na29-344-8 DUE 121898 POC Rosher Gilbert, Purchasing Agent, Phone (202) 874-2203,

(202) 874-3135, Email rosher.gilbert@bep treas.gov-Pamela Switzer, Sup. Contract Specialist/ Contracting Officer, Phone (202) 874-3236, Fax (202) 874-2200, Email The Bureau of Engraving and Printing (BEP) is requesting quotations from small businesses to provide heavyduty industrial cleaning services for twelve (12) 1-8 Presses using the CO2 BLAST technique (which meets OSHA requirements) to strip the presses clean. These presses range in age from 12 to 18 years old and ove the years they have accumulated ink, dirt, grease and grime befitting their age. The contractor shall provide the means and protessional manpower to perform an intense thorough cleansing of the presses frames and the inner workings of the fountains, gripper bars, wiper tanks, feeder, delivery units, etc. To minimize the impact of the Bureau S production schedule, the schedule for cleaning of the presses will be set-up for WEEK-ENDS, allowing access to one (1) press per weekend for an entire press cleaning, as well as limited availability to all twelve (12) presses. This procurement is 100% setaside for small businesses (see numbered note 1). The applicable NAICS (formerly SIC) code is 8999 and the associated small business size standard is $5.0 million. This is a combined synopsis/solicitation. This notice constitutes the entire solicitation/RFQ and no additional SF18, SF1449 or written request for quotation will be issued. The simplified acquisition procedures set forth in FAR parts 12 and 13 shall be used. The Request for Quotation (RFQ) number is 29-344. Services shall be performed at the BEP Washington, DC facility, 14th & C Streets, SW. The terms are F.O.B. Destination. The resulting purchase order shall be firm fixed price. The basis for award shall be price and other factors, e.g., past performance, quality etc. Quotes shall also state any maintenance requirements recommended or offered. All interested small businesses experienced and skilled in this field are requested to submit a WRITTEN QUOTATION with the current date and signature of an authorized company representative. The quotation shall include the RFQ number 29-344, company name and address, a contact persons name and phone and fax numbers, the proposed unit price, the proposed extended price, any prompt payment discount terms, tax identification number, DUNS number, and size status (i.e., small business, disi dvantaged and/or woman-owned business) which

Bureau of Prisons, 320 First St., NW, Washington, DC 20534

Attn: Natl Cont. & Plcy. S 99_REPLACEMENT OF OMEGA BRAND SPINKLER HEADS DUE 122898 POC Tonya L. McClinton. Contract Specialist (202) 307-0985 The Federal Bureau of Prisons(BOP), Facilities Division, is seeking information on obtaining compatible institutional sprinkler heads to replace approximately 15,000 to 20,000 Omega brank sprinkler heads. The heads must be listed by Underwriters Laboratories and approved by Factory Mutal and meet the requirement for NFPA installations. As a minimum, they must be chrome plated, Quick Response, Institutional type sprinkler heads for light hazard occupancies, designed to be tamper resistant and eliminate the opportunity for individuals to injure themselves or others by not being able to hold or able to release suspended loads. We will be replacing the following Omega types heads: Prohibitor QR, (institutional pendent & sidewall) HEC-12 PRO (institutional sidewall) C-IA PRO (institutional pendent) Interested parties are invited to submit information that describes capatible sprinklers heads for review and consideration Information should be submitted no later than close of businer's December 28, 1998 and addressed to : Federal Bureau

Natio:a! Contracts and Policy Section, 320 First Street

Bechtel Nevada, Mail Stop NLV 018, Post Office Box 98521, Las

Vegas, NV 89193-8521 96-TUNGSTEN HEAVY ALLOY, PLATE SOL dij121498 DUE 123098 OC Dennis J. Jeffrey, (702) 295-2192; fax (702) 295-2088; e-mail: or Sources Sought-for tungsten alloy plate with

nominal composition of 90%W- 8%Ni-2%Fe. Nominal sizes 72" x 2" and 24" X 12", Nominal thickness 0.200-0.250". Plates to be ree of cracks, holes, indentations, laps, seams, and blisters, Final Eliquid phase sintered and anealed. A minimum of 60 plates of the po length are required by luh 1999 with options for another 150

U.S. Army Space and Missile Detense Command, ATTN: SMDC- CM-CN, PO Box 1500, Huntsville, AL 35807-3801/106 Wynn Drive,

Huntsville, AL 35805-1990 A HIGH ENERGY LASER SYSTEM TEST FACILITY (HELSTF) OPERATION AND MAINTENANCE POC Allan Longhi, Contracting Officer, SMDC-CMCN. (256)955-1187 CNT DASG60-99-C-0002 AMT $3,694,830 LINE CLIN 0001 DTD 121098 TO LOGICON Technical Services, Inc., 222 West 6th Street, San Pedro, CA 90371 (1-348 SN279938)

General Services Administration, Public Buildings Service, Contracts
Branch (5PMC, M/S 33-3). 230 South Dearborn Street, Room 3324,

Chicago, Illinois 60604-1696 M-OPERATION AND MAINTENANCE SERVICES, AT THE FEDERAL ARCHIVES AND RECORDS CENTER, 7358 SOUTH PULASKI ROAD, CHICAGO, ILLINOIS POC Jessica M. Prado, Contract Specialist, 5PMCI, (312) 3532504 CNT GP0682115 AMT $245,944,44 LINE 0008 DTD 111898 TO Commercial Facilities Management, Inc. 8705 County Woods Court, Indianapolis, Indiana

jessica. jessica (W-348 SN279986)

U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843. Washington, DC

20401 T-PRINTING CNT Program C579-S AMT $1,862,400.00 OTO 101698

TO Heckman Bindery, Inc., 1010 N. Sycamore Street, PO Box 69


North Manchester, IN 46962 (M-348 SN279950)

R&D Contracting Directorate, Bldg 7. 2530 C Street, WPAFB, OH

45433-7607 A–AFFORDABLE MANUFACTURING OF LO COATINGS POC Project Engineer: David Beeler, AFRUMLMP, (937) 255-7277; Contracting Officer: Timothy Jones, AFRLAMLKT. (937) 255-7143 CNT F33615-98-C-5165 AMT, $8,216,240.00 LINE NA DTD 102898 TO General Atomics, 3550 General Atomics Court, San Diego, CA 92121-1194 (W-348 SN280097)

U.S. Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, DC

20401 T-PRINTING CNT Program C151-$ AMT $120,388.00 DTD 10:59

TO Alliance, Inc., 7701 Wise Avenue, Baltimore, MD 21272 (34


SN279951)

Coastal Systems Station Dahlgren Division, 6703 W. Highway 98,

Panama City, FL A SUBMARINE ESCAPE, RESCUE, AND DIVER SAFETY POC Mary Kitchen, Contract Specialist, (850)235-5389, Carol A. Dreger, Contracting Officer, (850)234-4863 CNT N61331-99-M-1651 AMT $47.732 LINE 00010004 DTD 121098 TO HAMILTON RESEARCH, LTD 80 GROVE STREET. TARRYTOWN, NY 10591 (1-348 SN280114)

Department of Veterans Affairs, DDE VA Medical Center, A&MMSI

90C, 4101 S. 4th Street, Leavenworth, KS 66048 LICENSED PHARMACISTS POC Rick Lemmon, Contracting Officer, 913-758-6412 CNT V686P(543)-0081 AMT $257,920.00 LINE ALI DTD 120998 TO Drug Consultants, Inc., 11751 Davis St., Moreno Valley, CA 92557 (W-348 SN279898)

U.S. Army Research Office, STEAA-AO, P.O.Box 12211, Research

Triangle Park, NC 27709-2211 A ELECTRODEPOSITED QUANTUM ARRAYS FOR RADIATION DETECTORS POC Patsy S Ashe. Contracting Officer, 919-549-4270 CNT DAAD19 99-C-0014 AMT $70,000 DTD 121898 TO Nanomaterials Research Corporation, 2620 Trade Center Avenue, Longmont, CO 80503 (W-348 SN280119)

Federal Bureau of Prisons, Western Regional Office, 6600 Goodfellow

St., Dublin, CA 94568 LABORATORY PATHOLOGY SERVICES AT THE FEDERAL CORRECTIONAL INSTITUTION (FCI), 1299 SEASIDE AVENUE, TERMINAL ISLAND, CA 90731, BASE YEAR PLUS FOUR OPTION YEARS POC Ricky R. Harold Regional Contract Specialist, (925) 803-2777, CNT J1480-419 AMT $50,575.00 estimated amount DID 120198 TO Bio-Cypher Laboratories, 3600 South Harbor Blvd., Suite 113. Oxnard, CA 93035 (M-348 SN280022) .

U.S, Government Printing Office, Term Contracts Division, Printing Procurement Department, Stop: PPC, Room A843, Washington, K

20401 1PRINTING CNT Program C639-S AMT $169,183 00 DTD 10263 TO John D. Lucas, 1820 Portal Street, Baltimore, Maryland 21224 348 SN279953)

U.S. Army Research Office, STEAA-AO, P.O.Box 12211, Research

Triangle Park, NC 27709-2211 A-ENABLING TECHNOLOGIES FOR MICRO-ADAPTIVE FLOW CONTROL SYSTEM APPLICATIONS AREA: GAS-TURBINE ENGINES POC Patsy S. Ashe (919) 549-4270 CNT DAAD19-99-C-0006 AMT $163.902 DTD 121498 TO Allied Signal Inc., Allied Signal Engines. 111 South 34th Street, Phoenix, Arizona 95034 (W-348 SN280157)

U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington,

DC 20401 T-PRINTING, SPRING 1999 CONSUMER INFORMATION CATALOG **

James E. Willard (202) 512-0307 CNT 447-492 AMT $86.980.00 UNE


N/A DID 121498 TO F&D Publishing dba Signature Grapt.:cs.
NE Holman Street, Portland, OR 97218 (W-348 SN280006)

ASC/PKW, Bldg 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson

AFB, OH 45433-5309 R-CONTRACT EXTENSION FOR ENGINEERING DESIGN, MODIFICATION, FABRICATION, SUPPORT AND TESTING SERVICES IN SUPPORT OF INHOUSE PROPULSION DIRECTORATE PROGRAMS WITHIN AIR FORCE RESEARCH LABORATORY (AFRL). POC Shelley A. Hall (937)257-5841 ext 4198 CNT F33601-94-DJ019 P00009 AMI NTE $179,402.08 LINE 00540061 DID 010199 TO Cincinnati Control Dynamics, Inc., 9850 Redhill Dr. Cincinnati OH 45242-5627

at mil Shelley Hall (W-348 SN280056)

D Information Technology Services, including Telecommunication Services

U.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington,

OC 20401 T-PRINTING, U.S. CUSTOMS FORMS 6059B (SPANISH, DUTCH, (TALLAR CHINCESE TRADITIONAL, GERMAN AND ENGLISH) POC James E. (202) 512-0307 CNT 447-240/244/245 AMT $50,490.00 LINE NA 121498 TO Professional Printing of Kansas, Inc., 315 Constitution. Sta Emporia, KS 66801 (W-348 SN280031)

FISC Norfolk Detachment Philadelphia, 700 Robbins Avenue, Building

2B, Philadelphia, PA 19111-5083 B-INDEPENDENT QUALITY ASSURANCE SERVICE POC Anita L. Spriggs. Contract Specialist (215-697-9641); Rocco D. Siravo, Contracting Officer (215-697-9640) CNT N00140-99-C-G315 AMT $2,803.767.93 LINE 00010004 DTO 100198 TO Future-Tec Management Systems, Inc., 1300 Merchantile Lane, Suite 142, Largo, MD 20774

ANITA SPRIGGS@PHIL. FISC NAVY.MIL FISC NORFOLK DETACHMENT PHILADELPHIA (D-348 SN279926)

V Transportation, Travel, and Relocation Services

NAVAL MEDICAL CENTER CODE BCA, MATERIAL MGMT DEPT

ACQUISITIONS DIV, SAN DIEGO, CA 92134-5000 R-ANSWERING SERVICES POC PURCHASING AGENT, WAYNE WATSON, (619) 532-8103 CNT N00259-99-P-0157 AMT $12,675 DTD. 120798 TO PRO-TEL, 45-E MAIN, THE HUB BLDG, WALLA. WALLA, WA 993621954 (1-348 SN280069)

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

4488, Redstone Arsenal, AL 35898-5280 B/NFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATIONS SERVICES POC Contract Specialist(PCF Lady Tucker. AMSAMAC-SS-CC, (256)842-6170, Stephen Hayes, Contracting Otticer CNT DAAHOI-99-C-0025/P00001 AMT $1,253,966.60 DTD 120998 TO NCCIM, 4040 S. Memorial Parkway, Suite G. Huntsville, AL 35802 (W-348 SN280079)

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

4488, Redstone Arsenal, AL 35898-5280 R- PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT SERVICES POC Contract specialist, (PCF) Gail S. Thomas, AMSAM-ACSS-CB. (256) 842-7409, Queen E. Miller, Contracting Officer CNT DAAHOI96-C-0145/P00073 AMT $138,700 DTD 121098 TO Simra Technology,

Fleet & Industrial Supply Center, Regional Contracts Dept. Atte:
Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212. San

Diego, CA 92132-0212 V-PACK AND CRATE OF PERSONAL PROPERTY POC Contract Somers Brian Schorn, (619)532-2574; Contracting Officer, Mary O Brian

N00244-99-0-0013 AMT $298,250 00, BASE YEAR, $299 000 30 OF IN


YEAR LINE NA DTD 121198 TO Tucker Van and Storage, Ix 1 Contra Costa Street, Sand City, CA 93955

hitp://www.sd. fisc.navy.mil Click here to find out more about FISC San Diego

brian & schornsd. fisc.navy.mil Click here to contact the Costa

X Lease or Rontal of Facilities

BLM, BC-670A, Bldg 50, Denver Federal Conter, P.O. BOX 25047,

Denver, CO 80225-0047 X-LEASE OF OFFICE AND WAREYARD SPACE IN CASPER, WY POC Terry Baker, 303-236-9446 CNT NCL990003 AMT $414,750.00 LINE NA DTD 121198 TO William A. Frances, 324 South 400 West, Suite C, Salt Lake City, Utah 84101 (W-345 SN279775)

Department of the Army, US Army Engineer District, Buffalo, 1776

Niagara Street, Buffalo, NY 14207-3199 Z-MAINTENANCE DREDGING, CLEVELAND HARBOR, CUYAHOGA RIVER, CLEVELAND, CUYAHOGA COUNTY, ON POC Contracting Officer Mary E. Price, (716) 879-4252 CNT DACW49-99-C-0005 AMT $1,532,500 LINE NA DTD 121199 TO Lake Michigan Contractors, Inc., 265 Kollen Park Drive, Holland, Michigan 49423 plant, labor, material and equipment necessary to remove and dispose of approximately 350,000 cubic yards of dredged material, other than ledge rock, from the Cleveland Harbor and Cuyahoga River, Cleveland, Cuyahoga Count (1-348 SN280160),

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

Suite 12; Kolly AFB, TX 78241-6419 28—CASE AXIAL COMPRESSOR-RE:FD2050-99-45009 POC CHUCK BAUTISTA (210) 925-6385 CNT F34601-98-G-0005-SAE4 AMT $2,553,556.80 LINE 0001 DTD 121098 TO UNITED TECHNOLOGIES CORP/ PRATT 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-348 SN279969)

Supplies, Equipment, and Materials

12 Fire Control Equipment

USDI, Bureau of Reclamation, 125 South Stato Strust, Room 6101,

Salt Lake City, Utah 84138-1102. Y-BLOCK 2, SUBSURFACE TEST DRAINS WAVNO INDIAN IRRIGATION PROJECT, NEW MEXICO POC Contact Barbara Taylor (801) 524-3750, Contract Specialist, or Bil Hermann (801) 524-3665 CNT Contract No. 99-CC-40-1360 AMT $397,683.00 LINE ENTIRE SCHEDULE, ITEMS 1 THROUGH 12 DTD 121198 TO John M. Keltch, Inc., PO Box 2038, Pasco WA 99302-2038

http://www.uc.usbr.gov/acquisition/acquisitions.html Acquisition Office, Upper Colorado Region, Bureau of Reclamation

Barbara Ann Taylor (W-345 SN279782)

Datense Supply Center Columbus, PO Box 16595 OSCC-PBAB

Columbus, OH 43216-6595 12-ZERO AZIMUTH POSITL CNT SP0920-99-M-1098 AMT $57,008,00 LINE 7001 DTD 121198 TO Aeroflex Laboratories Inc 35 S Service Rd Plainview NY 11803-4101 (1-346 SN279823)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 29 ADAPTER, FUEL PUMP SOL SPO480-98-R-0559 CNT SPO480-99C-0022 AMT $46,956.00 LINE 0001 THROUGH 0003 DTD 121298 TO Tool Sales and Service 1201 Hillsmith Dr Cincinnati OH 45215 (l348 SN279863)

16 Aircraft Components and Accessories "

U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS

CENTER, P. O. BOX 2250, WINCHESTER, VA 22604-1450 Y-RMTS/AIR FRAMES FACILITY, BORG EL ARAB AIR BASE, ALEXANDRIA, EGYPT POC Contracting Officer Nancy Aronhalt (540) 665-3686 Site Code DACA78) CNT DACA78-99-C-0003 AMT $1,322,908 DTD 112498 TO SORENSEN GROSS/ARABIAN INTERNATIONAL, CONSTRUCTION JOINT VENTURE, 3401. TORREY ROAD (POST OFFICE BOX 7718), FUNT, MI 48507 (1-348 SN 280073),

Defense Supply Conter Columbus, PO Box 16595 OSCC-PBAB"

Columbus, OH 43216-6595 16—DIFFUSER, AIR, AIRCRA SOL SPO920-99-Q-A022 CNT SP092099-M-1100 AMT $32,340.50 LINE 0001 THROUGH 0002 DTD 121198 TO Technical heaters Inc thermolab Div. ?10 jessie St Pacoima CA 91331 (1-346 SN279815)

Float and Industrial Supply Center, Puget Sound, Bldg 467 W

Street, Code 200 Bid Dosk, Bremerton, WA 98314-0051 31–RUDDER STOCK BEARINGS POC Pat Blackwood(360)476-4394 CNT N00406-99-M-0055 AMT $98620 DTD 120998 TO The Torrington Company, 59 Field Street, Torrington CT 06790 (W-345 SN279793)

U.S. Army Corps Of Engineers Mobile, Contracting Division, CESANCT (109 St. Josoph Street 36602) PO Box 2288, Mobile, AL 366280001

& NEAR THE ESCAMBIA TREATING COMPANY SUPERFUND IN PENSA COLA, FL, BASE YR PLUS 3 OPTION YRS POC Contact Karen Johnson, 334) 690-2535; Contracting Officer, Sue L Speights. CNT DACWO179-0-0002 (DACW01-98-R-0052) AMT $400.000,00 LINE 1-100, DTD 113098 TO NDT Inc, 671 NW 122nd Street, Miami FL 33168

http://www.sam.usace.army.mil/sam/ct http://www.sam.usace.army.mil/ am/ct/cgi-win/projlist.exe

(W-348 SN280145)

U.S. Army Corps Of Engineers Mobile, Contracting Division, CESANCT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 366267 za

0001 Y-UPGRADE NATIONAL POLICE FACILITY, PHASE 1, BAEZA, ECUADOR, TASE YR PLUS É OPTION YRS POC Contact Karen Johnson, (334) 6901535; Contracting Officer, Edward M. Slana CNT DACA01-99-6-0010 DACA01-98-R-0069). AMT $417,400.00 LINE 1-10 DID. 120398 TO cuaingerconstructec CIA LTDA, Orellana 1806 Y 10 DE Agosto, Quito. cuador (L)

is 1,7 GH http://www.sam.usace.army.mil/sam/ct http://www.sam.usace.army.mil/ am/ct/cgi-win/projlist.exe

esam.plansroom @sam.ysace, army.mil (W-348 SN280155)

Fish and Wildlite Service, 1875 Century Boulevard, Suite 310,

Atlanta, Georgia 30345 123_DUMP. TRAILER, TAG-ALONG POC NA CNT, 401819M022 AMT $32,907.92. LINE NA DID 120898 To International Source & Supply Inc., 5405 Ortega Blvd., Jacksonville, FL 32210 (AC121 1022-05) (1348 SN279843)

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

Street, Code 200 Bid Desk, Bremerton, WA 98314-0051 43—PUMP POC James Kilen (360)476-3338 CNT N00406-99-M-4275 AMT $92720 DTD 120998 TO A W Chesterton Co., 10960 NE 39th Street, Vancouver WA 9868? (W-345 SN279788).

- Maintenance, Repair or Alteration of Real Property!

28 Engines, Turbines and Components

47 Pipe, Tubing, Hose and Fittings

Commanding Officer, USCG Civil Engineering Unit Miami, 15608

SW 117th Ave., Miami, FL 33177-1630 2- HILLSBORO INLET QUARTERS (3) RENABILITATION, POMPANO BEACH, FLORIDA POC Judy Stamper, 305-278-6724 CNT DTCG82-99--3WCAO2 AMT $133,188.00 DTD-121498 10 Phaz N Contracting, Inc., 6308 Gatehouse Road, Doylestown, Ohio 44230 (W-348 SN279891)

A.

USDI, Bureau of Reclamation, 125 South State Strodt, Room 6107,

Salt Lake City, Utah 84138-1102. 28 REPLACEMENT RUNNER FOR IMPULSE-TYPE HYDRAULIC TURBINE AT UPPER MOLINA POWERPLANT, COLLBRAN PROJECT, COLORADO POC Contact C.T. Walsh, Contract Specialist, at 801-524-3760, or Richard Kerr, Contracting Officer, at 801-524-3761 CNT 99-CP-40-0940 AMT $343,675.00 LINE ENTIRE SCHEDULE DTD 121098 TO IMPSA International Inc., Manor, Oak, lk Ste $36, 1910 Cochran RD, Pittsburgh PA 15220

http://www.uc.usbr.gov/acquisition/acquisitions.html Acquisition Office, Upper Colorado Region, Bureau of Reclamation

Tom Walsh (W-345 SN279785)

Floot and Industrial Supply Center, Puget Sound, Bldg 467 W

Stroet, Code 200 Bid Desk, Bremerton, WA 98314-0051 47-PIPE FITTINGS POC Pat Blackwood(360)476-4394 CNT N0040699-M-0052 AMT $27215 DTD 120398 TO MMI Supply Co Inc., 14413 NE 10th AVE, Vancouver WA 98666 (W-345 SN279792)

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

Suite 12; Kelly AFB, TX 78241-6419... 28-CASE AXIAL COMPRESSOR — RE:FD2050-99-45009 POC CHUCK

US Army Corps of Engineers, Little Rock District, (CESML-CT).

PO Box 867 Little Rock, AR 72203-0867 2-REHABILITATION AND PAINTING TAINTER GATES, EMMETT SANDERS LOCK & DAM, ARKANSAS RIVER, JEFFERSON COUNTY, ARKANSAS POC irginia A. Moore, Contracting Officer, (501)324-5721 CNT DACW0329-C-0006 AMT $2,366,022.00 LINE 0001-thru 0015 DTD 121098 TO A.P.G. Construction, Inc., 1845 Oakmont Ave., Tarpon Springs, FL 34689 None None

$2,553,556.80 LINE 0001 DTD 121098 TO UNITED TECHNOLOGIES CORP/ PRATT WHITNEY ACFT GROUP GOVT PROD DIV. PO BOX,109600 WEST PALM BEACH, FL 33410-9600

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

tbautista@lpgatel kelly.at.mil Send E-Mail to the POC (D-348

Fish and Wildlife Service, 1875 Century Boulevard, Suite 310,

Atlanta, Georgia 30345 in bar 41-CORRUGATED ALUMINUM ASPHALT-COATED CULVERT PIPES POC NA CNT 401819M054 AMT $63,394.50 LINE NA DTD 112398 TO Southern Culvert, 8250 62nd Street N, Pinellas Park, FL 33781 (AC1211022

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

Columbus, OH 43216-6595 59- RESISTOR ASSEMBLY CNT SP0905-99-M-1157 AMT $38,614.00 LINE 0001 THROUGH 0002 DTD 121198. TO Subminiature Instruments Corp 950 W Kershaw Ogden UT 84401-3404 (1-346 SN279817)

NAVAL INVENTORY CONTROL POINT MECHANICSBURG, Code

M2522, PO Box 2020, Mechanicsburg, PA 17055-0786 59—NSERT, ELECTRICAL C POC Contact Point, Gerald I Baltzel 0243.2, (17)605-7639. Fax, . (215)697-3161, Iw, Not-avad of N0010499PFB53, Sol Nr N00104-98-Q-FG65, NIIN LLH840160 ANT $57. IM LINE N/A DID 122098 TO D G O'brien Inc, Seabrook, NH 03374-019 (ACNSPCC1211024-029) (1-348 SN279859)

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

Suite 12; Kelly AFB, TX 78241-6419 48_CONNECTING LINK, P/N 4054118, NSN 3040-00-361-2781RE:F41608-99-Q-4404 POC R. Batkins, SA-ALC, SA-ALC/LPKAF (210) 9256566 CNT F41608-99-C-0049 AMT TEST_DOLLARS LINE 0001 DTD 111698 TO Networks Electronics Corp U.S. Bearings Division, 97 Desoto Ave., Chatsworth, CA 91311-4409

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

Send E-Mail to the POC (D-348 SN280036)

49 Maintenance and Repair Shop Equipment

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

4488, Redstone Arsenal, AL 35898-5280 49_REPAIR REBUILD CCA POC Suzanne McGee, Contract Specialist AMSAM-AC-ML-SB 256 876-5289 Randy Walton, Contracting Officer AMSAM-AC-ML-SB 256 842-6116 CNT DAAH01-96-D-0025/0090 AMT $292,672.00 DTD 121098 TO Northrop Grumman 600 Hicks Road Rolling Meadows, ILL 60008 (W-348 SN279982)

Defense Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, OH 43216-6595 59_SWITCH, THERMOSTATIC CNT SP0930-99-M-1506 AMT $48,530.00 LINE 0001 DTD 121198 TO Kidde Fenwal Inc 400 Main St Ashland MA 01721-2150 (1-346 SN279819)

NAVAL INVENTORY.CONTROL POINT MECHANICSBURG, Code 144

PO Box 2020, Mechanicsburg, PA 17055-0788 61-BATTERY, STORAGE POC Contact Point, Terri S Barter, 146.2 (717)605-2304, Fax, (215)697-3161, Twx, Not-avail, Contracting Officer Ida M Hechler, 846.2w, (717)605-2227 CNT N0010499PABER Sale N00104-98-Q-AA12, NIIN 007123051 AMT $99,144 LINE NA DTD 1233 TO Marathon Power Technologies, Waco, TX 76714-2015 (ACNSPCC1211024-0301 (1-348 SN279860)

Dotonso Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, OH 43216-6595 59— CONNECTOR, PLUG, ELEC SOL 98TK94-52-P-0900 CNT DAAH2398-G-0042-UB55 AMT $31,297.20 LINE 0001 DID 121198 TO Bell Helicopter Textron Inc 600 E Hurst Blvd Hurst TX 76053 (1-346 SN279820)

SA-ALC/Contracting Directorate LOKSF; 485 Quinton Roosevelt Road,

Suite 12; Kelly AFB, TX 78241-6419 49_HEATER CONTROL-RE:FD2050-98-0-13156 POĆ DAVID W. ANDRETTI 210-925-6603 CNT F41608-97-D-0500-0002 AMT $62.815.10 LINE 0001 DTD 121498 TO SAL INDUSTRIES CORP TOOL & DIE CO 1207 FULTON AVE SAN ANTONIO, TX 78201

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

david andrett ildgatel.kelly.af.mil Send E-Mail to the POC (0-348 SN280131)

Detonise Supply Conter Columbus, PO Box 16595 BSCC-PBAB

Columbus, OH 43216-6595 59_SOLENOID, ELECTRICAL SOL SPO930-99-0-0240 CNT N0038396-G-005D-UZF6 AMT $30,086.00 LINE 0001 DTD 121198 TO ParkerHannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92606 (1-346 SN279822)

3 * NAVAL INVENTORY CONTROL POINT-HECHANICSBURG, Ctde

M2522, PO Box 2020, Mechanicsburg, PA 17055-0783 61–POWER SUPPLY POC Contact Point, Lisa A Gilbert

, 07:51 (717)605-2621, Fax. (215)697-3161, Twx, Not-avail, Contracting other Melanie A Pepperman, 0215.9, (717)605-3056 CNT NOO104998819 Sol Nr N00104-98-Q-NE46, NIIN 012727035 AMT $38.500 LINE 1 DTD 122198 TO Systems Engineering Inc, Frederick, MD 21701_008 (ACNSPCC1214027-032) (1-348 SN280164)

in situation


Page 16

REQUEST FOR INFORMATION SUBJECT: REQUEST FOR INFORMATION SPECIAL NOTICE SPECIAL NOTICE FOR COMMERCE BUSINESS DAILY
PSN # 99RFIOI THE DEFENSE INDUSTRIAL SUPPLY CENTER IS INTENDING The following schedule identifies the reassignment of some Federal
TO ISSUE A SOLICITATION FOR AN ESTIMATED 4000-5000 INDUSTRIAL Supply Classes (FSC's) from the Defense Supply Center Richmond to
ITEMS IN THE 53 STOCK CLASSES. THE PURPOSE OF THE ACQUISITION the Defense Industrial Supply Center (DISC) Philadelphia. Management
WOULD BE TO SUPPORT CONUS MILITARY USERS. THIS WILL BE BROKEN of these FSC's will commence at the Defense Industrial Supply Center,
DOWN BY INDEPENDENT EASTERN AND/OR WESTERN SOLICITATIONS 700 Robbins Avenue, Philadelphia, PA19111-5096 starting on the Effective
OR AS A TOTAL CONUS TYPE SUPPORT BASED ON BEST COMMERCIAL Transter Date (ETD) of January 1, 1999. FSC's 8105, 8115, 8135,
BUSINESS PRACTICES. THIS IS NOT AN INVITATION FOR BID (IFB), A 8145 are assigned to DISC-H, point of contact is Kevin Light (215)697-
REQUEST FOR PROPOSAL (RFP) OR A REQUEST FOR QUOTE (RFQ). IT 3065 FSC's 7105 and 7110 are assigned to DISC-V, point of contact
IS A NOTICE OF THE INTENTION OF THE DEFENSE INDUSTRIAL SUPPLY is Pat Savini (215)697-2325 FSC's 7125 and 7195 are assigned to
CENTER TO ISSUE A SOLICITATION IN THE IMMEDIATE FUTURE. THE DISC-, point of contact is Trudy Regan 215)697-6963 Additional
PROPOSED AWARD INSTRUMENT WILL BE A FIRM FIXED PRICE, DVD information about DISC, the EBB, and the DLA Federal Stock Class
(DIRECT VENDOR DELIVERY) CONTRACT. THE CONTRACT WILL HAVE Transter is also available on DISC's Home Page on the World Wide
A TWO-YEAR BASE PERIOD AND WILL INCLUDE AN OR THREE Web. access the Home Page, use your www browser and the following
ADDITIONAL YEARS. THIS NOTICE IS BEING ISSUED TO CONDUCT A Unified Resource Locator (URL): http://www.disc.dla.mil. (W-348
MARKET SURVEY IN ORDER TO IDENTIFY POTENTIAL SOURCES OF SUPPLY SN279871)
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 COOPERATIVE RESEARCH AND DEVELOPMENT AGREEMENT (GRADA)


ESTIMATED 4000-5000 NSNS. DISC IS LOOKING FOR COMMENTS FROM In publishing the monthly U.S. International Trade in Goods and Services
INDUSTRY IN REGARD TO THE POSSIBILITIES OF PRICING A REQUIREMENT Report, the Census Bureau publishes numerous data products at many
OF THIS MULTITUDE, OR IF NOT FEASIBLE, ALTERNATE STRATEGIES levels of aggregation. Current publications reflect approximately 18,000
OR TECHIQUES THAT MAY BE IMPLEMENTED IN ORDER TO ACCOMPLISH imported and 9,000 exported commodities, shipments through 45 customs
THE TASK. DELIVERY: THE MILITARY USERS HAVE EXPRESSED A DESIRE areas, and trade from or to 246 foreign countries. One current publication
TO OBTAIN A DELIVERY TIMEFRAME OF FIVE (5) -SEVEN (7) DAYS summarizes U.S. exports of goods by state and by 2-digit Standard
FOR ROUTINE REQUIREMENTS AND AS LOW AS TWENTY-FOUR HOURS Industrial Classification-based product code. Census Bureau marketing
FOR URGENT REQUIREMENTS. COMMENTS ARE REQUESTED AS TO THE studies and comments from data users have shown that there is
FEASIBILITY OF THESE REQUIREMENTS. IT SHOULD ALSO BE NOTED interest in having state export statistics published in more useful
THAT THERE WILL BE A LARGE CUSTOMER BASE WHO WILL BE REQ- commodity detail and electronic format. For example, most trade statistics
UISITIONING MATERIAL, WHOSE PURCHASE ORDER FREQUENCY AND THE are published using the Harmonized System (HS) of product classification
AMOUNT ORDERED WILL VARY BASED ON THE CUSTOMERS' INDIVIDUAL (Schedule B, Statistical Classification of Domestic and Foreign Commod-
NEEDS. THE MINIMUM ORDER DOLLAR VALUE TO THE CONTRACTOR ities Export from the United States) and there is interest in having
WILL BE $5.00. FOB POINT WILL BE DESTINATION. ALTHOUGH FAST state export statistics published on a comparable HS basis. In addition,
PAY PROCEDURES WILL BE IN EFFECT, CLAUSE E010, INSPECTION OF there is interest in having access to the voluminous U.S. trade statistics
SUPPLIES-FIXED PRICE, WILL BE IN THE SOLICITATION AND AWARD through more user-friendly software that includes a graphical user
IN ORDER TO RESERVE THE GOVERNMENT'S RIGHT TO INSPECT. CONTRAC- interface, ways to manipulate the data more easily, and options to
TOR MUST HAVE A QUALITY SYSTEM EQUAL TO ISO 9002. TO SATISFY create and produce user-specified reports and files. The Census Bureau
INDIVIDUAL CUSTOMER QUALITY REQUIREMENTS, THE CONTRACTING OFFI- believes that private industry has 'substantial expertise in designing
CER MAY REQUEST MATERIAL CERTIFICATIONS TO ACCOMPANY SOME complex databases and related software, and that this expertise can
SHIPMENTS. A DISKETTE IS AVAILABLE UPON REQUEST WHICH CONTAINS be used to improve current trade data publications and benefit private
APPROXIMATELY 2700 NSNS AND IS A SAMPLING OF THE TOTAL SOLICITA- industry, the Census Bureau, and U.S. export statistics data users.
TION PACKAGE. NSNS ARE ALSO AVAILABLE BY EMAIL IF REQUESTED. The Census Bureau would like to explore a cooperative effort with
****NOTE: IT IS RECOMMENDED THAT ALL REQUESTS FOR ADDITIONAL private companies for joint research to create a new electronic data
INFORMATION BE ACCOMPANIED WITH A MAILING ADDRESS AS WELL publication that provides export data by state and HS-based commodity
AS AN EMAIL ADDRESS. PLEASE RESPOND BY C.O.B. 29 DECEMBER classification, is user-friendly, and can be produced using commercially
1998 THE POC IS MS. ELAINE SEGAL WHO CAN BE REACHED AT 215- available software. Software production and marketing will be contingent
697-9078. MAILING ADDRESS IS LISTED BELOW AS WELL. EMAIL ADDRESS upon joint research into whether such state export data can be published
IS: FAX # (215)697-3630 OR MR. CLIFTON MOORE without revealing confidential respondent information. The Census Bureau
BY TELEPHONE AT (215)697-1003, BY E-MAIL , OR envisions that the parties to this research will cooperate to explore
BY FAX #(215)697-3630. Detense Industrial Supply Center (DISC) 700 whether available database and software can produce a publication
Robbins Ave. Philadelphia, Pa. 19111 ATTN: Elaine Segal/DISC-APC (W- that will be useful, marketable, and fully confidential. The Census 348 SN279868)

Bureau is interested in discussing work under a Cooperative Research
and Development Agreement (CRADA) with private companies that are
qualified in trade statistics publication, database design, and software

development. Accordingly, the Census Bureau Cooperative Research LabREQUEST FOR INFORMATION MARKET RESEARCH Direct Vendor Deliv- oratory invites proposals from parties interested in entering into a eries (DVD) What type DVD capability do you currently have in-place, CRADA to conduct this joint research work. Any CRADA for this purpose and are you capable of distributing to a broad range of customers? will be undertaken pursuant to the Federal Technology Transfer Act, Strategic Alliances Do you have arrangements with industry partners? Title 15, United States Code, Section 3710a, which allows Federal If so, what type of arrangements? Example(s) formal/informal agreements, laboratories to enter into cooperative research agreements with qualified etc. Products Do you supply single industrial product lines or multiple parties. Under this law, the Census Bureau may provide personnel, products such as fasteners, o-rings & gaskets, miscellaneous hardware, service, facilities, equipment or other resources with or without reimburseetc? Capacity What number of industrial items are you capable of ment, but may not provide funds. For further information, contact stocking and distributing to customers on a DVD basis? Supply Availability Haydn R. Mearkle, (301) 457-2246, U.S. Census Bureau, Washington, What is your position on the items listed below? Example: How would DC 20233-6700, e-mail: . (Wyou do business with these type items a low demand items q Hard 348 SN279884) to obtain items (limited sources) a Long Lead items a Items 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 transpor. COOPERATIVE RESEARCH AND DEVELOPMENT AGREEMENT (CRADA) tation costs generally included regarding the cost of supplies or charged In publishing the monthly U.S. International Trade in Goods and Services on a per shipment basis? ECI/EDI What current system capabilities Report, the Census Bureau publishes numerous data products at many do you have in-place? Purchase Orders Do you have minimum order levels of aggregation. Current publications reflect approximately 18,000 requirements? If so, a How are minimum orders determined? Example: imported and 9,000 exported commodities, shipments through 45 customs By type of item, How packaged In general, what are your minimum areas, and trade from or to 246 foreign countries. One current publication ordering requirements? (W-348 SN279869)

summarizes U.S: exports of goods by state and by 2-digit Standard Industrial Classification-based product code. Census Bureau marketing studies and comments from data users have shown that there is

interest in having state export statistics published in more useful SPECIAL NOTICE Subject: Announcement for CBD for DILNet Defense commodity detail and electronic format. For example, most trade statistics Industrial Supply Center (DISC) Inventory Locator Network for Fasteners are published using the Harmonized System (HS) of product classification and Industrial Hardware DISC Inventory Locator Network (DILNet): The (Schedule B, Statistical Classification of Domestic and Foreign CommodDetense Industrial Supply Center is tooking for the Best of the Best ities Export from the United States) and there is interest in having in Government Contractors to participate in a brand new, innovative state export statistics published on a comparable HS basis. In addition, inventory locator system, whose goal is to match our customers' needs there is interest in having access to the voluminous U.S. trade statistics to your Moff-the-shelt" inventory. All you have to do is electronically through more user-friendly software that includes a graphical user provide a daily listing of your inventory that is available for purchase, interface, ways to manipulate the data more easily, and options to to DISC. This information is then accessible by military customers create and produce user-specified reports and files. The Census Bureau of industrial hardware and tasteners. Your inventory is screened daily believes that private industry has substantial expertise in designing in an attempt to satisfy customers' requisitions expeditiously. Participation complex databases and related software, and that this expertise can in DILNet is limited to quality suppliers of industrial fasteners and be used to improve current trade data publications and benefit private hardware [(Federal Supply Group (FSG 53), e. &-, screws, bolts, studs, industry, the Census Bureau, and U.S. export statistics data users. nuts, washers, nails, keys, rings, pins, rivets, o-rings, and other fastening The Census Bureau would like to explore a cooperative effort with devices and hardware) To find out how your company can increase private companies for joint research to create a new electronic data sales with just the stroke of a keyboard, contact Janet Moseley at publication that provides export data by state and HS-based commodity (215)-697-2716, FAX (215)-697-0485, or send email to: classification, is user-friendly, and can be produced using commercially or visit our web site http:www.disc.dla.mil/dilnet. available software. Software production and marketing will be contingent

Jennifer..navy.mil Click here to contact the


Page 17

concept, and (5) an indication of whether you are requesting an opportunity to Brief your ideas during the concept call. Briefers may request that only government, FFRDC, SETA, and TEMS personnel be allowed in the room during their presentations. Disclaimer: This information is for planning purposes. This request does not constitute a solicitation . for bids or proposals and is not a commitment to award a contract

now or in the future. Information shall be furnished at no cost to the government. RFPs might emerge affer funding is apthorized but there is no guarantee that these aotivities will result in any acquisition. POC. The Point of contact for this notice is tt Jose Aquino He may

at by e-mail at: . An alternate POC is L Branislav Zivojinovic, (781) 271-8298, or,

N/A N/A

Click Here to E-mail the POC (D-349 SN280548)

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

NJ 07703-5008 B-MODIFICATION TO COTS/NDI ELECTRONIC ATTACK SYSTEMS SUPPORT TACTICAL OPERATIONS NOTICE SOL NA DUE 011599 PL Suzanne Anderson, 732-427-1337 COMMERCIAL OFF-THE-SPEUR 1009 OR NON-DEVELOPMENTAL ITEM (NDI) ELECTRONIC AITACK SYSTER TO SUPPORT TACTICAL OPERATIONS.

Announcement for informational sources sought was posted on 01 December 1998. The following

com: tions is made. Notice requested "Respondents should deserbe

cures compliance to DoD standards, specifically Joint Technical Achitecture Army, Version 5.0". This should be corrected to read Version 2 This version may be viewed at the following website address, kes: /www-jta.itsi disa.mil http://www-jta.itsi.disa.mil/ Joint Technical Architecture Army,

Versio Click here to contact PDC wa email (W-349 SN280507)

will focus on support in the areas of Condition Assessment Procedures; Measurement and Verification Procedures for Facility Energy System Recommissioning: Smart Materials, Structures and Systems; Roofing: Construction Materials Made from Recycled Wastes; and Fuel Cell Technology Advancements. This BAA is 100% Set-Aside for Historically Black Colleges and Universities and Minority Institutions (HBCU/MIS). The BAA will be available only in electronic format at the following address: "http://www.myk.usace.army.mil/contract/ opportunities.asp". Release is estimated by 31 December 1998. Proposals may be submitted upon issuance of the BAA through 31 December 1999. All responsible sources may submit a proposal for consideration. (1-349 SN280532)

A&MMS (573/90C), Veterans Administration Medical Center, 1601

Archer Road, Gainesville, Florida 32606-1197 BSPECIAL STUDIES WITH UNIVERSITY OF FLORIDA, DEPARTVEST OF PHARMACOLOGY SOL RFP 573-013-99 DUE 123098 POC Marily Gray, Contract Specialist, phone 352/374-6007 or FAX# 3527379-70% This notice is not intended to solicit proposals, but for informatora purposes only. The VA Medical Center in Gainesville, Florida internes to negotiate a sole source contract with the University of Florida Department of Pharmacology beginning 1/1/99 for one year with the optional years for renewal. The overall objective of this study entitled Studies of Anabolic Effects of GH in Aged Rats with the Precopi Investigator being Steven Borst, PhD. The contractor will study anabolic effects of GH in aged rats; the effects of euglycemic agents, aut the combined GH and euglycemic agents on rats aged 1 month months, 12 months, and 20 months. Authority 6.302. See Note 2 (W-349 SN280527)

Naval Research Laboratory, Code 3220, 4555 Overlook Ave. SW,

Washington, D.C. 20375-5326 ARADIATION HARDENING OF METAL OXIDE SILICON (MOS) TECHNOLOGY SOL N00173-99-R-KK02 POC Kevin M. King. Contract Specialist, Code 3220.KK (202) 767-149 ayne A. Carrington, Contracting Officer, (202) 767-0393. The Naval Research Laboratory (NRL) has a requirement for contractor support for studies of device processing and fabrication techniques and the impact of these techniques on radiation hardening. This contract will address the problems and solutions associated with techniques for compensating trapped holes in the oxide by electron traps at the silicon interface and/or in the oxide. This contract requires the ability to acquire and analyze data on the radiation response of a wide variety of complementary metal oxide silicon devices and circuits. The contractor should be familiar with charge pumping techniques, transistor transfer curves and capacitance voltage curves. Major tasks include the use of oxidation kinetics to examine detects, irradiation of integrated circuits, MOS capacitors and transistors using Co-60 gamma rays, X-rays, electrons, protons, neutrons and other energetic particles, performing computer controlled charge pumping, capacitance voltage, current voltage, conductance voltage, and leakage current meas: urements for characterization, modeling. writing computer programs, and preparing data for presentation at briefings and conferences. An Indefinite Delivery- Indefinite Quantity (IDIQ) type of contract is anticipated. The estimated minimum level of effort is. 1040 labor hours and the maximum level of effort is 7280 labor hours per year at

this time, but, is subject to be revised at the time of solicitation issuance. The statement of work, labor categories, and personnel qualifica

tions will be included in the solicitation package. The period in which task orders 'may be written is for an initial period of one year with

two options for two year periods for each. Proposals will be due approxi'mately 30 days after solicitation is issued. Numbered Note 25 applies. This procurement is set aside 100% for participation by small business concerns. NRL uses Electronic Commerce (EC) to issue RFPs and amendments to RFPs. This solicitation and any amendments to it will be available via the internet at the URL address shown below. Paper copies of the RFP will not be provided.

http://heron.nrl.navy.mil/contracts/home.htm Click Here (W-349 SN280571)

Information Warfare Directorate, ESC/IVW, MITRE Bldg. K, 50 Griffiss

Stroet, Hanscom AFB, MA 01731-1625 A-REQUEST FOR INFORMATION (RFI)TO ADDRESS INFORMATION OPERATIONS (10) NEEDS SOL NA DUE 012099 POC Jose Loreto 1. Aquino, 2L1, ESCAYW, USAF, 781-271-2739 CONCEPT CALL TO INDUSTRY FOR SOLUTION CONCEPTS TO ADDRESS DEFICIENCIES IN INFORMATION OPERATIONS: Request for Information: Invitation to Industry, academia, associations, and other interested parties to participate in Information Operations (10) discussions sponsored by the 10 Technical Planning Integrated Product team (TPIPT) and the Counter - Information (CH) - Mission Area Team (MAT). Subject Matter: We will discuss solution concepts that address deficiencies in the FYOO CI Mission Area Plan (MAP), Background: Information Superiority is a core competency of the USAF. In support of this core competency, the 10 TPIPT strives to enhance AF 10 capabilities by capitalizing on technology solutions to warfighter requirements. The primary mission area that supports Information Superiority is the CI mission area. Air Combat & Control Agency (AC2A) is the lead command for developing a CI MAP. The MAP contains a description of the tasks for this mission area, a description of how well the AF can accomplish these tasks given its current capabilities, a listing of operational capabilities the AF needs, and a listing of proposed solution concepts that the AF would like to implement (i.e., acquire). The CI MAT and the 10 TPIPT are updating the MAP this summer. The FYOO Needs will be available for viewing by 18 December 1998. You are invited to view the FY98 MAP and the FYOO Needs and submit solution concepts. The CI MAP and the 10 TPIPT will include in the FYOO MAP those solution concepts that merit further consideration as an acquisition program. 10 discussions will be held 9-11 February 1999 at the Mitre complex in Bedford, MA (4 miles NE of Hanscom AFB). If you wish to brief your solution concept, a "white paper" (preferably unclassified and unproprietary) of your solution concept should be submitted by 20 January 1999. Additional Information: You may obtain copies of the FY98 CI MAP from the Defense Technical Information Center (DTIC) for a nominal fee. For organizations having a DTIC account number, you may order the document from the DTIC by viewing the web page http://www.dtic.mil/dtic. For companies not having a DTIC account number, you may obtain one by dialing (703) 767-8273 alter which you will be sent a registration package. The DTIC Web Page lists all the telephone, fax, and e-mail numbers. The MAP is classified SECRET. Appointments may be made to view the FY98 MAP, FYQO Needs and the generic questions by contacting the action officer, Li Jose Aquino at (781) 271-2739 or Lt Bran Zivojinovich at (781) 271-8298, and by submitting your clearances via fax to (781) 271-2380. Access is limited to those organizations that are qualified by the Defense Investigative Service (DIS) to receive, process, and store classified materials. Procedures: Anyone can submit "white papers". White papers" should be limited to three single spaced typewritten pages wherein one single spaced typewritten page is dedicated to answering the generic questions using "Microsoft Word" no smaller than type 10 font and 5 slides using "Microsoft Powerpoint no smaller than type 12 font. We will accept classified, or unclassified submittals, with or without proprietary information, but we prefer that they be unclassified and not contain any proprietary information. We will protect any proprietary information submitted but we may not be able to use it as the basis for an REP. Unclassified "white papers" and slides should be submitted via soft copy (e-mail or 3.5" diskette) using Microsoft Office 97 version of lower. Classified white papers should be mailed only on hard copy using appropriate security procedures. All material mailed should be addressed to: ESC/IYW, ATTN: Lt Aquino, 50 Griffiss Street, Hanscom AFB, MA 01731-1625. We request you supply the following information with each paper: (1) Name of Company (or organization). (2) Point of Contact within the organization (name, address, telephone number, fax, e-mail, etc.). (3) Security officer within the organization (name, telephone, fax, etc.) if your white paper is classified, (4) Brief description of the operational need or deficiency (s) addressed by your solution

Commander, Naval Air Systems Command (Code 2.2), 47123 Buse

Road, Bldg 2272, Patuxent River, MD 20670-1547 ASF STOVL LIFT SYSTEM PLUME AND EXTERNAL ENVIRONMENT CHARACTERIZATION SOL NO0019-97-C-0050 POC Lisa Bregman, (703) 601-7390 x6519 The Joint Strike Fighter (JSF) Program office intends to negotiate and execute a modification to Contract N00019-97-C0050 with Pratt & Whitney. P.O. Box 109600, West Palm Beach, FL 33410, to procure effort measuring the pressure and temperature levels of the JSF short takeoff/vertical landing (STOVL) litt systems and the compatibility of the lift systems with am-2 matting, to support quantification of the operational suitability of the JSF STOVL concepts in shipboard environments and austere sites. Pratt & Whitney is the only responsible source possessing the necessary data, equipment, and facilities to meet the Government's needs for this effort. Any questions should be directed to Ms. Lisa Bregman at

. See Note 22. NAVAİR Synopsis Number 20030-99.

www.jast.mil www.jast.mil bregmanl@jast, mil bregmanl@jast, mil (W-349 SN280619)

U.S. Environmental Protection Agency, 26 W. Martin Luther King

Dr., Cincinnati, OH 45268 B-TECHNICAL SUPPORT FOR THE OFFICE OF WASTEWATER WAKE MENT PERMITS DIVISION-BASE PROGRAM IMPUMENTATION SUM CI-99-13273 DUE 011599 POC David Plagge (513) 487-2022 The US EPA is seeking sources interested in a requirement for technical assistare un and support services for the Office of Wastewater Management, permet Division's responsibilities (base programs) under the Clean Wate de (CWA) to include the National Pollutant Discharge Eliminaton System (NPDES), the National Pretreatment Program, the National Berita Program and Thermal Discharges (CWA 316). These programs: 1) regular point source discharges to surface waters of the United States

. 1 regulate indirect discharges into sewerage collection systems of publicit owned treatment works (POTWs) and 3) regulate the disposal of Festa biosolids or sludge from POTWS. This support covers a modera of program activities and requires analytical and technical discipline primarily in the fields of science and engineering. The proposed adeo will be conducted on a Cost Plus Fixed Fee, Level of Elført canta and will have a base period and four (4) twelve month option period The base period and each option period will consist of approximatin 15,000 direct labor hours. Each contract period will have approuinatin 15,000 additional direct labor hours of option level of effort

. De applicable SIC code is 8742 with a size standard of $5 milion solicitation is expected to be released in February of March 1998 Any interested firm should submit a capability statement which the onstrates the firm's qualifications and ability to provide the report services. Firms shall indicate their size status for the above referens SIC code. The deadline for submission of the capability statement is January 15, 1999. The point of contact for this acter is now Plagge, telephone (513) 487-2022. E-mail

: plagge.davidGepetail.900 Submissions should be sent to: U.S. EPA, Contracts Management Deser 26 W. Martin Luther King Drive, Cincinnati, OH 45268. THIS SOURCES SOUGHT SYNOPSIS ONLY. PLEASE DO NOT REQUEST A SOLO TION AT THIS TIME.

http://www.epa.gov/oam/cinn_cmd Office of Acquisition Management-Cincinnati Contracts Management Division

plagge.david@epamail epa pov (349 SN280235)

B Special Studies and Analyses Not R&D

Defense Supply Service-Washington, 5200 Army Pentagon, Rm.

10245, Washington, DC 20310-5200 8-SPECIAL STUDIES AND ANALYSIS NOT RED SOLDASW01-990-0100 POC Contract Specialist, Helen Furlow This action originally publicized in the CBD 11/12/98: is being cancelled in its entirety. (W-349 SN280341)

cal area of the project); and (6) Energy Efficiency/Waste Reduction Capabilities. The project Teams considered the most highly qualified will have references checked; all submissions shall include a list of references with applicable telephone numbers and contact names. Project Teams still considered the most qualified following the relerences checks will be interviewed. Applicants should include the Solicitation No. UC05-99) of the CBD Notice with the location/center name in Block of the SF-255. Women-owned and Minority-owned firms are encouraged to submit. This is a 100% Small Business Set-Aside. The SIC Code is 8712 and the Small Business Size Standard is $2.5 million. The firm should indicate in Block 10 of the SF-255 that it is a small business concern as defined in the FAR. THIS IS NOT A REQUEST FOR PROPOSALS. See Numbered Note(s): 1.

http://cbdnet access.gpo.gov JC-05-99 IC-05-99 (W-349 SN280618)

Technical Support of Government Testing: CNPS Operator Training Course: SDE Transitioning and Software Maintenance Training: and Data. An option is also included for three items: CNPS Operator Training CourseTest Player Training: Post Production Software Support (PPSS) and Data. A second option is also included for two items: Post Production Software Support (PPSS); and Data.

http://ac bop. Monmouth.army.mil CECOM Acquisition Center's Business Opportunities Page

sickles@doim 6.monmouth army.mil Click here to e-mail the POC (D. 348 SN280175)

C Architect and Engineering Services Construction Potential Sources Sought

ESC/PKOB, Specialized Contracting Branch, Operational Contracting,

104 Barksdale $1., Nanscom AFB, 01731-1806 CIVIL ENGINEERING SUPPORT, MANSCOM AFB, MA SOL NA POC Steve Pekunece, Contract Specialist, 781-377-4680 Janice Book, Contractring Officer, 781-377-4592 HQ ESC Operational Contracting Division, Specialized Contracting Branch, (PKOB), 104 Barksdale Street, Hanscom Air Force Base, MA 01731-1806. 8-POC Steve Pekunece, Contract Specialist, (781) 377-4680, Janice Book, Contracting Officer. (781) 3774592. CIVIL ENGINEERING SUPPORT, 66TH AIR BASE WING, HANSCOM AFB, MA. Sources are sought to provide Civil Engineering Support services in accordance with the following: On 15 December 98 it was announced under the direction of HQ/AFMC that the 66th Air Base Wing, Civil Engineering Support was to be the subject of an A-76 Cost Comparison Study. The Federal policy for the performance of recurring commercial activities was established in the 1983 Office of Management and Budget XOMB) Circular No. A-76, Performance of Commercial Activities". The intent of the program is to determine the most efficient and effective method of providing service. The study will determine whether commercial activities should be performed under contract with commercial sources, or in-house, using Government facilities and personnel. Based on this program, sources are sought for Hanscom's Civil Engineering Support for the Electronic Systems Center, 66th Air Base Wing, and various units assigned to Hanscom Air Force Base, MA. Any resultant solicitation nay include the following. subject to change depending on varying mission requirements. Functions performed include: 1) Perform Command jection Management support; 2) Provide Engineering support: 3) Provide tesource Management support; 4) Provide Environmental Functional suptort; 5) Provide Housing Management support; 6) Provide Base Operations ind Facility Maintenance Support. These functions are integrated to provide complete Civil Engineering support to Hanscom's customers while focusing on quality filled practices. This requirement services lanscom AFB, MA consisting of approximately 846 acres, plus geographially separated units. The duration of this contract, with all options, i anticipated to be five years. The government does not intend to ward a contract on the basis of this notification or otherwise pay or any information or inquiry. This synopsis does not constitute a equest for proposal, and is not considered to be a commitment by he government. Respondents capable of satisfying the requirements tated herein should send two (2) copies of their response in writing thin 30 days of this publication to Steve Pekunece, ESC/PKOB, 104 arksdale St., Hanscom AFB, MA 01731-1806. Responses should include narrative identifying the scope of past and current services contracted

within the past three (3) years and describe capabilities to perform ne services described in this synopsis. Firms should ensure their reponses are complete and sufficiently detailed to allow the Government

i determine the firm's qualifications to perform the defined work. wontractors must identify their business type (i.e. large business, small

usiness, small, disadvantaged business, 8(a) certified business, womanwned small business). The responses will serve as a basis for the overnment's decision to establish this requirement as an 8(a), small Usiness set-aside or unrestricted requirement. SIC Code 8744, Base laintenance, small business size standard $20.OM, will be used for us acquisition. http://www.herbb.hanscom.af.mil ESC Business Opportunities Web Page Click Here to E-mail the POC (0-349 N280547)

National Library of Medicine, Office of Acquisitions Management, Building 38A, Room B1N17, 8600 Rockville Pike, Bethesda, Maryland

20894 0-PROFESSIONAL SERVICES TO ASSIST IN SELECTION, CREATION AND MAINTENANCE OF NATIONAL LIBARARY OF MEDICINE'S CONSUMER HEALTH WORLD WIDE WEB. SOL RFQ NLM 99-017/UHP DUE 011599 POC Uyen H. Phuong (301) 496-6127 It is the intent of the National Library of Medicine (NLM) to procure services to thoroughly develop the MEDLINE plus system into a comprehensive resource for U.S. health consumers on the World Wide Web. Expertise and knowledge are required in the areas of medicine, consumer health, and organization of medical information as well as knowledge of the Medical Subject Headings (MeSH). Previous experience in evaluating the quality of medical information resources as well as experience with Internet technology, including Netscape and E-mail are required in order to complete the required tasks. The tasks for this procurement will consist of the following: (1) creation of additional health topic pages and associated organizations, directories, libraries, clearing houses, dictionaries, and database pages: (2) review of health topic pages for quality, consistency, and completeness; (3) maintenance of the website for accuracy and completeness by correcting broken links; identifying new resources to be added or eliminated; and making improvements based on feedback from testers and users of the system. Request for Quotations (RFQ) Number NLM 99. 017/UHP will be available on of about December 18, 1998. Copies of RFQ NLM 99-017/UHP may be obtained by writing to the National Library of Medicine, Office of Acquisitions Management, 8600 Rockville Pike, Building 38A, Room BIN20, Bethesda, Maryland 20894; Attention: Uyen H. Phuong, Lead Purchasing Agent. Facsimiles will not be acceptable. The period of performance is anticipated for one-year, beginning on or about February 1, 1999. All responsive and responsible sources may submit a proposal which will be considered by the National Library of Medicine.

(W-348 SN280192)

U.S. Property and Fiscal Office for Minnesota, Attn: Procurement Division, 15000 Highway 115, Camp Ripley, Little Falls, Minnesota

56345-4173 6-ME SERVICES FOR REPAIR AIRCRAFT PARKING APRONS AND TAXIWAYS SOL DAHA21-99-R-0001 DUE 011999 POC Chiet Warrant Officer Todd Horness, Contracting Officer, (320) 632-7402 Design of the repair of approximately 99,000 SY (82,800 SM) of aircraft parking aprons and taxiways at the Minnesota Air National Guard Base, Minneapolis/St.Paul International Airport. The selected AJE firm shall investigate, evaluate, quantity, recommend and design the typical variety of aircraft pavement repair options/alternatives: (1) Complete removal and replacement of individual slabs; (2) Spot repair; (3) Spall repair; (4) Crack repair; (5) Joint resealing. The area of primary repair consideration is approximately 67,000 SY (56.000 SM). Additional areas to receive minimal repair and preventive maintenance treatment are approximately 32,000 SY (26,800 SM). AVE services will include Type A (Investigative) services, Type B (Design) services, consisting of production of complete designs, preliminary and final plans, technical specifications, and cost estimates. Type C (Construction Inspection) services may also be required after the construction contract is awarded. All services beyond the investigative stage are at the option of the Government. The selected firm shall be experienced in the design and repair of airfield pavements. This project shall be designed and specified in soft metric, using dual (metric and American (imperial)) measurements. Estimated cost range of the construction is between $1.000.000 and $5,000,000. Note that regulations preciude firms that design a Government project form constructing same. Firms desiring consideration shall submit appropriate data as described in numbered note 24 not later than the close of business, Tuesday, January 19, 1999. Submit data via V.S. Mail or commercial courier (UPS, Fed-Ex, etc.) to CW2 Todd Horness, c/o USPFOMinnesota, Building 15-2. Room 107, Camp Ripley. 15000 Highway 115, Little Falls, MN 56345-4173. Only one copy of the submittal is required. Previous subrnissions will not be considered. This is not a request for proposal. The Standard Industrial Classification (SIC) Code for this acquisition is 8711, Engineering Services. This is an unrestricted acquisition, not set-aside for any specific group. All firms may apply, and submissions from small business and small disadvantaged business are encouraged. Firms under consideration by the board will be evaluated under the following criteria in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of the services required under this contract; (2) Specialized experience and technical competence in this type of work, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials: (3) Capacity to accomplish the work in the required timeframe, to include suitability of firm size, organization, and disciplines; (4) Past performance on previous work in terms of cost control, quality of work, and compliance with performance schedules; (5) Geographic proximity to the greater Twin Cities Metropolitan area; (6) Volume of Air National Guard and other DOD work awarded during calendar year 1998 (inverse), with the object of effecting equitable DoD contract distribution. Final selection order of preference shall be determined by a voting board atter providing A/E firms with the opportunity to make a presentation, and further examination of qualifications. Direct any questions regarding this synopsis to the Contracting Officer listed above. Site visits for the purpose of discussing your firm's qualifications and experience will not be scheduled by other than the selection board during the selection period. See note 24.

Click here to contact the Contracting Officer via e-mail. (W-349 SN280642)

Architect and Engineering Services Construction

U.S. Department of Labor, ETA, Division of Acquisition & Assistance,

200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 6-ARCHITECT ENGINEER DESIGN SERVICES FOR A NEW EDUCATION VILDING AT THE KITTRELL JOB CORPS CENTER, LOCATED IN KITTRELL, ORTH CAROLINA SOLJC-05-99 DUE 012199 POC Contact, Monica toster, (202) 219-8706 Architectural Engineering Design and, at the plion of the U.S. Department of Labor, Construction Administration ervices for a new Educational Building (approx. 13,500 GSF), replacement I approx. ten large windows with smaller windows and fill with CMU, and the construction of approx. 370 SY of road for emergency service I the Kittrell Job Corps Center located in Kittrell, North Carolina, irms must be capable of performing design services related to new onstruction to include: architectural, structural, civil, mechanical, elecrical and plumbing systems and construction administration services. the work shall include miscellaneous site improvements such as utilities, ite/security lighting, landscaping, and some asphalt work. The building hall be one story, slab on grade. The building will be designed for onstruction and will require preparation of a bid package(s) and construcion administration services. Firms desiring consideration must be capable of producing all design drawings on Auto-Cad version 12 or higher, of a compatible system. The GSF involved is approximately 13,500 or the Education Building. The estimated cost range for construction $ $1-5 million and the maximum allowable time for design is 28 weeks. Only those firms capable of design within this time frame hould apply. Required disciplines are: Structural, Civil. Architectural. Mechanical (plumbing & HVAC), and Electrical. Submission of SF-255 or the prime and current SF-254's for the prime and EACH consultant, s required by 2:00 p.m., January 21, 1999. Failure to submit SF55 and SF-254's will render the submission UNACCEPTABLE, Facsimile ubmissions will not be accepted. The Prime Firm and Consultants will be evaluated per the following pertinent factors, listed in order f importance: (1) Qualifications of Assigned Project Personnel, both is to design and project management ability: (2) Specialized Experience f the Assigned Personnel; (3) Firm's Capacity to Perform Work; (4) he Prime firm's Experience/Past Performance on similiar type projects, ncluding past Job Corps Center projects, if applicable; (5) location Preference shall be given to Prime firms' located in the general geographi

Department of Veterans Affairs, Great Lakes Healthcare Systems, Great Lakes Acquisition Center, Bldg. 5, 5000 West National Ave.,

Milwaukee, WI 53295 0-SOLE SOURCE PROCUREMENT-MICROSOFT PREMIER SOFTWARE SUPPORT SOL 690-174-99 DUE 122398 POC Diane Brazale, Contracting Officer (414) 902-5403 Response date for Submission No. 277171 has been extended to December 22, 1998 and is hereby amended to include the following information: The Microsoft Premier Support previously advertised shall consist of a variety of detailed and comprehensive services which are critical in managing the business systems at the Hines Information Systems in Hines, Il. Contractor shall be required to provide proactive, personalized technical services and fast, expert resolution of specific technical issues for ALL Microsoft products Product and Technology Incident Support shall be provided 24 hours a day, 7 days a week. Services shall include but not be limited to Technical Account Management, Proactive and Information Services, Technical Support, Supportability Reviews, On-Site Data Collection and the MSDN Enterprise Edition. Three (3) Microsoft TechNet (single server) subscriptions shall also be included providing the Hines Information Systems with monthly TechNet CD-ROM (Server License) and a subscription to the Microsoft Developer Network (Universal Edition) CD-ROM. In addition to other duties and responsibilities, the Technical Account Manager (TAM) shall coordinate the Technical Support, Technical Services and Technical Account Management. Vendor shall provide a minimum of 800 Technical Account Manager Hours, 100 Incident Calls, 4 Support ID's, I Phone 10, 2 TAM (Technical Account Manager) Site Visits. 4 Single Server TechNet, 4 MSDN Universal Subscription and Unlimited use of the Web. The Technical Account Manager assigned to this station must have professional experience in supporting Microsoft Technologies including the following types of Microsoft products: Microsoft BackOffice, Windows NT, Microsoft Exchange, Windows 95, Windows for Workgroups, Microsoft Office, Microsoft Word, Excel, Access and PowerPoint, Schedule+, Microsoft Outlook and NT Workstations. The Hines Information Systems also contains Exchange Enterprise, SMS Enterprise, NT Servers and Intersystems Open M. The Microsoft Development Tool used at the Hines location is VB. There are approximately 75,000 + desktops to be supported. Online Information Services will also be included such as Product Newsflashes written by Microsoft support personnel, email notifications of potential high-impact problems and use of the Premier Service Desk which includes access to a secure website offering a large range of specific support related material of interest. The TAM will be required to conduct regular status meetings to review support requirements and insure that the Hines statt is equipped with the latest relevant information, Supportability reviews and consulting services are also included. The services described herein

D Information Technology Services, including Telecommunication Services

US Army, CECOM Acquisition Center, Fort Monmouth, New Jersey 07703-5008 0-INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNICATIONS SERVICES SOL DAAB07-99-R-A001 DUE 122398 POC Point of Contact-Maria Festa. Contract Specialist, 732-532-3142. Contracting Officer-Kathy Rizzo, 732-532-5798. Common Network Planning Software (CNPS). The basic effort is further defined to include deliverables for: Design, develop, test and deliver CNPS Computer Software Configuration Items (CSCI's): Design, test, install and deliver CNPS Software Development Environment (SDE) to include associated Hardware and Software:

are critical to the operation of the Information Systems and are ALL inclusive. Other sources who believe they are capable of performing ALL of the services listed are requested to submit their qualifications and any pertinent information to the Contracting Officer no later than December 22, 1998. All requests for information MUST be in writing and include the firms' name, point of contact, address, phone number and FAX number. Information and requests can be faxed to (414) 902-5464. (W-349 SN280210)

provided under this contract/order/BPA shall be able to accurately process date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twentyfirst centuries, and the years 1999 and 2000 and leap year calculations. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the manufacturer's standard commercial warranty or warranties contained in this contract or the applicable End User License Agreement, provided that notwithstanding any provision to the contrary in such commercial warranty and warranties, the remedies available to the Government under this warranty shall include an obligation by the Contractor to repair and replace any such product whose noncompliance is discovered and made known to the Contractor in writing at any time prior to June 1, 2000 or for a period of six months following acceptance, whichever is the later date. Nothing in this warranty shall be construed to limit any rights or remedies that the Government may otherwise have under this contract. This warranty shall not apply to products that do not require the processing of date/time data in order to function as specified in this contract/order/BPA. (xiv) DPAS rating: N/A. (XV) CBD numbered notes: N/A. (xiv) Oliers shall be submitted by 4:30 p.m. local time, December 31, 1998, to the FBI, CJISD Complex, 1000 Custer Hollow Road, Clarksburg, West Virginia 26306-0111, Attention: Susan J. Smith, Module D3. An original and two copies of each offer shall be submitted. (xvii) For information regarding the solicitation, please contact Mrs. Smith at the above address or telephone number (304)625-2441, facsimile number (304) 625-5391. (W-349 SN280508)

U.S. Department of Justice, Foderal Bureau of Investigation, I. Edgar Hoover Building, Rm 6833, 935 Ponasylvania Ave., IW,

Washington, DC 20535-0001 D-INFORMATION TECHNOLOGY SERVICES, INCLUDING TELECOMMUNCATIONS SERVICES SOL RFL N99-1 DUE 122998 POC Denise L. Dan Contract Specialist, (202) 324-5790 This is a Request for Informatu (RFI) #99-1. The Government does not intend to award a contract on the basis of this notice or to otherwise pay for the informator solicited except as an allowable cost under other contracts as provider in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisite Regulation. Although "proposal" and "offeror” are used in this Regier for Information, your response will be treated as information at It shall not be used as a proposal. This notice is issued for the purpose of allowing interested offerors to request an information pace on on-line information database retrieval services. The Standard Industa Classification (SIC) code is 7375 and the business size standards $18 million. The Federal Bureau of Investigation (FBI) is seeking at line information database retrieval services for public source, legal and news media information for various FBI offices throughoed the United States. The FBI is seeking one firm, however, will conside all firms with capabilities to perform any of the following three 0 types of services or any combination thereof. The Government resentes the right to make multiple awards. Information will be evaluated on 1. Access to public record data (commonly referred to as public se information) such as addresses, property records, business/corporate records, licenses, and vehicle records, etc. that are routinely gathered and maintained by federal, state, and local governments and corporate entities; 2. Access to electronic legal information of all types, sch as federal statutes and regulations, state statutes, federal and the case law, periodicals on various legal topics, etc., that are router used by FBI attorneys, paralegals and other employees to protect the FBI's legal interests: and 3. Access to electronic news media internal.com that spans a multi-year time period. The FBI's information requirements include access to major publications, both domestic and internator with articles in their entirely whenever possible (as opposed to as racis Access is also required to archived wire services, television news trascripts, Congressional transcripts, Government publications and the letters. All interested sources may request a copy of the informer packet (RFI #99-1) of the above-stated requirement in writing one Denise E. Dunn. (W-349 SN280587)

U.S. Geological Survey, MS 204, 12201 Sunrise Valley Drive, Reston,

VA 20192 0-SUPPORT SERVICES SOL na DUE 122519 POC The U.S. Geological Survey (USGS) has a requirement for technical support for the installation, operation, and testing of Government owned Hyperion software (Enterprise). The following labor catagories are required: Principal Consultant. Senior Project Manager/Senior Design Expert, Senior Consultant, and Consultant. The USGS anticipates awarding a purchase order to Hyperion Software of Stamford, CT which owns the proprietary source code to the software. This announcement is for informational, purposes only. Vendors who may own the source code and who have been certified by Hyperion are invited to provide an affirmative response to this notice by e-mailing the hourly rates of the labor catagories mentioned above. An affirmative response must include, but not be limited to offered services, price lists, and any additional information indicating a bona fide ability to meet this requirement. All responses must be received in this office within 10 calendar days from the date this publication first appears. All responses must be in writing, no telephone call will be accepted. (W-349 SN280603)

F Natural Resources and Conservation Services

U.S. Department of Justice, Federal Bureau of Investigation, J. Edgar Hoover Building, Rm 6875, 935 Pennsylvania Ave., NW,

Washington, DC 20535-0001 0–MAINTENANCE OF AMPEX DST 310 TAPE DRIVES SOL RFQ Number 613012 DUE 010499 POC Susan J. Smith, Contracting Officer, (304) 625-2441 (i) The Federal Bureau of Investigation (FBI) has a requirement to procure maintenance service on Ampex equipment listed below, using the "Simplified Acquisition Procedures" specified in Federal Acquisition Regulation (FAR) Part 13. This is a combined synopsis/solicitation for commercial item services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The Solicitation Number is 613012 and is issued as a Request for Quotation (RFQ). For the purpose of this RFQ, all references to "Offers" are understood to be "quotations." (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. (iv) This solicitation is not restricted to a set-aside. The Standard Industrial Classification Code is 7378 and the small business size standard is $18.0 million in annual receipts. A firm-fixed-price purchase order will be issued as a result of this combined synopsis/solicitation. (v) The RFQ is for the maintenance of two Ampex Corporation DST 310 Tape Drives for the period October 1, 1998 through September 30, 1999, and one optional year period of October 1, 1999 through September 30, 2000: (Contract Line Item Number) CLIN 0001: DSI 310 Tape Drive One and CLIN 0002: DST 310 Tape Drive Two (vi) The Federal Bureau of investigation intends to negotiate on a sole-source basis with Ampex Corporation for the maintenance of the two proprietary DST 310 Tape Drives for the referenced period with option. Maintenance will be performed during the base period of service from 8 a.m. to 5 D.m., Monday through Friday, unless otherwise designated in an amendment to vendor's maintenance agreement. Vendor agrees to maintain equipment in normal operating condition and to provide unscheduled emergency maintenance, scheduled preventive maintenance (based on the specific needs of equipment as determined by vendor), and authorized field modifications. Maintenance service includes lubrication, adjustments, and replacement of maintenance parts, all as deemed necessary by vendor. Delective parts may be replaced with either new, repaired or remanufactured parts and will be furnished on an exchange basis. All replaced parts become the property of vendor. Offeror shall provide the terms and conditions of the maintenance offered as well as a list of a minimum of three other contracts for the same or similar services, a point of contact, and a telephone number for past performance evaluation. (vii) Maintenance shall be performed for the period October 1, 1998 i rough September 30, 1999. and option period, if exercised, at the FBI, Criminal Justice Information Services Division Complex, 1000 Custer Hollow Road, Clarksburg. West Virginia 26306, and shall be F.0.8. Destination. (viii) The provision at FAR 52.212-1. Instructions to Offerors-Commercial Items, applies to this acquisition (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. ADDENDUM FAR 52.212-2. Para. (a) The following factors, listed in descending order of importance, shall be used to evaluate offers: technical capability to perform the Government's maintenance, price, and past performance. Technical capability and past performance, when combined, are equal to price (x) Offerors shall include a completed copy of the provision at 52.212-3. Offeror Representations and Certifications-Commercial Items, with the offer. (xi) The clause at FAR 52.2124. Contract Terms and Conditions Commercial Items, applies to this acquisition. ADDENDUM FAR 52.212-4: The following additional FAR clauses are incorporated by reference: FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-5. Evaluation of Options; FAR 52.217-9. Option to extend the Term of the Contract, and Addendum to Para. (a) The Government may extend the term of the contract by written notice to the Contractor within 30 days of the first day of the next option year ... and (c) The total duration of this contract, including exercise of any options under this clause, shall not exceed two years; FAR 52.222-21, Certification of Nonsegregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports: 52.22225. Affirmative Action Compliance; and 52.222-48 Exemption from Application of Service Contract Act Provisions. (xii) The clause at FAR 52.2125, Contract Terms and Conditions Required to implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional FAR clauses cited in Clause 52 212-5 which are applicable to this acquisition are: (7) 52.222-26. Equal Opportunity (E.O. 11246); (8) 52.222-35. Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (9) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (10) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); and (16)(1) 52.225-21, Buy American Act--North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, Publ. 103-187 and (w) Alternate 1 of 52225-21. (XII) Additional contract requirements-Year 2000 Warranty. The Contractor represents that the following warranty applies to products provided under this contract/order/BPA. The Contractor warrants that the products

Computer Sciences Corporation (CSC), P.O. Box 240005, Huntsville,

AL 35824-6405 D-APPLE COMPUTER EQUIPMENT SOL 032CSC13145 DUE 122298 POC Nancy F. Lockridge, Procurement, Phone (256) 544-5093, Fax (256) 544-5828. Email nancy. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Computer Sciences Corp. (CSC) intends to procure via competition, on a sole make and model basis, the attached list of various hardware in support of Marshall Space Flight Center. No or equals will be acceptable on the Apple products. This notice is a combined synopsis/solicitation. This announcement constitutes the only solicitation quotes are being requested per the attached Request for Quotation (RFQ) and are located on the attached WORD 7.0 file, and includes complete descriptions and part numbers together with Representations and Certification and CSC Terms and Conditions. This RFQ is considered a NASA Emergency Request and interested parties have seven (7) days from the publication date of the synopsis/RFQ to submit their quotes to the undersigned at the Internet address or fax number listed below. All attached paper work must be completed and is considered a part of the RFQ it is the offerors responsibility to monitor this site for the release of amendments (if any). The closing date for the hard copy received shall be the same as the solicitation, inclusive of any amendments, released on the Internet. Telephone requests will not be honored.

http://nais nasa gov/EPS/MSFC/date.html#032CSC13145 Click here for the latest information about this notice

nancy. Nancy F. Lockridge (D-349 SN280644)

U.S. Geological Survey, MS 205C, 12201 Sunrise Valley Drive,

Reston, VA 20192 F-DRILLING SERVICES SOL 99HQQQ0066 DUE 122498 PX This is a combined synopsis/solicitation for commerce items. This announcement constitutes the only solicitation Proposat are being requested under Request For Quotes (RFQ) 1998000 posted on Electronic Commerce. Details may be viewed on the Departe of Interior's Business Opportunities Web

Page at home ideasec.er.usgs.gov. The posted RFQ contains a description of the itens service, quantity, delivery, and applicable clauses. All vendors et can meet this requirement, and have a valid Dun & Bradstreet le (DUNS), are invited to submit electonic quotes for this posted as A written solicitation for this requirement will not be issued acquisition will be made under the simplified acquisition daten of $100.000. SIC code for this acquisition is 1781 Quotes ? at 5:00pm. December 24, 1998. The provisions at 1452.212-1, fast.com to Offerors, and 1454.212-5 (or 5!), Contract Ter

and Constant as they appear in the RFQ apply to this acquisition. (W-348 S28.7

0 Information Technology Services, including Telecommunication Services Potential Sources Sought

USDA Forest Service, Mt. Baker-Snoqualmia National Forest, 21985

64th Avenue W, Mountlake Terrace, WA 98043 F-USFS REGION & INVENTORY & MONITORING SYSTEN CYS MEASUREMENT, GIFFORD PINCHOT, OLYMPIC E MT. BAKER-SNOGULULE NATIONAL FORESTS, WA SOL R6-5-99-01-M POC Contact Pour ** Hada (425) 744-3330 Monitoring and maintenance

Primary Sort Units (PSU's) within the Gifford Pinchot National Forest in 1999: Olympic National Forest in 2000 and the Mt. Baker-Snoqualme to od Forest in 2001. This will be an RFP, IDIQ (Indefinite Delivery, Inde?? Quantity) contract with a minimum of 150 PSU's for 1999. Poti o la 3.4 mile grid pattern) will be included for a total of 151 p The Government currently estimates year two at 66 PSU's and 1 three at 136 PSU'S. All PSU's are located in NON-Wilderness 3 Work will also include 1) use of GOVERNMENT SUPPUED "real GPS units to record GPS coordinates for each PSU and 2) 3000x remeasurement data in Government specified digital format o al Forening and for the OLY and MBS NF's only (year 2 and 3) collection Marbled Murrelet habitat data. Estimated issue date of the secco is approximately the third week of January. Estimated start est is on or about May 1, 1999. Contract work time los 1999 exceed September 30, 1999.

http://www.fs.fed.us/gpnt/purchasing/index.html click here to cheri whether solicitation has been issued (W-348 SN280177)

Department of the Treasury, Internal Revenue Service, 6009 Oxon

Hill Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745 DPAGENET PAGER AIR SERVICE SOL N/A DUE 122198 POC Contract Specialist, Romaine A. Wilkins, 202-283-1264 22-The Internal Revenue Service contemplates renewing pager air services and maintenance for PageNet pagers for a period of 12 months. The Government intends to acquire the above service on a renewal basis from PageNet of Washington, DC, College Park, MD 20740. No award will be made on the basis of any quotations/proposals or other information received in response to this notice since this is a notification of intent to acquire and not a request for proposals. (W-349 SN280289)

U.S. Army Corps of Enginoors, 600 W.L. King, Ir. PL, Rm 821,

Louisville, KY 40202-2230 A-PRE-PLALCED REMEDIAL ACTION CONTRACT PRIMARILY FOR THE LOUISVILLE DISTRICT MISSION BUT CAN INCLUDE MISSIONS WITHIN

AND OUTSIDE THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES SOL ist, Denise Bush (10.0006 DUE 011299 POC Contract Special

and Project Engineer, Gary Meden (502) 625-7446 Correction: This action was originally publicized in the CBD Ron December 3, 1998. You are required to submit an original and 7two copies (2) of the phase submittal, no later than, 4:30 P.M., - Local Time on January 12, 1999. Phase 1 submittal shall be no more than 15 pages in length. Pages will be 8.5" x 11". Under factor (3) PROJECT EXPERIENCE, a completed project will be defined as cost seimbursable contracts and task orders that are physically complete and fixed price contracts where final payment has been made. All other information publicized in the original synopsis is correct. (W. 349 SN280243)

UŞDA Forest Services, 4931 Broad River Road, Columbia, South

Carolina 29212-3530 F-ROAD MAINTENANCE SOL IFB R8-12-99-11 DUE 012899 POC Contact Contracting Officer Delia K. Heath at (803) 561-4000 for information: For solicitation and/or plans contact Ruby Little at (803) 561-4017. The Francis Marion National Forest plans to contract for Road Maintenance on the Wambaw and Witherbee Ranger Districts, Berkeley and Charleston Counties, South Carolina. The work shall involve road grading and aggregate replacement. The Contractor shall provide all equipment, materials, supervision, transportation, labor, and supplies in accordance with the specifications and provisions of the solicitation. No materials, labor or supplies will be furnished by the Forest Service unless specifically identified in the Government Furnished Property clause. (W-349 SN280570)

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

and Property Branch, 320 First Street NW, Washington, DC 20534 & RESIDENTIAL COMMUNITY SANCTIONS CENTER SERVICES SOL REP200-0480-MA DUE 041999 POC Elaine Peebles, Contract Specialist, (202)307-3069, e-mail Provide Residential Community Sanctions Center services in Chattanooga, Tennessee. Concerns having the ability for providing a Residential Community Sanctions Center facility for male and female Federal offenders sentenced under various United States Statutes. Services required include subsistence, care, custody. control, accountability, and treatment to include furnishing medical and dental treatment. The services shall be performed in accordance eith the Federal Bureau of Prisons' Statement of Work entitled "Community Sanctions Center" dated June 1994 as amended. The location of the facility is to be Chattanooga, Tennessee, Hamilton County, Tennessee. The estimated number of inmate days for the base period of two years is 18,250 male and 3,650 female with three consecutive option years with an estimated number of inmate days of 9.125 male and 1,825 female for each of the three option years. The estimated base period is April 1, 2000 to March 31, 2002, estimated option year one is April 1, 2002 to March 31, 2003, estimated option year two is April 1, 2003 to March 31, 2004 and estimated option year three is April 1, 2004 to March 31, 2005. The estimated Request for Proposals (RFP) issue date is February 16, 2000. The estimated Request for Proposals (RFP) closing date is April 19, 2000. A firm, fixed price requirements contract is anticipated. No operating hotel or motel will be considered as acceptable. All responsible sources may submit a proposal which shall be considered by this agency. Those interested are requested to give WRITTEN notification, including NAME, ADDRESS. TELEPHONE NUMBER and CONTACT PERSON to Elaine Peebles, Contract Specialist, Community Corrections Contracting, Federal Bureau of Prisons, 320 First Street, NW, Washington, D. C. 20534. NO telephone requests for the Request for Proposal will be accepted. CC: Office of Small and Disadvantaged Business Otilization, Daniel R. Dunne, Public Information Officer, IPPA.

Contracting Officer (W-349 SN280439)

U.S. Army Corps of Enginoors, 600 W.L. King, Jr. Pl., Rm 821,

Louisville, KY 40202-2230 K-PRE-PLACED REMEDIAL ACTION CONTRACT PRIMARILY FOR THE QUISVILLE DISTRICI MISSION BUT CAN INCLUDE MISSIONS WITHIN NO OUTSIDE THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES SOL DACA27-99-R-0007 DUE 011299 POC Contract Specialst. Denise Bush (502) 625-7528 and Project Engineer, Gary Meden 502) 625-7446 Correction: This action was prignally published in the BD on December 3, 1998. You are required to submit an original nd two (2) copies of the Phase 1 submittal no

January 12, 1999, Phase 1 submittal shall be no more than 15. ages in length. Pares will be 8.5" x 11". Under Factor (3) PROJECT XPERIENCE, a completed project will be defined as cost reimburable

Contracts and task 'orders that are physically complete and fixed price ontracts where final payment has been made. All other information ublicized in the original synopsis is correct. (W-349 SN280246)

USDI, Bureau of Land Management, Oregon State Office (952),

P. O. Box 2965, Portland, Oregon 97208-2965 FL MANUAL MAINTENANCE SOL' HAB991010 DUE 020399 POC Tom Fulton 503-952-6218 The work consists of cutting trees and brush on 1.097 acres. This solicitation includes an option that allows for increased quantities not to exceed Twenty percent (20%) of the total contract price. Bonds are required: Bid Bond, 20%; Performance Bond. 20%; and Payment Bond, 20%. Project sites are located in Coos, Curry, and Douglas Counties, Myrtlewood Resource Area, Coos Bay District, Oregon. All responsible sources may submit an offer which will be considered. See Numbered Note(s) 1.

BLM (W-349 SN280576)

Maintenance, Repair, and Rebuilding of Equipment

USDA Forest Service, Ozark-St Francis National Forest, 605 West

Main Street, Russellville, AR 72801 F-MACHINE PLANTING OF BAREROOT LONGLEAF SEEDLINGS SOL FS-WOC-99-414 DUE 010599 POC Virginia A. Thomas, 501-964-7298 Contractor shall furnish allt labor, materials, equipment, tools, transportation, supervision, and perform all work required to hand plant on machine plant seedlings on the Chickasawhay Ranger District, Mississippi National Forest. Request for this package can be obtained by calling 501-964-7298 or lax your request to 501-964-7268, (W-349 SN280595)

USDA Forest Service, Allegheny NF, P.O. Box 847, Warren, PA 16365

DISTRICT, ALLEGHENY ATIONAL FOREST, SOL R9-19-99-13 DUE POC Sandy Font, _roc. Ass't or John D. McHenry, CO at (814) 723-5150. Tree Planting.

roject consists of planting tree seedlings and installing tree shelters r reforestation and wildlife enhancement at various locations on Tarienville Ranger District, Allegheny National Forest, Elk. McKean & l'arren Counties, Pennsylvania, For solicitatioo package, contact: Sandy ont, Proc. Ass'l., Allegheny National Forest, 222 Liberty Street, Warren, A 16365. (W-349 SN280302)

F Natural Resources and Conservation Services Potential Sources Sought

USDA Forest Service, Allegheny NF, P.O. Box 841, Warren, PA

16365 F-TREE & SHRUB PLANTING FOR WILDLIFE ENHANCEMENT ON ARIENVILLE RANGER DISTRICT, SOL R9-19-99-14 DUE 021899 POC andy Font, Proc. Ass't or John D. McHenry, čo at (814) 723-5150. ree and Shrub Planting. This project consists of planting tree and hrub seedlings and installing tree shelters for reforestation and wildlife nhancement at various locations on Marienville Ranger District, Allegheny ational Forest, EIK, McKean and Warren Counties, Pennsylvania, For plicitation package, contact: Sandy Font, Proc. Ass't, Allegheny National prest, 222 Liberty Street, Warren, PA 16365. (W-349 SN280308)

U.S. Environmental Protection Agency, Contracts Unit, 100 Alabama

Street, S.W., Atlanta, GA 30303 F-PROVIDE SUPPORT IN WATER QUALITY ASSESSMENTS AND TOTAL MAXIMUM DAILY LOAD STUDIES UNDER SECTION 303 OF THE CLEAN WATER ACT SOL TMDL-1 DUE 010699 POC Anita Wender, (404) 5628392 or Deborah Davidson, (404) 562-8373 EPA Region 4 is seeking entities with the ability to develop Total Maximum Daily Load (TMDL) and to perform water quality assessments, watershed quality studies, watershed planning and related training. The contractor will also support the individual States in the Southeast, within the jurisdiction of EPA's Region 4. Work is in furtherance of the Clean Water Act, particularly Section 303(d). Specific duties will include the following: collecting and analyzing water quality data; setting up and calibrating water quality models; providing support and assistance in developing TMDLS; providing technical support in continued use of water. quantity and quality models: providing technical assistance in the review of State 303(d) lists; providing support in assisting states in developing basin management processes: and assisting in conducting workshops. Under this Sources Sought Notice, EPA seeks expression of interest from qualified companies. The work is classified under SIC Code 8999 at $5 million for determination of business size. Please submit a very brief synopsis (not more than 2 pages), of your companies' technical qualifications for this work. Indicate also whether you are a small or large business under the cited. SIC designation. Responses are due by 4:30 p.m. local time on 1/6/99. Send replies via mail, or by fax to (404) 562-8370 (Attention Anita Wender), or via email to .

Anita Wender (W-349 SN280607)

SA-ALC/Contracting Directorate/DKAC; 485 Quentin Roosevelt Road Suite 12; Kelly AFB, TX 78241-6419

REPAIR OF F16 IMPROVED AVIONICS INTERMEDIATE SHOP (IAIS) COMPONENTS SOL F41608-98-R-29530 DUE 011599 POC The Point of Contact is Ron A. Mortag. CACM, LDKAC, Phone: 210-925-6534, FAX: 210-925-1054, E-Mail: RMORTAGOLDGATE 1.KELLY.AF MIL Initiated to obtain a three year basic requirements type contract with two additional one year options (for a possible period of performance of five years is options are exercised)for the repair/overhaul of the F-16 IAIS components. A representation of the items to be repaired is as follows: NSN 5895-01-403-3404DQ, P/N 2215110-002, FREQUENCY CHANGER, BEQ=8 EACH PER YEAR, NSN 5998-01-422-9638DQ, P/N 502907, 800 MHZ MODULE, BEQ=2 EACH PER YEAR: 5998-01-423-0348DQ, PN 503035, DC/AC MODULE, BEQ=4 EACH PER YEAR. GOVERNMENT FURNISHED DRAWINGS AND SPECIFICATIONS ARE NOT AVAILABLE. The solicitation will also include data reporting IAW DO FORM 1423. 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 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: . See Note(s) 22, 23, 26,26

RMORTAGOLDGATE 1.KELLY AF,MIL Send your E-Mail request to the POC (D-348 SN280199)

USDI, Bureau of Land Management, Oregon State Office (952),

P. O. Box 2965, Portland, Oregon 97208-2965 ROAD'S SKULL DEL NORTE SALAMANDERS AND MOLLUSK STUDY OL HAQ992017 DUE 011499 POC Tom Fulton 503-952-6218 The work consists of surveying approximately 800 acres, of which 180 acres re previously located talus, for Dad's Skull Del Norte Salamanders nd Mollusks. Project sites are located in the Douglas County, Glendale Cesource Area, Medford District. Oregon. All responsible' sources may ubmit an offer which will be considered. See Numbered Notels): 1.

08952 BLM (W-349 SN280432)

Department of Veterans Affairs, Great Lakes Healthcare Systems, Great Lakes Acquisition Center, Bldg. 5, 5000 West National Ave.,

Milwaukee, WI 53295 IHEALTHCARE EDUCATION SOFTWARE SYSTEM WITH AUTHORING PACKAGE SOL 69D-181-99 DUE 123198 POC Thomas Lundgren 4149025422 Contractor shall provide a healthcare education software system with authoring package for 11,500 users across eight (8) VA VISN 12 hospitals. Electronic solicitation may be obtained at no cost from the following: http://www.va.gov/oa&mm/busopp/sols.htm. Requests for a hard copy solicitation must be in writing and accompanied by a check for $5.00 made payable to the Denartment of Veterans Affairs. No telephone requests will be accepted. Any amendments issued to this solicitation will also be available at the URL address. Offerors are advised that they are responsible for obtaining amendments. (W. 349 SN280252)

.: USDI, Bureau of Land Management, Oregon State Office (952),

P. O. Box 2965, Portland, Oregon 97208-2965
BEAR PEN DEL NORTE SALAMANDER

DUE 11499 POC Tom Fulton 503-952-6218 The work

of surveying pproximately 3,000 acres for Bear Pen Del Norte Salamanders in ouglas-fir and Ian pak forests. Project sites are located in the Glendale Cesource Area, Medford District, Oregon, All responsible sources may ubmit an offer which will be considered. See Numbered Note(s): 1.

01952 BLM/W-349 SN280435)

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

and Property Branch, 320 First Street NW, Washington, DC 20534 G-RESIDENTIAL COMMUNITY CORRECTIONS CENTER SERVICES SOL RFP 200-0474-W DUE 021799 POC Donald M. Comer, (202) 307-3070 The purpose of this CBD modification is change the wording in the previous CBD to reflect the desired location of the facility to be in the Judicial districts of Montana or Wyoming. (W-349 SN280245)

I Technical Representation Services

Dept. of Veterans Affairs Medical Center, 7138CON/, 423 East 23rd

St., New York, NY 10010 I-REQUEST FOR PROPOSAL: REPAIR VCT FLOORING SOL 10N3-3999 DUE 012299 POC Tony Zaza (212)951-3299 REQUEST FOR PROPOSAL: Qualified contractors are invited to provide a proposal to remove and replace VCT flooring in designated areas of the Clinical Addition (OPC). VA Medical Center, 423 East 23rd Street, New York, NY 10010. all in accordance with VA Scope-of-Work, contract drawings, and specifications. Scope of work includes removal of approx. 8000 sq ft of VCT flooring using "the Terminator" equipment, 550 sq ft of ceramic tile flooring, and 8500 sq ft of gypsum-based underlayment. Contractor to furnish and install new VCT flooring, ceramic tile and DAP 80P cementitious underlayment, and must provide a minimum 5 year warranty for all materials and workmanship.Contractor should have a minimum of 5 years of similar verifiable experience and be a factory-authorized DAP dealer/installer. The cost range for this procurement is $100,000. to $300,000. A site visit is mandatory. All work is to be performed on weekends, with a minimum of 3500 sq ft per weekend. Address all technical questions to: Erik Anderson, Project Engineer at 212 686 7500 x 7268. Send letter of interest and 3 reference to: Tony Zaza, Construction Management Team, 138/CON, VA Medical Center, 423 East 23rd Street, N.Y., N.Y. 10010. Note: EVALUATION FACTORS: 1. PAST PERFORMANCE (5YRS EXPERIENCE) 40% 2. TECHNICAL EXPERIENCE 25% 3. PRICE 35% (-349 SN280322)

Ladd (219)897-7387 Naval Surface Warfare Center, Carderock Division, Ship Systems Engineering Station, Philadelphia intends to solicita time and materials type contract for Machining Melding and Packaging services on submarine antenna and periscope systems and components. The proposed requirement is being advertised on a small business set-aside basis. Quality system must comply with MIL-1-45208 or ISO 9002. Written requests can be submitted to: Naval Business Center, Bldg. 4, 2nd Floor, Philadelphia, PA 19112-5083, Atto: Code 3351; Mr. R. Ladd. F.O.B. is destination; anticipated RFP release date is 04 January with a tentative closing date of 04 February 1999. Note I applies.

laddCoasys.dt.navy.mil navy (W-349 SN280517)

Dept. of Veterans Affairs Medical Center, /138CON,423 East 23rd St., New York, NY 10010

REQUEST FOR PROPOSAL:FURNISHINSTALL 6" WATER LINE SOL 10n3-42-99 DUE 012599 POC Tony Zaza (212)951-3299 Request For Proposal: Furnish/install 6" Water Line. Qualified contractors are invited to provide a proposal to furnish and install a new 67 galvanized potable water line on the ground floor west, VA Medical Center, 423 east 23rd Street, New York, NY 10010 all in accordance with VA, specifications and drawings. The cost range of this procurement is $30,000 to $50,000. Interested contractors must provide three (3)" references attesting to successful completion of similar projects, must provide proof of a New York City Master Plumber's License, and a Class 4 Welder's Certification, and possess a minimum of five (5) years of experience in similar projects. A site visit is mandatory. Contact Robert Genneken regarding any technical questions at 212 686 7500 x 7261. Send letter of interest with references and a copy of applicable licenses to Tony Zaza, Construction Mgmt team, 138/Con, VA Medical Center, 423 east 23rd Street, N.Y., N.y. 10010. Note: Evaluation Criteria. 1. Past Performance (5 years experience). 40% 2. Technical Proposal 25%, 3. Proice 35%. (1-349 SN280559)

Arnold Engineering Development Center, Attn: AEDC PUP, 110 Kinde Drive, Suite A332, Amold AFB, TN 37309-1332

-CERTIFICATION OF PRESSURE AND HAZARDOUS MATERIALS STSTEMS (PHMSO SOL F40650-99-R-0004 DUE 031299 POC Marie B. Parson, Contracting Officer, (931) 454-4405 This effort is for engineering a inspection services for follow-on certification of Pressure and Hazartesa Material Systems (PHMS) and the conduct of related engineering studies for the United States Air Force, Arnold Engineering Development Center (AEDC), Arnold AFB, TN. Certification is a multi-step process including field verification, engineering analysis, nondestructive examination, del ciency correction monitoring, test, as-built documentation review and in-service inspection planning. Systems or subsystems are to be certified for continued sale operations under customer performance criteria minimal impact to AEDC test mission. This is Phase Three of a tipas phase, fifteen year effort. To date, approximately 94 of 192 certification projects have been completed and approximately 43 more are underway. To be considered for award, the engineering service firm must demonstrate that it can provide a staff with appropriate management and technical skills to accomplish assigned certification tasks, perform design movies and perform engineering studies in the area of PHIMS. Approximately 16 man-years of effort will be required. AEDC anticipates regolatok a five year, cost-plus-award-tee with an option to extend the tan of the contract for three years. The contract will be incrementah funded on a fiscal-year basis. Transition for work from the cont certification contractor would begin on 1 October 1999 with compte transfer of effort by 17 October 1999. Significant evaluation facin are Understanding of The Job, Soundness of Approach, Campinas with the RFP/SOW, Relevant Experience, and Personnel Qualification, Firms responding to this synopsis should do so in writing and starts whether they are a small or small disadvantaged business. Fereiro participation is allowed.

http://pixs,wpalb.al.miVarnold.asp Preaward Information Exchange System

ParsonsMBOHAP Arnold. AF.MIL Marie B. Parsons, Contracting Olick (W-349 SN280333)

U.S. Dopt. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle,

WA 98115-0070 1-ORYDOCK REPAIRS TO THE NOAA SHIP KA'IMIMOANA SOL 51ABNA900026 POC Abram Vinikoor (206) 526-4395, for copy of solicitation call (206)-526-6494 Drydock Repairs to the NOAA Ship KA'IMIMOANA, a Class 3 oceanographic & atmospheric research vessel. Ship available for inspection in Honolulu, Hawaii on January 11, 1999. Characteristics of vessel: length 224 feet, beam 43 feet,draft 15 feet, and displacement of 2,301 tons. Work will include but not be limited to: Underwater Body & Equipment Inspections, Service Ground Tackle, Repair Sea Valves, Underwater Body Painting, Polish Propellers, ABS Inspection Assistance, Install Cleat for Sea Painter, Replace Main Sea Valves. Ship is available for repairs from February 12, 1999 through March 5, 1999. Ship will be arriving in, and departing from San Diego before and after repairs. (W-349 SN280431)

M Operation of Government-Owned Facilities

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle,

WA 98115-0070 1-ORYDOCK REPAIRS TO THE NOAA SHIP. KA'IMINOANA SOL 51ABNA900026 POC Abram Vinikoor (206) 526-4395, tor copy of solicitation call (206)526-6425 PLEASE NOTE: Phone number for requesting a copy of solicitation is corrected to (206) 526-6425 on original submission. (W-349 SN280445)

Dept. of Veterans Affairs Medical Center, /138CON/,423 East 23rd St., New York, NY 10010

REQUEST FOR PROPOSAL: REPAIR FIRE ALARM SYSTEM SOL 10N344-99 DUE 012699 POC Tony Zaza (212)951-3299 Request for Proposal: Repair Main Fire Alarm System located in building # 1, VA Medical Center, 423 East 23rd Street, New York, NY 10010, all in accordance with VA drawings and specifications and applicable NFPA codes and regulations, specifically #72, and VA Design Criteria for Fire Protection Systems, and OSHA Regulations. Interested contractors must have at least five (5) years of verifiable experience in the repair, installation and testing of addressable (Simplex) fire alarm systems and emergency voice communication systems, and possess a New York City Master Electrician's License, have expertise in electrical wiring, pipe work and electronic testing. Contractors must be fully conversant with all aforementioned codes, guidelines and regulations. A site visit is mandatory. The estimated cost range of this procurement is from $100,000 to $300,000. Refer all technical questions to Tom Naples, Project Engineer: 212-686-7500 x 4648. Send letter of interest, copy of license(s) and three references to: Tony Zaza. Construction Mgmt. Team, 138/Con; VA Medical Center, 423 East 23rd Street, N.Y., N.Y. 10010. PH: 212951-3299. Note: Evaluation factors:- 1. Past Performance (5 Years experience) 40%. 2. Technical Proposal 25%, 3. Price 35%. (1-349 SN280563)

NASMangley Research Center, Mail Stop 144, Industry Assistance

Office, Hampton, VA 23681-0001 HACIILITIES AND EQUIPMENT SUPPORT SERVICES SOL 1-135GI.2166 DUE 010499 POC Tracy M. Spruill, Contract Specialist, Phone (757)-864-2538, Fax (757) 864-8863, Email I.M.SPRUILLO arc.nasa.gov-Rosemary C. Froehlich, Contracting Officer, Phone (757)-864-2423, Fax (757) 864-8863. Email This notice is in response to information contained in Amendment 1 dated November 24, 1998 of the draft RFP entitled Facilities and Equipment Support Services which was released on October 29, 1998. You are notified that the following changes are made: The release date of the final RFP. via the internet, is anticipated to be January 4, 1999. All volumes of your proposal will be due thirty (30) days from release of the final RFP. Documents related to this procurement are available over the Internet and are in Microsoft Office Suite (Word 6.0, Excel 5.0, or 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/LaRC Business Opportunities home page is http:/ procurement.nasa.gov/EPS/LaRC/class.html Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation

http://nais.nasa.gov/EPS/LaRC/date.html#1-135-G1.2166 Click here for the latest intormation about this notice

L.M.SPRUILLOlarc.nasa.gov Tracy M. Spruill (D-349 SN280457).

DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13902-5221 M—THE MANAGEMENT AND OPERATION OF THE DIRECTORATE PUBLIC WORKS AT FORT DRUM, NY SOL DAKF36-98-R-0011 DUE 02:19 POC Contract Specialist RONALD C. JOHNSON Contracting Officer SADU A. BROWN (315) 772-6510 (Site Code DAKF36) OMB Circuis H Cost Comparison study of the Directorate of Public Worts at fall Drum, NY, The intent of this study is to determine the most efficet and cost effective method of providing Public Works Services include in the management and operation of the Directorate of Public Wort at Fort Drum, NY. This notice does not constitute a comedment the Government. The study will determine whether these services stent be performed under a contract with commercial sources a thoroup the federal work force. A government proposal to provide these serce is being developed and a contract may or may not result. These is 8744 with small business size standard of $20.0 million IN S Comparison Study of Public Works Services at Fort Drum, cuties the following range of functions which are subject to change haare upon mission requirements: Work Reception and Management, Sant Support Programs, Carpentry, Plaster and Drywall, Roofing Fan and Crating. Locksmith. Masonry. Painting. Signage, Electrical, Hot Ventilation and Air Conditioning (HVAC), Sheet Metal and Welding. Fast ing and Pipefitting. Swimming Pools, Ground Water Re-mediation Nets Central Vehicle Wash Facility (CVWF). Fuel Dispensing Equipment, lect and Equipment Maintenance, Pest Control Management, Grounds Wanit nance, Surfaced and Unsurfaced Areas, Railroads, Reluse Colice and Disposal

, Alarm Systems, Environmental, Engineering. Master Pan and Real Property Management, Project Work, Billeting. Water Treatments and Distribution Systems, Wastewater Collection, Natural Gas District Systems, Electrical Distribution Systems, Telemetry, Fuel Distro Systems, Snow Removal Operations, and Housing Management

. Promesa evaluation will be in accordance with the procedures set to OMB Circular A-76 and Section M of the Request for Proposal issuance date will be O/A 15 Mar 99. Any resulting contrat have a performance period consisting of a base year with four option years and the contract type is anticipated to be a Cost Plus dari Fee. All Offerors for this solicitation will be required to sube complete technical, management and cost proposal with asseca documentation. However, during the interim period, we are seen questions and comments from Industry on a Draft Request for Propesu (DRFP). The DRFP will be available O/A 15 Jan 99 via internet accessing the fort Drum Directorate of Contracting's Home Page http://www.drum.army.milgarrison/director/spcVdircond service.htm dustry comments should be submitted via e-mail to johnsanrodra emh4.army.mil

. NO HARD COPIES OF THE DREP ARE AVAILABLE NE NONE WILL BE PROVIDED. (1-349 SN280534)

NASNJohn F. Kennedy Space Center, Procurement, Kennedy Space

Center, FL 32899 HOVERHAUL OF SCOTT CARPENTER ANALOG STATION DUE 121898 POC Cynthia Jarvis, Contract Specialist. Phone (407) 867-3431, Fax (407) 867-1141, Email Cynthia. R. Pirkle, Contracting Officer, Phone (407) 867-4989, fax (407) 867-2825, Email Bob.Pirkle-1ksc.nasa.gov NASA/KSC plans to issue a Request for Quotation (RFQ) for overhaul of the Scott Carpenter Analog Station, This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/KSC intends to acquire the services from Scitech Communications, 6233 Westgate Drive, Suite 603, Orlando, FL 32835. Scitech is the sole-source manufacturer and has the expertise available to immediately begin engineering overhaul and modification of Scott Carpenter Station. The Government intends to acquire a commercial item using FAR Part 12. Interested firms have 3 days from the publication of this synopsis to submit in writing to the identified point of contact, their qualifications/capabilities. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after the 3 days 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 this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See Internet Note "B".

http://nais nasa.gov/EPS/KSC/date.html#MR993919 Click here for the latest internation about this notice

Cynthia Cynthia Jarvis (D-349 SN280610)

Naval Surface Warfare Center, Carderock Division, Philadelphia Purchase Branch, Code 335, Bldg. 4, Philadelphia Business Center,

Philadelphia, PA 19112-5083 E-MACHINING/WELDING/PACKING SERVICES ON SUBMARINE ANTENNA & PERISCOPE SYSTEMS SOL N65540-99-R-0005 DUE 020499 POC Richard

Floot and Industrial Supply Contur, Puget Sound, Midz 47W

Street, Code 200 Bid Dosk, Bromerton, WA 98314-8051 N_INSTALLATION OF AUTOMATIC LEVEL-WIND SOE NOD4D6-04 0058 DUE 012899 POC Dianne Grimes (360M76-5008 instalatie


Page 18

Medical Services Potential Sources Sought

utomatic Level-Wind. Removal of existing pushbutton control station controller and associated power circuits. To be procured under fied Acquisition Procedured. R-Y-G Program Evaluation applicable.

negotiated on a sole source basis with Lake Shore Inc. Notes ed 26 apply. All responsible sources may submit otter/bid which be considered by FISC Puget Sound. Telephone requests will not nored. fax requests will be accepted at (360)476-2931. (W-348 207)

Centers for Disease Control and Prevention (CDC), Procurement

Grants Office, Contracts & Purchases Branch, 255 East Paces erry Rd., NE, Rm 419, Atlanta, GA 30305 MEDICAL SERVICES SOL 1999000058 DUE 123198 POC Susan Purchasing Agent, (404) 842-6781 The Centers for Disease Control revention intends to procure the services of a vendor to compile minister a questionnaire, to be pre-approved by CDC, and collect

led cervical cells from 400 Hispanic women residing in specified xican border communities and provide cytology results and Hybrid -e HPV results on samples collected. The purpose of this procurement assess rates of Pap smear screenings and HPV infections. All sted parties are requested to submit a written request to be ed an RFQ package. Requests must reflect the RFQ number, ed in Item 9 above. Submit requests to Sue Lyle at the above Es, Mailstop E01, or via e-mail at , or by facsimile -842-6896. A Request for Quotations will be issued on approximately y 6, 1999. SIC 8071, 8062, 8069, 8099 and 8093. (1-349 SN280321)

U.S. Penitentiary, 1300 Metropolitan Ave, Atta: Regional Contracting

Office, Leavenworth, KS 66048-1254 -AIR FLIGHT/AIR AMBULANCE SERVICES SOL NA POC Victoria L. Johnson, Contract Specialist, 913-682-8700, extension 617 The Federal Bureau of Prisons (BOP), North Central Regional Contracting Office is seeking sources for the provision of Air Flight/Air Ambulance Services for inmates housed in one of the sixteen BOP Facilities, within the North Central Region, Continental of United States. The place of performance will be from any of the identified Regional locations and the destination would be any of the following Federal Medical Centers: Rochester, Minnesota, Carswell, Texas, Fortworth, Texas, Butner, North Carolina, Lexington, Kentucky, and United States Medical Center for Prisoners, Springfield, Missouri. The Government contemplates award of a firm-fixed price indefinite (requirements) contract, once a solicitation is issued. All responsible sources are encouraged to request Sources Sought Questionnaire and return responses by January 3, 1999. All request must be submitted in writing. The Contracting Officer may be reached by calling (913) 682-8700. extension 617. All faxed request must be submitted to (913) 651-3578. Questions regarding this announcement may be addressed to: Ms. Victoria I. Johnson, 1300 Metropolitan Avenue, Leavenworth, KS 66048-1254. (W-348 SN280190)

U.S. Environmental Protection Agency, 26 W. Martin Luther King

Dr., Cincinnati, OH 45268 R-TECHNICAL SUPPORT FOR SURVEY SUPPORT SERVICES SOL PRCI-98-12393 POC Nancy Muzzy (513)487-2023 The United States Environmental Protection Agency (U.S. EPA), Office of Water (OW), Office of Science and Technology (OST), Engineering and Analysis Division, is seeking a contractor to provide survey support services for the Statistical Analysis Section. To fulfill its mission, OW conducts surveys to collect data and uses survey data from other sources to evaluate regulatory options, policies, and other program initiatives under the provisions of the Clean Water Act. The successful contractor will supply all necessary labor, material, services, equipment, and facilities in technical support of the effort delineated by the statement of work. The contractor shall provide general survey, statistical and data analysis, and database support in designing, implementing, and evaluating data collection activities; statistical support in analyzing survey data; technical support in reviewing and evaluating studies and public comments to determine it EPA's objectives have been met and what statistical inferences the results support; and support in preparing reports and documentation on the surveys and statistical methodology that can be easily understood by the intended audience. A large portion of the contract will provide general survey, statistical and data analysis, and database support for the development of industrial effluent guidelines regulations. The general survey support includes business surveys and national complex surveys. Business surveys are mail surveys that collect information about industrial facility operations (e.g., equipment use), and exclude organization and personnel studies, customer/client satisfaction surveys, market research, employee satisfaction/climate and opinion surveys, quality control surveys, supervisory evaluation, and attitude surveys. This contract will require superior levels of expertise in survey implementation, statistical theory, and the application of statistical methodology for surveys and data collections. The contract will require management of multiple, concurrent work assignments which will require long-term as well as quick turn-around responses essential to the statutory responsibilities of the Office of Water. The proposed contract will be a cost plus fixed fee/level-of-effort term contract, with a base period of one year and four one year option periods, for a total of 60 months. The base level of effort (LOE) for each of the five periods will be approximately 15,000 direct labor hours with options for an additional LOE of up to 100% in each period, for a total potential of 150,000 direct productive labor hours over the five years, if all options are exercised. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL BE CONSIDERED BY THE AGENCY. The incumbent on the contract currently fulfilling this requirement is Science Applications International Corporation (SAIC), of Reston, VA. Solicitation PR-C1-98-12393 will appear on the Internet. It may be accessed through the EPA's home page on the World Wide Web (www.epa.gov). The direct link URL is http:/ www.epa.gov/oam/cinn_cmd. It is anticipated that this solicitation will be issued during the third to fourth week in January, 1999. Only a limited number of hard copies of the solicitation will be available on a first come first serve basis. All requests for the solicitation must be in writing, telephone requests for the solicitation will not be honored. You may fax your request to Nancy Muzzy at 513-4872115. NOTE 26 APPLIES.

http://www.epa.gov/oam/cinn_cmd Office of Acquisition Management-Contracts Management Division

Nancy Muzzy. Contracting Officer (W349 SN280290)

R Professional, Administrative and Management Support Services

ontracting Officer (90C), DVA Medical Center, 700 South 19th treet, Birmingham, AL 35233 HOME OXYGEN SERVICES-VISN 1 SOL RFP247-001-99(SU) DUE 9 POC Suzanne L. Jene'. Network Contract Specialist, Atlanta - ASC, (521/90-ASC) 205-933-4493 Contractor shall provide all materials, transportation & supervision necessary to provide home

services to the beneficiaries located in VISN 7 (AL, GA, SC) ordering counties within a facilities PSA (within 50 miles of border). Period will be for one year from date of award with ne-year option renewals. Contractor, branch offices and subcontracust be JCAHO certified. Award will be made on a source selection IFAR part 15) to the offeror(s) considered to be the most advans to the Government. The evaluation factors to be used to rate als are as follows, in descending order of preference: past perform emonstrated capability: quality assurance; personnel qualifications: icing. SIC is 8082. Estimated cost for base and all option years veen $10,000,000 and $20,000,000. Solicitation will be available 14/99 and proposals will be due O/A 2/16/99. If interested ziving a copy of the solicitation, requests must be made in

to the Suzanne L. Jene', Network Contract Specialist, Atlanta * ASC, VA Medical Center (521/90-ASC), 700 South 19th Street, gham, AL 35233; fax requests are acceptable to 205-933-4489.

SN280593)

U.S. Environmental Protection Agency, 26 W. Martin Luther King

Dr., Cincinnati, OH 45268 R-TECHNICAL SUPPORT FOR GENERAL STATISTICAL ANALYSIS SERVICES SOL PR-CI-98-12394 POC Nancy Muzzy (513)487-2023 The United States Environmental Protection Agency (U.S. EPA), Office of Water (OW), Office of Science and Technology (OST), Engineering and Analysis Division (EAD), is seeking a contractor to provide general statistical support services to the Statistical Analysis Section. The successful contractor will provide statistical analysis support to EPA in its development, review, implementation and defense of effluent limitations guidelines and standards, water quality standards, sewage sludge regulations and other regulations and initiatives established under the provisions and requirements of the Clean Water Act. The successful contractor will supply all necessary labor, material, services, equipment, and facilities in support of the effort delineated by the statement of work. A large portion of the contract will provide statistical analysis support for the development of industrial effluent guidelines regulations. In supporting effluent guidelines development, the contractor shall use statistical procedures and methodologies in analyzing and interpreting data from chemical analyses of environmental samples (e.g., composite samples, soil samples), wastewater treatment system performance data, process and production evaluations, chemical analytical methods evaluations, surveys, and other sources. Further, the contractor shall provide statistical support in designing and technically evaluating data collection activities; ja reviewing and technically evaluating studies and public comments to determine if EPA's objectives have been met and what statistical inferences the results support; and preparing reports and documentation on the statistical methodology and the conclusions of the statistical analyses that can be easily understood by the intended audience. This contract will require superior levels of expertise in theory and application of statistical methods including nonparametric statistics, multivariate analysis, regression, maximum likelihood estimation, analysis of variance, time series, categorical data analysis, survey statistics, inferential statistics, spatial analysis, survival analysis. and graphical analysis. The contract will require management of multiple, concurrent work assignments which will require long-term as well as quick turn-around responses essential to the statutory responsibilities of the Office of Water. The proposed contract will be a cost plus fixed fee/level-of-effort term contract, with a base period of one year and four one year option periods, for a total of 60 months. The base level of effort (LOE) for each of the five periods will be approximately 12.500 direct labor hours with options for an additional LOE of up to 100% in each period, for a total potential of 125.000 direct productive labor hours over the five years, if all options are exercised. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL BE CONSIDERED BY THE AGENCY. The incumbent on the contract currently fulfilling this requirement is Science Applications International Corporation (SAIC). of Reston, VA. Solicitation PR-CI-98-12394 will appear on the Internet. It may be accessed through the EPA's home page on the World Wide Web (www.epa.gov). The direct link URL is http://www.epa.gov/oam/ cinn_cmd. It is anticipated that this solicitation will be issued during the third to fourth week in January, 1999. Only a limited number of hard copies of the solicitation will be available on a first come first serve basis. All requests for the solicitation must be in writing. telephone requests for the solicitation will not be honored. You may fax your request to Nancy Muzzy at 513-487-2115. NOTE 26 APPLIES.

http://www.epa.gov/cam/cinn__cmd Ollice of Acquisition Management ---Contracts Management Division

Nancy Muzzy, Contracting Officer (W. 349 SN280253)

klahoma City Area Indian Health Service, 3625 NW, 56th Street, ive Corporate Plaza, Oklahoma City, Oklahoma 73112 EMERGENCY ROOM SERVICES SOL 246-99-R-0002 POC Janetta Dene, Contract Specialist, 405/951-3892 or Ronald G. Grinnell, icting Officer, 405/951-3883 Correction: This action originally pub

in the CBD dated 09/08/98 and revised 11/06/98, is hereby ed in its entirety. (W-349 SN280598)

Contact: The Slovak Electricity Company, Tibor Gasparik, Hranica
12, 827 36 Bratislava, The Slovak Republic, Tel: (421) 7 5069 3226, Fax: (421) 7 5341 7533, (421) 7 5341 7525, E-mail:

R-THE SLOVAK REPUBLIC: VOJANY REPOWERING PROJECT FEASIBILITY STUDY SOL N/A POC Evangela Kunene, USTDA, 1621 N. Kent Street, Suite 300, Arlington, VA 22209-2131, Tel: (703) 875-4357, Fax: (703) 875-4009. Vojany Repowering Project Feasibility Study. The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal) from interested U.S. firms which are qualified on the basis of experience and capability to develop a feasibility study on repowering the Vojany Power Plant in the Slovak Republic. Slovak Electric (SE), the state electricity company, would like to build on its earlier rehabilitation efforts with a major repowering of the 1320 MW Vojany Fossil Power Plant (VPP). With this repowering effort, SE would like to increase the amount of fired natural gas, to improve the regulating capacity of the power system and also to enhance the total economic effectiveness of the VPP. SE has identified the need to determine the extent of the repowering project. The feasibility study will require the completion of twelve primary tasks: (1) Creating a Work Plan for the Feasibility Study: (2) Outlining the Project Sponsors Responsibilities: (3) Conducting a Plant Audit; (4) Performing Engineering Analysis: (5) Performing Economic and Financial Analysis; (6) Preparing Two Optimal Repowering Designs; (7) Evaluating Fuel Supply Interface; (8) Performing District Heating Steam Interface Analysis; (9) Performing Environmental Assessment; (10) Evaluate the Need for Electrical System Impact Studies; and (11) Prepare a Project Financing Memorandum. The U.S. firm selected will be paid in U.S. dollars from a $405,000 grant to the Grantee from the U.S. Trade and Development Agency (TDA). The estimated cost for the completion of the entire Feasibility Study is U.S. $506,000. The Feasibility Study will be competed among U.S. power companies and would include an implied cost share of $101.000. A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background definitional mission report are available from TDA, at 1621 N. Kent Street, Suite 300, Arlington, VA 22209-2131. Requests for the RFP

hief, Acquisition & Material Management Service (90C), VA Medical enter, 718 Smyth Road, Manchester, NN 03104 DETOXIFICATION SERVICES SOL 608-64-98 POC SHERYE L. PHILContracting Officer (603) 626-6510 Provide detoxificaiton services ohol and other prescribed or illegal drugs in a safe and substance vironment. Provide a detoxification that can monitor the medical sychiatric stability of the veteran. The site should be able to re vital signs and administer medications based on detoxification ols. Patients who develop severe withdrawal symptons or other

medical or psychiatric issues while at this site should be imme- referred back to the Manchester VA emergency room. The site eserve 3 beds for the purpose of detoxification. Requests for blicitation must be in writing on firm's letterhead, including address,

number, and a contact person. Interested contractors may fax request to (603) 626-6510. SIC Code is 8399, with a small =ss size standard of $5.0. Contract resulting from this solicitation Eve one (1) base year and two (2) option years. (W-349 SN280626)

I Tochnical Representation Services

Dept. of Veterans Affairs Medical Center, /138CONI, 4Z3 East 23rd

St., Now York, NY 10010 FREQUEST FOR PROPOSAL: REPAIR VCT FLOORING SOL 10N3-3999 DUE 012299 POC Tony Zaza (212)951-3299 REQUEST FOR PROPOSAL: Qualified contractors are invited to provide a proposal to remove and replace VCT flooring in designated areas of the Clinical Addition (OPC), VA Medical Center, 423 East 23rd Street, New York, NY 10010, all in accordance with VA Scope-ot-Work, contract drawings, and specifications. Scope of work includes removal of approx. 8000 sq ft of VCT flooring using the Terminator" equipment, 550 sq ft of ceramic tile flooring, and 8500 sq ft of gypsum-based underlayment. Contractor to furnish and install new VCT flooring, ceramic tile and DAP 80P cementitious underlayment, and must provide a minimum 5 year warranty for all materials and workmanship.Contractor should have a minimum of 5 years of similar verifiable experience and be a factory-authorized DAP dealer/installer. The cost range for this procurement is $100,000. to $300,000. A site visit is mandatory. All work is to be performed on weekends, with a minimum of 3500 sq ft per weekend. Address all technical questions to: Erik Anderson, Project Engineer at 212 686 7500 x 7268. Send letter of interest and 3 reference to: Tony Zaza, Construction Management Team, 138/CON, VA Medical Center, 423 East 23rd Street, N.Y., N.Y. 10010. Note: EVALUATION FACTORS: 1. PAST PERFORMANCE (5YRS EXPERIENCE) 40% 2. TECHNICAL EXPERIENCE 25% 3. PRICE 35% (-349 SN280322)

Ladd (219)897-7387 Naval Surface Warfare Center, Carderock Division, Ship Systems Engineering Station, Philadelphia intends to solicita time and materials type contract for Machining Welding and Packaging services on submarine antenna and periscope systems and components. The proposed requirement is being advertised on a small business set-aside basis. Quality system must comply with MIL-4-45208 or ISO 9002. Written requests can be submitted to: Naval Business Center, Bldg. 4, 2nd Floor, Philadelphia, PA 19112-5083, Atto: Code 3351; Mr. R. Ladd. F.O.B. is destination: anticipated RFP. release date is 04 January with a tentative closing date of 04 February 1999. Note 1 applies.

ladd oasys.dt.navy.mil navy (W-349 SN280517)

Dept. of Veterans Affairs Modical Center, /138CON,423 East 23rd

St., Now York, NY 10010 I-REQUEST FOR PROPOSAL:FURNISHINSTALL 6" WATER LINE SOL 10n3-42-99 DUE 012599 POC Tony Zaza (212)951-3299 Request For Proposal: Furnish install 6* Water Line. Qualified contractors are invited to provide a proposal to furnish and install a new 6" galvanized potable water line on the ground floor west, VA Medical Center, 423 east 23rd Street, New York, NY 10010 all in accordance with VA, specifications and drawings. The cost range of this procurement is $30,000 to $50.000. Interested contractors must provide three (3) rel: erences attesting to successtul completion of similar projects, must provide proof of a New York City, Master Plumber's License, and a Class 4 Welder's Certification, and possess a minimum of five (5) years of experience in similar projects. A site visit is mandatory. Contact Robert Genneken regarding any technical questions at 212 686 7500 x 7261. Send letter of interest with references and a copy of applicable licenses to Tony Zaza, Construction Mgmt team, 138/Con. VA Medical Center, 423 east 23rd Street, N.Y., N.y. 10010. Note: Evaluation Criteria 1. Past Performance (5 years experience), 40% 2. Technical Proposal 25%, 3. Proice 35%. (1-349 SN280559)

Amold Engineering Development Center, Attn: AEDC PUP, 100 Kinde

Drive, Suito A332, Arnold AFB, TN 37389-1332 CERTIFICATION OF PRESSURE AND HAZARDOUS MATERIALS STS TEMS (PMMSO SOL F40650-99-R-0004 DUE 031299 POC Marie B. Parsons. Contracting Officer, (931) 454-4405 This effort is for engineering and inspection services for follow-on certification of Pressure and Hazardous Material Systems (PHMS) and the conduct of related engineering studies for the United States Air Force, Arnold Engineering Development Center (AEDC), Arnold AFB. IN. Certification is a multi-step process including field verification, engineering analysis, nondestructive examination, del ciency correction monitoring, test, as-built documentation review and in-service inspection planning. Systems or subsystems are to be certified for continued safe operations under customer performance criteria rith minimal impact to AEDC test mission. This is Phase Three of a thiet phase, fifteen year effort. To date, approximately 94 of 192 certification projects have been completed and approximately 43 more are undenia, To be considered for award, the engineering service firm must demonstrate that it can provide a staff with appropriate management and technical skills to accomplish assigned certification tasks, perform design reviews, and perform engineering studies in the area of PHMS. Approximately 16 man-years of effort will be required. AEDC anticipates negotiating a five year, cost-plus-award-fee, with an option to extend the term of the contract for three years. The contract will be incrementa funded on a fiscal-year basis. Transition for work from the current certification contractor would begin on 1 October 1999 with completo transfer of effort by 17 October 1999. Significant evaluation factors are Understanding of The Job. Soundness of approach, Compliance with the RFP/SOW, Relevant Experience, and Personnel Qualifications

. Firms responding to this synopsis should do so in writing and indicate whether they are a small or small disadvantaged business. Foreign participation is allowed.

http://pixs.wpalb.al.mil/arnold.asp Preaward Information Exchange System

ParsonsMBOHAP Arnold AF.MIL Marie B. Parsons, Contracting Officer (W-349 SN280333)

U.S. Dopt. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle,

WA 98115-0070 I-ORYDOCK REPAIRS TO THE NDAA SHIP KA'IMIMOANA SOL 51ABNA900026 POC Abram Vinikoor (206) 526-4395, for copy of solicitation call (206)-526-6494 Drydock Repairs to the NOAA Ship KA IMIMOANA, a Class 3 oceanographic & atmospheric research vessel. Ship available for inspection in Honolulu, Hawaii on January 11, 1999. Characteristics of vessel: length 224 feet, beam 43 feet,draft 15 feet, and displacement of 2,301 tons. Work will include but not be limited to: Underwater Body & Equipment Inspections, Service Ground Tackle. Repair Sea Valves, Underwater Body Painting, Polish Propellers, ABS Inspection Assistance, Install Cleat for Sea Painter, Replace Main Sea Valves. Ship is available for repairs from February 12, 1999 through March 5, 1999. Ship will be arriving in, and departing from San Diego before and after repairs. (W-349 SN280431)

M Operation of Governmont-Owned Facilities

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle,

WA 98115-0070 I-DRYDOCK REPAIRS TO THE NOMA SHIP, KA'IMINOANA SOL 51ABNA900026 POC Abram Vinikoor (206) 526-4395, for copy of solicitation call (206)526-6425 PLEASE NOTE: Phone number for requesting a copy of solicitation is corrected to (206) 526-6425 on original submission, W-349 SN280445)

Dept. of Veterans Affairs Medical Center, /136CON/,423 East 23rd

St., Now York, NY 10010 1-REQUEST FOR PROPOSAL: REPAIR FIRE ALARM SYSTEM SOL 10N344-99 DUE 012699 POC Tony Zaza (212)951-3299 Request for Proposal: Repair Main Fire Alarm System located in building #1, VA Medical Center, 423 East 23rd Street, New York, NY 10010, all in accordance with VA drawings and specifications and applicable NFPA codes and regulations, specifically #72, and VA Design Criteria for Fire Protection Systems, and OSHA Regulations. Interested contractors must have at least five (5) years of verifiable experience in the repair, installation and testing of addressable (Simplex) fire alarm systems and emergency voice communication systems, and possess a New York City Master Electrician's License, have expertise in electrical wiring, pipe work and electronic testing. Contractors must be fully conversant with all aforementioned codes, guidelines and regulations. A site visit is mandatory. The estimated cost range of this procurement is from $100,000 to $300.000. Refer all technical questions to Tom Naples, Project Engineer: 212-686-7500 x 4648. Send letter of interest, copy of ficense(s) and three references to: Tony Zaza, Construction Mgmt. Team. 138/Con, VA Medical Center, 423 East 2310 Street, N.Y., N.Y. 10010. PH: 212951-3299. Note: Evaluation factors:- 1. Past Performance (5 Years experience) 40%, 2. Technical Proposal 25%, 3. Price 35%. (1-349 SN280563)

NASMangley Research Center, Mail Stop 144, Industry Assistance

Office, Hampton, VA 23681-0001 HACHILITIES AND EQUIPMENT SUPPORT SERVICES SOL 1-135GL.2166 DUE 010499 POC Tracy M. Spruill, Contract Specialist, Phone (757)-864-2538, Fax (757) 864-8863. Email C. Froehlich, Contracting Officer, Phone (757)-864-2423, Fax

(757) 864-8863.

Email This notice is in response to information contained in Amendment 1 dated November 24, 1998 of the draft RFP entitled Facilities and Equipment Support Services which was released on October 29, 1998. You are notified that the following changes are made: The release date of the final RFP, via the internet, is anticipated to be January 4, 1999. All volumes of your proposal will be due thirty (30) days from release of the final RFP. Documents related to this procurement are available over the Internet and are in Microsoft Office Suite (Word 6.0, Excel 5.0. or 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/LaRC Business Opportunities home page is http:/ /procurement.nasa.gov/EPS/LaRC/class.html Otterors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation

http://nais.nasa.gov/EPS/LaRC/date.html#1-135-G1.2166 Click here for the latest information about this notice

L.M.SPRUILLOlarc.nasa.gov Tracy M. Spruill (D-349 SN280457).

DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220 M—THE MANAGEMENT AND OPERATION OF THE DIRECTORATE N PUBLIC WORKS AT FORT DRUN, NY SOL DAKF36-98-R-0011 DUE 020199 POC Contract Specialist RONALD C. JOHNSON Contracting Officer SANDRA A. BROWN (315) 772-6510 (Site Code DAKF36) OMB Circular A-76 Cost Comparison study of the Directorate of Public Works at fart Drum, NY. The intent of this study is to determine the most efficient and cost effective method of providing Public Works Services included in the management and operation of the Directorate of Public Horis at Fort Drum, NY. This notice does not constitute a comntment the Government. The study will determine whether these services shout be performed under a contract with commercial sources or through the federal work force. A government proposal to provide these services is being developed and a contract may or may not result

. The se is 8744 with small business size standard of $20.0 million

. The Cost Comparison Study of Public Works Services at Fort Drum, incredits the following range of functions which are subject to change based upon mission requirements: Work Reception and Management, Sush Support Programs, Carpentry. Plaster and Drywall

, Roofing. Pacie and Craling. Locksmith, Masonry, Painting, Signage, Electrical, Heating Ventilation and Air Conditioning (HVAC). Sheet Metal and Welding Puso ing and Pipefitting. Swimming Pools, Ground Water Re-mediation Wells, Central Vehicle Wash Facility (CVWF). Fuel Dispensing Equipment, Yetiche and Equipment Maintenance, Pest Control Management, Grounds Maintenance. Surfaced and Unsurfaced Areas, Railroads, Refuse Collector and Disposal, Alarm Systems, Environmental Engineering, Master Planning and Real Property Management, Project Work, Billetine, Water Treatment and Distribution Systems, Wastewater Collection, Natural Gas Distributor Systems, Electrical Distribution Systems, Telemetry, Fuel Distribution Systems, Snow Removal Operations, and Housing Management

. Propesai evaluation will be in accordance with the procedures set forth OMB Circular A-76 and Section Mal the request for Proposal ? issuance date will be OJA 15. Mar 99. Any resulting contractel have a performance period consisting of a base year with four option years and the contract type is anticipated to be a Cost Plus Award Fee. All Offerors for this solicitation will be required to some complete technical, management and cost proposal with associated documentation. However, during the interim period, we are settar questions and comments from Industry on a Draft Request for Propesa (DRFP). The DRFP will be available O/A 15 Jan 99 via internet! accessing the fort Drum Directorate of Contracting's Home Page 8 http://www.r'rum.army.milgarrison/director/spcVdircon/service.htm. dustry comments should be submitted via e-mail to johnson Odrue emh4.army.mil. NO HARD COPIES OF THE DRFP ARE AVAILABLE AND NONE WILL BE PROVIDED. (1-349 SN280534)

NASNJohn F. Kennedy Space Center, Procurement, Kennedy Space

Center, FL 32899 HOVERHAUL OF SCOTT CARPENTER ANALOG STATION DUE 121898 POC Cynthia Jarvis, Contract Specialist, Phone (407) 867-3431, Fax (407) 867-1141, Email Cynthia R. Pirkle, Contracting Officer, Phone (407) 867-4989, Fax (407) 867-2825, Email Bob.Parkle-10ksc.nasa.gov NASA/KSC plans to issue a Request for Quotation (RFQ) for overhaul of the Scott Carpenter Analog Station This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/KSC intends to acquire the services from Scitech Communications, 6233 Westgate Drive, Suite 603, Orlando, FL 32835. Scitech is the sole-source manufacturer and has the expertise available to immediately begin engineering overhaul and modification of Scott Carpenter Station. The Government intends to acquire a commercial item using FAR Part 12. Interested firms have 3 days from the publication of this synopsis to submit in writing to the identified point of contact, their qualifications/capabilities. Such qualifications/capabilities will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. Responses received after the 3 days 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 this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. An Ombudsman has been appointed. See Internet Note "B".

http://nais nasa.gov/EPS/KSC/date.html#MR993919 Click here for the latest information about this notice

Cynthia Cynthia Jarvis (0-349 SN280610)

N Installation of Equipment

Naval Surface Warfare Center, Carderock Division, Philadelphia Purchase Branch, Code 335, Bldg. 4, Philadelphia Business Center,

Philadelphia, PA 19112-5083 E-MACHINING/WELDING/PACKING SERVICES ON SUBMARINE ANTENNA & PERISCOPE SYSTEMS SOL N65540-99-R-0005 DUE 020499 POC Richard

Floet and industrial Supply Conter, Puget Sound, Bide 407 W

Street, Code 200 Bid Desk, Bromarton, WA 90314-0051 N-INSTALLATION OF AUTOMATIC LEVEL-WIND SOU MOO406-99-60058 DUE 012899 POC Dianne Grimes (360X476-5004 Installation of

Q Medical Services Potential Sources Sought

new Automatic Level-Wind. Removal of existing pushbutton control station

with controller and associated power circuits. To be procured under - Simplified Acquisition Procedured. R-Y-G Program Evaluation applicable.

To be negotiated on a sole source basis with Lake Shore Inc. Notes 22 and 26 apply. All responsible sources may submit ofter/bid which shall be considered by FISC Puget Sound. Telephone requests will not be honored. Fax requests will be accepted at (360)476-2931. (W-348 SN280207)

Contors for Disease Control and Prevention (CDC), Procurement 2 Grants Office, Contracts & Purchases Branch, 255 East Paces

Forry Rd., NE, Rm 419, Atlanta, GA 30305 HEDICAL SERVICES SOL 1999000058 DUE 123198 POC Susan Lyle, Purchasing Agent, (404) 842-6781 The Centers for Disease Control and Prevention intends to procure the services of a vendor to compile and administer a questionnaire, to be pre-approved by CDC, and collect exfoliated cervical cells from 400 Hispanic women residing in specified US/Mexican border communities and provide cytology results and Hybrid Capture HPV results on samples collected. The purpose of this procurement is to assess rates of Pap smear screenings and HPV infections. All interested parties are requested to submit a written request to be provided an RFQ package. Requests must reflect the RFQ number, reflected in Item 9 above. Submit requests to Sue Lyle at the above address, Mailstop E01, or via e-mail at , or by facsimile at 404-842-6896. A Request for Quotations will be issued on approximately January 6, 1999. SIC 8071, 8062, 8069, 8099 and 8093. (1-349 SN280321)

U.S. Penitentiary, 1300 Metropolitan Ave, Atta: Regional Contracting

Office, Leavenworth, KS 66048-1254 AIR FLIGHT/AIR AMBULANCE SERVICES SOL NA POC Victoria L. Johnson, Contract Specialist,913-682-8700, extension 617 The Federal Bureau of Prisons (BOP), North Central Regional Contracting Office is seeking sources for the provision of Air Flight/Air Ambulance Services for inmates housed in one of the sixteen BOP Facilities. within the North Central Region, Continental of United States. The place of performance will be from any of the identified Regional locations and the destination would be any of the following Federal Medical Centers: Rochester, Minnesota, Carswell, Texas, fortworth, Texas, Butner, North Carolina, Lexington, Kentucky, and United States Medical Center for Prisoners, Springfield, Missouri. The Government contemplates award of a firm-fixed price indefinite (requirements) contract, once a solicitation is issued. All responsible sources are encouraged to request Sources Sought Questionnaire and return responses by January 3, 1999. All request must be submitted in writing. The Contracting Officer may be reached by calling (913) 682-8700, extension 617. All faxed request must be submitted to (913) 651-3578. Questions regarding this announcement may be addressed to: Ms. Victoria Johnson, 1300 Metropolitan Avenue, Leavenworth, KS 66048-1254. (W-348 SN280190)

U.S. Environmental Protection Agency, 26 W. Martin Luther King

Dr., Cincinnati, OH 45268 R-TECHNICAL SUPPORT FOR SURVEY SUPPORT SERVICES SOL PRCI-98-12393 POC Nancy Muzzy (513)487-2023 The United States Environmental Protection Agency (U.S. EPA), Office of Water (OW), Office of Science and Technology (OST), Engineering and Analysis Division, is seeking a contractor to provide survey support services for the Statistical Analysis Section. To fulfill its mission, OW conducts surveys to collect data and uses survey data from other sources to evaluate regulatory options, policies, and other program initiatives under the provisions of the Clean Water Act. The successtul contractor will supply all necessary labor, material, services, equipment, and tacilities in technical support of the effort delineated by the statement of work. The contractor shall provide general survey, statistical and data analysis, and database support in designing, implementing, and evaluating data collection activities; statistical support in analyzing survey data; technical support in reviewing and evaluating studies and public comments to determine if EPA's objectives have been met and what statistical inferences the results support; and support in preparing reports and documentation on the surveys and statistical methodology that can be easily understood by the intended audience. A large portion of the contract will provide general survey, statistical and data analysis, and database support for the development of industrial effluent guidelines regulations. The general survey support includes business surveys and national complex surveys. Business surveys are mail surveys that collect information about industrial facility operations (e.g., equipment use), and exclude organization and personnel studies, customer/client satisfaction surveys, market research, employee satistaction/climate and opinion surveys, quality control surveys, supervisory evaluation, and attitude surveys. This contract will require superior levels of expertise in survey implementation, statistical theory, and the application of statistical methodology for surveys and data collections. The contract will require management of multiple, concurrent work assignments which will require long-term as well as quick turn-around responses essential to the statutory responsibilities of the Office of Water. The proposed contract will be a cost plus fixed fee/level-of-effort term contract, with a base period of one year and four one year option periods, for a total of 60 months. The base level of effort (LOE) for each of the five periods will be approximately 15,000 direct labor hours with options for an additional LOE of up to 100% in each period, for a total potential of 150,000 direct productive labor hours over the five years, if all options are exercised. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL BE CONSIDERED BY THE AGENCY. The incumbent on the contract currently fulfilling this requirement is Science Applications International Corporation (SAIC), of Reston, VA. Solicitation PR-C1-98-12393 will appear on the Internet. It may be accessed through the EPA's home page on the World Wide Web (www.epa.gov). The direct link URL is http:/ /www.epa.gov/oam/cinn_cmd. It is anticipated that this solicitation will be issued during the third to fourth week in January. 1999. Only a limited number of hard copies of the solicitation will be available on a first come first serve basis. All requests for the solicitation must be in writing, telephone requests for the solicitation will not be honored. You may fax your request to Nancy Muzzy at 513-4872115. NOTE 26 APPLIES.

http://www.epa.gov/oam/cinn__cmd Office of Acquisition Management Contracts Management Division

Nancy Muzzy, Contracting Officer (W349 SN280290)

R Professional, Administrative and Management Support Services

Contracting Officer (90C), DVA Medical Center, 700 South 19th

Street, Birmingham, AL 35233 HOME OXYGEN SERVICES-VISN 1 SOL RFP247-001-99(SL) DUE 021699 POC Suzanne L. Jene' Network Contract Specialist, Atlanta Network ASC, (521/90-ASC) 205-933-4493 Contractor shall provide all abor, materials, transportation & supervision necessary to provide home oxygen services to the beneficiaries located in VISN 1 (AL, GA, SC) and bordering counties within a facilities PSA (within 50 miles of state border). Period will be for one year from date of award with our one-year option renewals. Contractor, branch offices and subcontracors must be JCAHO certified. Award will be made on a source selection rasis (FAR part 15) to the offeror(s) considered to be the most advanageous to the Government. The evaluation factors to be used to rate roposals are as follows, in descending order of preference: past performnce/demonstrated capability: quality assurance; personnel qualifications: st/pricing. SIC is 8082. Estimated cost for base and all option years - between $10,000,000 and $20,000,000. Solicitation will be available JA 1/14/99 and proposals will be due D/A 2/16/99. It interested - receiving a copy of the solicitation, requests must be made in riting to the Suzanne L. Jene', Network Contract Specialist, Atlanta etwork ASC, VA Medical Center (521/90-ASC), 700 South 19th Street, Ermingham, AL 35233; fax requests are acceptable to 205-933-4489, 1-349 SN280593)

U.S. Environmental Protection Agency, 26 W. Martin Luther King

Dr., Cincinnati, OH 45268 R--TECHNICAL SUPPORT FOR GENERAL STATISTICAL ANALYSIS SERYICES SOL PR-CI-98-12394 POC Nancy Muzzy (513)487-2023 The United States Environmental Protection Agency (US. EPA), Office of Water (OW), Office of Science and Technology (OST), Engineering and Analysis Division (EAD), is seeking a contractor to provide general statistical support services to the Statistical Analysis Section. The successful contractor will provide statistical analysis support to EPA in its development, review, implementation and defense of effluent limitations guidelines and standards, water quality standards, sewage sludge regulations and other regulations and initiatives established under the provisions and requirements of the Clean Water Act. The successful contractor will supply all necessary labor, material, services, equipment, and facilities in support of the effort delineated by the statement of work. A large portion of the contract will provide statistical analysis support for the development of industrial effluent guidelines regulations. In supporting effluent guidelines development, the contractor shall use statistical procedures and methodologies in analyzing and interpreting data from chemical analyses of environmental samples (e.g., composite samples, soil samples), wastewater treatment system performance data, process and production evaluations, chemical analytical methods evaluations, surveys, and other sources. Further, the contractor shall provide statistical support in designing and technically evaluating data collection activities; in reviewing and technically evaluating studies and public comments to determine if EPA's objectives have been met and what statistical inferences the results support; and preparing reports and documentation on the statistical methodology and the conclusions of the statistical analyses that can be easily understood by the intended audience. This contract will require superior levels of expertise in theory and application of statistical methods including nonparametric statistics, multivariate analysis, regression, maximum likelihood estimation, analysis of variance, time series, categorical data analysis, survey statistics, interential statistics, spatial analysis, survival analysis, and graphical analysis. The contract will require management of multiple, concurrent work assignments which will require long-term as well as quick turn-around responses essential to the statutory responsibilities of the Office of Water. The proposed contract will be a cost plus fixed fee/level-of-effort term contract, with a base period of one year and four one year option periods, for a total of 60 months. The base level of effort (LOE) for each of the five periods will be approximately 12,500 direct labor hours with options for an additional LOE of up to 100% in each period, for a total potential of 125,000 direct productive labor hours over the five years, if all options are exercised. ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL BE CONSIDERED BY THE AGENCY. The incumbent on the contract currently fulfilling this requirement is Science Applications International Corporation (SAIC). of Reston, VA. Solicitation PR-CI-98-12394 will appear on the Internet. It may be accessed through the EPA's home page on the World Wide Web (www.epa.gov). The direct link URL is http://www.epa.gov/oam/ cinn_cmd. It is anticipated that this solicitation will be issued during the third to fourth week in January, 1999. Only a limited number of hard copies of the solicitation will be available on a first come first serve basis. All requests for the solicitation must be in writing. telephone requests for the solicitation will not be honored. You may fax your request to Nancy Muzzy at 513-487-2115. NOTE 26 APPLIES.

http://www.epa.gov/oam/cinn_cmd Office of Acquisition Management-Contracts Management Division

Nancy Muzzy, Contracting Officer (W349 SN 280253)

Oklahoma City Area Indian Health Service, 3625 NW, 56th Street, Five Corporate Plaza, Oklahoma City, Oklahoma 73112

EMERGENCY ROOM SERVICES SOL 246-99-R-0002 POC Janetta ehtapene, Contract Specialist, 405/951-3892 or Ronald G. Grinnelli ntracting Officer, 405/951-3883 Correction: This action originally pubEzed in the CBD dated 09/08/98 and revised 11/06/98, is hereby ncelled in its entirety. (W-349 SN280598)

Contact: The Slovak Electricity Company, Tibor Gasparik, Hranica
12, 827 36 Bratislava, The Slovak Republic, Tel: (421) 7 5069 3226, Fax: (421) 7 5341 7533, (421) 7 5341 7525, E-mail:

R-THE SLOVAK REPUBLIC: VOJANY REPOWERING PROJECT FEASIBILITY STUDY SOL N/A POC Evangela Kunene, USTDA, 1621 N. Kent Street, Suite 300, Arlington, VA 22209-2131, Tel: (703) 875-4357, Fax: (703) 875-4009. Vojany Repowering Project Feasibility Study. The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to develop a feasibility study on repowering the Vojany Power Plant in the Slovak Republic. Slovak Electric (SE), the state electricity company, would like to build on its earlier rehabilitation efforts with a major repowering of the 1320 MW Vojany Fossil Power Plant (VPP). With this repowering effort, SE would like to increase the amount of fired natural gas, to improve the regulating capacity of the power system and also to enhance the total economic effectiveness of the VPP. SE has identified the need to determine the extent of the repowering project. The feasibility study will require the completion of twelve primary tasks: (1) Creating a Work Plan for the Feasibility Study: (2) Outlining the Project Sponsors Responsibilities: (3) Conducting a Plant Audit; (4) Performing Engineering Analysis: (5) Performing Economic and Financial Analysis; (6) Preparing Two Optimal Repowering Designs; (7) Evaluating Fuel Supply Interface; (8) Performing District Heating Steam Interface Analysis; (9) Performing Environmental Assessment; (10) Evaluate the need for Electrical System Impact Studies; and (11) Prepare a Project Financing Memorandum. The U.S. firm selected will be paid in U.S. dollars from a $405,000 grant to the Grantee from the U.S. Trade and Development Agency (TDA). The estimated cost for the completion of the entire feasibility Study is V.S. $506,000. The Feasibility Study will be competed among U.S. power companies and would include an implied cost share of $101.000. A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of erence, and a background delinitional mission report are available from TDA, at 1621 N. Kent Street, Suite 300. Arlington, VA 22209-2131 Requests for the RFP

Chiot, Acquisition & Materiel Management Service (90C), VA Medical

Center, 718 Smyth Road, Manchester, NW 03104 -DETOXIFICATION SERVICES SOL 608-64-98 POC SHERYE L PHIL5. Contracting Officer (603) 626-6510 Provide detoxificaiton Services alcohol and other prescribed or illegal drugs in a safe and substance environment. Provide a detoxification that can monitor the medical psychiatric stability of the veteran. The site should be able to sure vital signs and administer medications based on detoxification ocols. Patients who develop severe withdrawal symptons or other ere medical or psychiatric issues while at this site should be immeEely referred back to the Manchester VA emergency room. The site

reserve 3 beds for the purpose of detoxification. Requests for - solicitation must be in writing on firm's letterhead, including address, Ene number, and a contact person. Interested contractors may fax ar request to (603) 626-6510. SIC Code is 8399, with a small Liness size standard of $5.0. Contract resulting from this solicitation

have one (I) dase year and two (2) option years. (W-349 SN280626)

financed activity, must continue to meet such requirements throughout the duration of the TDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and onigin 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 REP. Interested V.S. firms should submit their proposal in English directly to the Grantee by 4:00 p.m. Central European Time, January 29, 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 submitted. 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. (1-349 SN280327)

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 atter 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 fax verification receipt. Because of the large number of RFP requests, TDA cannot 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 before calling TDA. Only U.S. firms and individuals may bid on this TDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under TDA's nationality requirements as of the due date for submission of qualifications and proposals and, of selected to carry out the TDAfinanced activity, must continue to meet such requirements throughout the duration of the TDA-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 IDA'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 4:00 pm Central European Time, January 29, 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 submitted. 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. (1-349 SN280325)

Contact: The Slovak Electricity Company, Tibor Gasparik, Hranicna
12, 827 36 Bratislava, The Slovak Republic, Tel: (421) 7 5069
3226, Fax: (421) 7 5341 7533, (421) 7 5341 7525, E-mail:

R-THE SLOVAK REPUBLIC: NOVAKY POWER PLANT REPOWERING FEASIBILITY STUDY SOL NA POC Evangela Kunene, USTDA, 1621 N. Kent Street, Suite 300. Arlington, VA 22209-2131, Tel: (703) 8754357, Fax: (703) 875-4009. Novaky Repowering Project Feasibility Study The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. forms which are qualified on the basis of experience and capability to develop a feasibility study on repowering the Vojany Power Plant in the Slovak Republic. Slovak Electric (SE), the state electricity company, would like to build on its earlier rehabilitation efforts with a major repowering of the strikethrough: 576.8 MW) Novaky Fossil Power Plant (NPP). The capacity of the Novaky Power Plant was originally (strikethrough: 578.8MW) 618.8 MW (14 boilers and 12 steam turbines); currently the capacity is 522.4 MW (10 boilers and 1 steam turbines; the other steam turbines will be decommissioned). SE wants to increase the regulating capacity of the power system and enhance the economic effectiveness of the NPP by repowering with gas turbines and HRSG (heat recovery steam generator). SE has identified the need to determine the extent of the repowering project. The feasibility study will require the completion of eleven primary tasks: (1) Preparing a Work Plan for the feasibility Study; (2) Outlining the Project Sponsors Responsibilities; (3) Performing a Plant Audit; (4) Performing Engineering Analysis; (5) Performing Economic and Financial Analysis; (6) Preparing Two Optimal Repowering Designs; (7) Evaluating Fuel Supply Interface; (8) Performing Environmental Assessment: (9) Performing Electrical System impact Studies; (10) Preparing a Project Finance Memorandum; and (11) and Writing a Final Report containing all Deliverables. The U.S. firm selected will be paid in U.S. dollars from a $330.000 grant to the Grantee from the U.S. Trade and Development Agency (TDA). The estimated cost for the completion of the entire feasibility Study is U.S. $407,000 dollars This Feasibility Study will be competed among U.S. Power companies and would include an implied cost share of $77,000. A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background definitional mission report are available from TDA, at 1621 N. Kent Street, Suite 300, Arlington, VA 22209-2131. Requests for the RIP 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 reparation 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 laxing the request to TDA before scheduling a pick-UD. Please note that no telephone requests for the RFP will be honored. Please check your internal far verification receipt. Because of the large number of RFP requests. TDA cannot respond to requests for far 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 counter and/or mail room before calling TDA Only U.S firms and individuals may bid on this TDA 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

DHHS, Office of the Secretary, Office of Acquisition Management; Room 443H, Humphrey Building; 200 Independence Avenue, S.W.;

Washington, DC 20201 R-SPORADIC PHONE ANSWERING SERVICES TO ACCOMMODATE OVERFLOW OF MEDICARE CALLS TO THE OFFICE OF INSPECTOR GENERAL HOTLINE SOL RFP-3-99-HHS-OS DUE 010599 POC Point of contact: Gwen Briscoe, Contract Specialist, 202-690-8658 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 in response to the following statement of work and a written solicitation will not be issued. This is a request for proposal, RFP-3-99-HHS-OS. This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular *97-07. This is a full and open competition which will result in the award of a firm fixed price type contract. The period of performance shall be nine months. Statement of Work: The purpose of this procurement is to provide additional phone answering capacity for the Office of Inspector General (OIG) Hotline: The OIG anticipates that immediately after a February 24, 1999 national kick off event and for a week after, the Hotline will experience a significant surge in calls. At this time, it is not possible to determine the extent of the surge because we cannot be certain of the extent and duration of the press coverage and the activity the coverage will generate. However, the OIG Hotline needs to be prepared to cover both the spike in phone calls the kick off will generale, as well as an increase in the "steady stale" in the number of phone calls that will be generated by the kick oll and the continuing education events across the country. In addition to the national event, the OIG anticipates the need for surge capacity in April or May 1999 when HCFA, in cooperation with the OIG, will include the DIG hotline number on the Explanation of Medicare Benefits (EOMBs) and Medicare Summary Notices (MSN) sent to beneficiaries in Florida, Texas and California and possibly several other states. We anticipate that we will need additional contractor capacity for at least two months. During 1999, other currently unpredictable but later anticipated spikes in call volume may occur as a result of planned outreach events. These spikes may exceed the standing capacity of the hotline staff and thus would require the assistance of the contractor to meet this call volume. Scope of Work: The OIG will provide the contractor with the initial screening message that will be used during the kick oft event The OIG will program the Hotline phone system to leler calls directly to the contractor that are beyond the capacity of the Hotline to answer. During the event the DIG Hotline will have no more than 15 callers in the queue waiting for an operator. Call number 16 (and above) will be routed to the contractor if the caller specilies It is a Medicare call in response to the initial screening questions, The contractor will not be expected to handle non- Medicare calls. When the caller dials 1-800-HHS-TIPS, the call will be routed directly to the contractor if the caller is the 16th (and higher) call in the queue. The contractor, in consultation with the OIG and other technical specialists if needed, shall place the event screening message on their system so that incoming Hotline callers hear the screening message prior to going to a contractor operator. The contractor shall, in consultation with the OIG, develop data entry screens (including help screens) and, if necessary, screens that prompt interviewers with appropriate questions and responses. The OIG, in consultation with the contractor, will develop an automated system using ACCESS, that will collect call and complaint data information that can be electronically submitted to the OIG Hotline manager. The contractor shall maintain a "Call Derivation Sheet". During the kick off event the contractor shall provide OIG management with call data on a daily basis. Data to be reported includes total calls transferred to contractor, total calls answered, average talk time, total calls abandoned, average abandon time, number of callers in contractor queue, average queue time, break down by menu selection (it additional prompts are used), number of rotary callers, number of callers receiving a busy signal at contractor site. During the EOMB/MSN event the contractor shall provide the OIG management team with call data on a weekly basis The OIG will develop and provide training, in consultation with the contractor, to all contractor operators working the OIG account. The contractor shall make available all operators and provide facilities for the training. The training shall occur within three weeks of the kick off event Estimated training time is I full day. The contractor shall provide Spanish speaking operators to handle those callers who Speak Spanish. The contractor shall provide sufficient phone operators to cover all calls that cannot be taken by the DIG Hotline staff and that are not screened out by the initial message. The contractor shall provide operators to answer phones during standard business hours from 8.00 a.m. to 5.30 p. m. Eastern Standard Time, Monday through

Friday, excluding Federal Holidays. The contractor shall provide the facilities for the operators including all phone equipment, computer equipment and software. The contractor shall provide adequate supervisan of the operators and ensure adequate quality assurance to make sunt that all calls are answered promptly, that callers are treated respectica that correct and complete information is provided to the caller, and that sufficient data is collected on the call report data back to the OIG. The DIG will provide on-site staff for technical assistance, u needed, to the contractor operators. The contractor shall ensure the for those calls that the operator determines are "complaints suficat information is collected to reler that call to the OIG Hotline including information to re-contact the caller, if necessary. Approximately 11 percent of calls answered are "complaints”. The contractor shali mantan strict confidentiality on the nature of the phone calls received and the identity of the callers. The contractor is forbidden to share the informalion with anyone other than the DIG. Three weeks pret to the February 24 kick off event, the contractor, working with the c shall pilot test all systems, scripts, data entry screens and processes for 2 to 3 days. Two weeks prior to the kick off event, the content and the DIG shall make mutually agreed upon Changes based on the pilot test experience. One week prior to the kick off event, the contracts shall begin answering phones using final scripts, data entry site and call referral systems. The performance period of the event phar is estimated to be January 15, 1999 through March 10, 1999. The performance period for the EOMB phase is estimated to be from pri 15, 1999 through June 15, 1999 (pending availability of funds and the timing of HCFA notifications to the carrier). Supplemental documents tion pertaining to this scope of work may be found on our website www.dhhs.gov/progorg/oam/contrct. Submissions shall consist of a poca proposal that fully details 1) Set up fee including prograe design call guide systems and report development, testing implements a telecommunications development and testing and operator training and 2) Monthly fees including management fee, call processing, and am additional transaction fees (explain); and a technical proposal consisting of a cover sheet on letterhead stationary listing the RFP being responded to the offeror's name, location, and telephone/fax numbers, a statemen indicating understanding of the requirements in sufficient detas address the evaluation criteria listed below. In order to evaluate per performance, ofterors must provide (as part of the technical proposal the names and points of contact with current telephone and la number for your three most similar recent contracts with major national organs tions. The Government will award a contract resulting from this solc tin to the responsible offeror whose ofter conforming to the solc will be most advantageous to the Government, price and other 123 considered. The evaluation will be conducted in accordance wit following weighted criteria: (a) Past Performance Weight 55%Abing and existing resources to provide technical capacity to answer N unpredictable number of overflow calls, route calls, install autoen messages as demonstrated by past performance with at least three major national organizations (0) Technical--1) Demonstrated and to handle at least 10,000 overflow calls within a two week od with no queue (Weight: 25%); 2) Demonstrated ability to handle cas from senior citizens and non-English speaking populations (Weight 10%); and 3) Demonstrated ability to handle Medicare calls a cat involving elderly health care issues (Weight: 10%). (c) Pricing Proposals will be evaluated for price reasonableness. Technical and best pertore ance, when combined, are significantly more important than pra The relationship of these three factors will be assessed to detersia which proposal represents the best value to the government. A $100 business source demonstrating the best value to the Government be considered for award. The provision at FAR 52.212-1 is app cable to this solicitation. Offerors must include a complete copy of the pows at FAR 52.212-3, Offeror Representations and Certifications- Conca Items, with their offer as part of the pricing proposal. The case at FAR 52.212-4, Contract Terms and Conditions Commerca te applies to this acquisition. The clause at 52.212-5, Contract lens and Conditions Required to implement Statutes or Executie Orters applies to this solicitation with the following clause checked: FAR 52 72241. Service Contract Act of 1965. The contractor will be required to pay employees in accordance with the U.S. Department of Later Wage Determination that applies where his/her business is located Any clauses or provisions referenced in this notice can be stresset through the Internet address that follows: http://www.arnet.gov Pless submit (4) tour copies of both the technical and business propesak The government reserves the right to award based oe initial proposal without entering into negotiations. Otters are due January 5, 1999 4:00 PM EDT, at the following location Department of Health Human Services, OS/Office of Acquisition Management, Roor ON Humphrey Building, 200 Independence Ave., SW, Washington, DC. 203. ATTN: Gwen Briscoe (202-690-8658). I hand-delivering the proposal security will ask the courier to remain with the package in the body of the building and to call eithe: Ms. Briscoe or Cassandra Richards on 690-8538. They will escort you to Room 443H where your prexu will be time stamped. Your proposal, will only be considered ad with this time stamp. Please take this delay into consideration when hand-delivering. Proposals received through mail or other methods wa also be time stamped upon receipt in Room 443H 11 hand determine please arrive at the building at least one hour prior to the you due to accommodate these security measures. Amendments to me solicitation, if any, shall also be published as a Commerce Bus Daily Synopsis. See Note 1. (D-349 SN280604)

V. S. Army Corps of Engineers, Omaha District, 215 North 17th

Street, Omaha, NE 68102-4978 R--COST DOCUMENTATION SERVICES SOL DACW45-99-R-0002 DJE 030399 POC Contract Specialist Lee McCormick, 400/21-406 ite and a brief technical proposal of the work to be performed. The Government will award a contract to the responsible quoter whose quote is the most advantageous to the Government, price and other factors considered. Factors, other than price, include past performance, contractor qualifications, and an understanding of the work as demonstrated in the contractor's written quote. (W-349 SN280309)

USDA, Food Safety and Inspection Service, ASD, AAS, Room 2158 South Building, 1400 Independence Avenue SW, Washington, DC

20250-3700 R-HACCP BASED INSPECTION MODELS PROJECT IN-PLANT SLAUGHTER SOL FSIS-5-W-99 DUE 012999 POC Tawana Nathan The U.S. Department of Agriculture, Food Safety and Inspection Service (FSIS) has a requirement for the development of inspection models for slaughter in a HACCP environment. The work shall include the development of Models Phase work, baseline and models work. The inspection models project will help define what the agency and the regulated industry will do in slaughter establishments operating under HACCP. Solicitation packages will be available on or around December 30, 1998. The estimated period of performance is one year, with a one year option period. All responsible sources may submit a proposal which shall be considered. Copies of the solicitation will be made available on the USDA, FSIS website at the following address. www.isis.usda.gov/om/ifp.htm. When copies are obtained from the website, it will be the responsibility of the interested party to notify the Contracting Office in order to obtain amendments if and when they are issued. Hard copies of the solicitation packages will be made available upon written request. Requests may be faxed to 202-690-1814. No telephone requests will bę honored. (1-349 SN280557)

work consists of Cost Documentation Services providing all non-personal services to establish and maintain litigation sufficient, site/project specific cost documentation files on Hazardous, Toxic, and Radioactive Waste (HTRW) projects accomplished by the Corps of Engineers under the Environmental Protection Agency (EPA) Superfund Program. Non-personal services will include all labor, equipment, materials and facilities to: à Provide and operate a contractor owned/leased central document storage and maintenance facility physically located in Omaha, Nebraska. b. Research, identity, and accumulate cost records into site/projectspecific cost documentation files in accordance with the approved work plan. Store these cost documentation files in the contractor owned leased and operated central records storage and maintenance facility located in Omaha, Nebraska until the associated Interagency Agreement is financially complete and approval is granted to transfer the site file records to the Federal Records Center. Assemble, maintain and update cost documentation files in accordance with the work plan. Provide EPA or Department of Justice (DOJ) requested cost documentation files by the date specified by the Contracting Officer's Representative COR). c. Provide all travel and associated expenses necessary to assemble and maintain cost documentation files. Travel will be conducted at any U.S. Army Corps of Engineers office located in the (50) United States. All travel expenses will be reimbursed at actual cost in accordance with the Government Joint Travel Regulations. d. Create duplicate site files for submissions to EPA or DOJ for each documentation request received. Redact the records to remove employee home addresses, social security numbers and credit card numbers prior to submission. e. Prepare monthly work plans, trip reports and monthly summary reports in accordance with the Statement Work. Ordering of solicitation package shall be accomplished by registering on the Omaha District website: http://ebs.nwo.usace.army.miVEBS/Contract.htm or by written sequest taxed to (402) 221-4530, ATTN: Lee McCormick, with the following information: 1) Solicitation Number 2) Name of Firm; 3) Point of Contact: 4) Mailing Address; 5) Street Address for Parcel Delivery Service: 6) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be (ared), 7) Level of participation (General Contractor, Subcontractor, Supplier or Plan Room); and 8) Large Business, Small Business of Small Disadvantaged Business. If any of the information changes during the advertisement period, submit the information via e-mail to lee , mil by written request or by fax. Failure to provide the above information may cause a delay in receiving the solicitation package of amendments thereto. Any questions regarding the ordering or the solicitation content should be addressed to Mr. Lee McCormick, phone number (402) 221-4045, or Mr. Mel Vogt, phone number (402) 221-4298. Telephone calls regarding Small Business matters should be made to: 402-221-4110. On or about 1 February 1999, this office will issue Request for Proposals No. DACW45-99-R-0002 for Cost Documentation Services for the U.S. Army Corps of Engineers. Proposals will be received on or about 3 March 1999. This solicitation is restricted to small business participation only. The anticipated contract duration includes a one (1) year basic contract and four (4) oneyear options. The Standard Industrial Classification (SIC) code for this requirement is 8721. The small business size standard is $6.0 million.!!

http://ebs.nwo.army.mil/EBS/CONTRACT.HTM Omaha District Contracting Division Homepage

Lee.M.McCormick@usace army.mil Lee McCormick (W-349 SN280330)

Naval Undersea Warfare Contør Division, Kayport, Attn: Code 1841,

610 Dowell Street, Keyport, WA 98345-7610 S-CELLULAR TELEPHONE AIRTIME SERVICES SOL N00253-99-Q-0049 POC Wendy Vant, Fax 360/396-7036 The Naval Undersea Warfare Center (NUWC) Division Keyport intends to acquire, utilizing simplified acquisition procedures, Cellular Telephone Airtime Service. The requirement will be to provide airtime service to analog and digital government-owned cellular telephones based out of the Keyport/Bremerton, WA area. The services shall provide for automatic roaming, long distance access, voice mail and peak/off-peak calling. Digital service shall be compatible with TDMA (D-AMPS) at the 800 Mhz range. The service shall be provided from 01 February 1999 through 31 January 2000. Award will be based upon evaluation criteria contained in the RFQ which will factor in typical calling scenarios and monthly service charges. All responsible sources may submit a quotation, which, if timely received, shall be considered by the agency. The RFQ will be issued on or about 04 January 1999. No telephone requests for the quotation package will be accepted. Fax requests can be sent to (360) 396-7036. (W349 SN280314)

Department of Transportation, Federal Highway Administration (FHWA), Office of Acquisition Management, 400 7th St. SW,

Washington, DC, 20590 R- FUTURE SEARCH SYMPOSIUMS“ SOL OTFH61-99-0-00014 DUE 123098 POC Stephanie Parker, Contracting Officer, Phone (202) 366. 6014, fax (202) 366-3293, Email stephanie.parker Othwa.dot.gov-Donna McAleer, Contracting Officer, Phone (202) 366-4270. Fax (202) 3663293. Email The Federal Highway Administration (FHWA) plans to award a Purchase Order to Hiemstra International to design, facilitate and conduct a series of Future Search Symposiums to achieve the FHWA Strategic Goal. The Futures Search Symposiums will expand on the Office of Motor Carrier and Highway Safety (OMCHS) forecast that was developed at the initial Futures Search Forum. These symposiums will explore future trends, identify viable scenarios, and determine a preferred future and key strategic issues which will be used to develop long range plans for OMCHS. Because Hiemstra International not only has expertise in futuristic scenario and process planning combined with specific knowledge in global issues, economic trends, demography. technology, and government they held the original forum as well as developed the original forecast; therefore, no other known source can effectively conduct these symposiums. This is a simplified Acquisition and the anticipated award date is December 30, 1998.

http://eps arnet.gov/cgi-bin/WebObjects/ EPS?ACode=P&ProjID=DTFH61-99-0-00014&LOCID=30 Visit this URL for the latest information about this notice

stephanie Stephanie Parker (0-349 SN280639)

USDA-ARS-MWA, Contracting Office, 1815 N. University Street,

Peoria, IL 61604 SZANITORIAL SERVICES, USDA ARS COSMOCTON OHIO SOL 51149-3102 DUE 020499 POC L.Flansburg 309-681-6615 Work includes all labor, materials, equipment and supervision necessary to provide janitorial services at the USDA ARS MWA North Appalachian Experimental Watershed, Coshocton, Ohio, by means of a firm fixed price type contract. The contract will be for a base period of one year, with four oneyear options. Solicitation packages (Request for Quotation) will be mailed on or about 1/14/99. Requests must be in writing by mail, e-mail, or facsimile to 309-681-6680, attn: L. Flansburg. Mail requests to : L. Flansburg. Contracting Office. USDA ARS MWA. 1815 N. University St. Peoria IL 61604. Telephone requests will not be accepted. SIC Code: 7349. The related Small business size is $12 million. This acquisition is set aside for small business. Prospective bidders are advised that the time and date of a site visit will be announced in the solicitation. Quotations will be due on or about 2/4/99.

Click here to contact the contracting officer via e-mail (W-349 SN280514)

S Utilities and Housekeeping Services

Department of Veterans Affairs Medical Center, 4646 John R,

Detroit, MI 48201 R-VISN 11 TRANSCRIPTION SERVICES SOL REP 553-4.99 DUE 011599 OC Katherine S. Young, (800) 511-8056, ext. 3009 The date for receipt proposals for RFP 553-4-99 to provide complete transcription and/ - remote dictation services for the Department of Veterans Affairs,

II, Medical Centers located in Ann Arbor, Battle Creek, Detroit, ad Saginaw, Michigan, Northern Indiana Healthcare System (Marion/

Wayne.) and Indianapolis, Indiana, has been extended to January . 1999. YOUNG. KATHERINE @FORUM.VA.GOV E-Mail Contracting Officer@ (W-9 SN280427)

U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,

Louisville, KY 40202-2230 5—MOWING & MAINTENANCE SERVICES, PATOKA LAKE, INDIANA SOL DACW27-99-8-0003 DUE 020499 POC Contract Specialist, Barbara Simpson. (502) 625-7654 Furnish all labor, materials, supplies, tools, and equipment necessary to perform mowing and maintenance for the period from date of contract thru 31 December 1999 at Patoka Lake, Indiana. This solicitation contains three (3) one-year options from 01 Jan 2000 thru 31 December 2000; 01 Jan 2001 thru 31 December 2001; and 01 Jan 2002 thru 31 December 2002. Solicitation DACW27-99-B-0003 has an approximate issue date 105 January 1999 and an approximate bid date of 04 February 1999, 2:00 PM est. No telephone requests will be honored. Request for solicitation package should be mailed to the above address, or you may fax your request to (502) 5825554, ATTN: Barbara Simpson. SEE NOTE #1. (W-349 SN280288)

Officer In Charge Of Construction, 751 Enterprise Ave., Naval

Air Station, Lemoore, California 93246-5011 S-PRE-SOLICITATION FOR INSPECTION, SERVICE AND MAINTENANCE OF VENICLE WASHERS AT THE NAVAL AIR STATION, LEMOORE, CALIFORNIA SOL N62474-99-8-4002 POC Contact Katherine Overby. Contract Specialist, (559) 998-3904. Contracting Officer is Glenda D. Allen, The work includes providing all labor, cleaning supplies, materials, equipment, tools, transportation and supervision necessary to provide operational services, preventative maintenance and minor repairs to two vehicle wash racks. Work includes, but is not limited to, on-site analysis and chemical adjustment and additions, inspection, preventative maintenance and other associated work as recommended by the manufacturer and standard industry practice, pit cleaning, minor repairs including replacement parts, as well as emergency service calls. Major repairs exceeding minor repair work limitations and less than $2,000.00 may be completed by contract modification per the “Changes" clause. This is a firm fixed price contract. The period of performance is for a base period and four option periods that may consist of 1 to 12 months per period, the total duration shall not exceed 60 months. Potential bidders should request IFB N62474-99-8-4002 in writing. A fax is acceptable. Fax number is (559) 998-3906. Tentative issue date on or about 01 FEB 1999 with a bid opening 30 days later. This solicitation is being issued unrestricted. For purposes of completing the Representations and Certifications issued with the specification, any concern submitting a bid is classified as "small" if its annual receipts for its preceding three fiscal years do not exceed $5,000,000 (SIC CODE 7389).***** (W-349 SN280537)

WESTERN REGIONAL CONTRACTING OFFICE, 9933 WEST JOHNSON

STREET, MADIGAN ARMY MEDICAL CTR ANNEX, TACOMA, WA 98431 2- MEDICAL TRANSCRIPTION SERVICES SOL DADA:3-99-Q-0043 DUE 2498 POC Purchasing Agent Barbara Hodgeboom (253) 968-3969 e Code DADA 13) Provide medical and radiology transcription services contractor supplied facility. A firm fixed price contract for a base

plus four one year option periods will result from responses to jest for quotation (RFQ) DADA139900043. Contractor shall furnish labor, reports, transcription of dictation, transcribing equipment software. Transcription services is for Weed Army Community Hospital Fort Irwin, CA. Al request for the quotation package must be riting on company letter head with company name, address, telephone ber and point of contact, Fax request, will be accepted at (253)9682. Firms quoting should ensure valid registration in the Central ractor Registration Database prior to submission for consideration. 9 SN280530)

Contracting Officer, Naval Facilities Engineering Command Contracts, Bldg 289. Indian Head Division, Naval Surface Warfare

Center, Indian Head, MD 20640-5035 S-CLEANING OF LAGOONS AT GODDARD POWER PLANT SOL N6247799-0-3508 DUE 011199 POC Patricia Daniels (301) 744-4147 1. The work includes Cleaning of Lagoons at Goddard Power Plant at the Indian Head Division, Naval Surface Warfare Center, Indian Head, Maryland. 2. This job is unrestricted. 3. SIC Code for this procurement is 4953. Refuse Systems with a size standard of $6.0 million. 4. The estimated cost range is $25,000-$100.000. 5. Solicitation packages will be available 28 December 1998. 6. Site visits will be held 5 January and 6 January 1999 at 9:00 am. 1. Requests shall be made in writing to the Contracting Officer, NAVFACENGCOM Contracts. Building 289, Indian Head Division, Naval Surface Warfare Center, Indian Head, Maryland 20640-5035 and include company name, mailing address with zip code, telephone number and solicitation number (N62477-.

FACSIMILE requests can be sent to (301) 744-4949. 8. In addition to the price quote, the Contractor shall submit references for past performance with description of work performed, contractor qualifications

American Consulate General, 1095 West Pender St., Vancouver,

British Columbia V6E 2M6 S-LOCAL GUARD SERVICES FOR U.S. CONSULATE IN VANCOUVER, B.C., CANADA SOL S-CA770-99-R-0001 POC Gerald Madden, FAX NO. (604)685-5285 LOCAL GUARD SERVICES. The American Consulate General, Vancouver, Canada will release via the internet a solicitation to require the operation and management of security guard services in order to prevent unauthorized access, maintain order, deter criminal and


Page 19

Marine Corps Government vehicles. A Request For Quotation wil provided upon request. Contact Geri M. Ceasar at (843) $25-377) or fax your request at (843) 525-2163. All responsible sources may submit an offer. See Numbered Note 22 (1-349 SN280562)

Float Industrial and Supply Contor, DET Washington 901 M Street

S. E. Washington Navy Yard, Bldg 200-4, Washington D. C. 20374 T-VIDEO CASSETTE DUPLICATION, DISTRIBUTION, AND INVENTORY SOL NA POC For additional information contact Jeannie Coratolo, Contract Specialist, 202/433-3602 or Contracting Officer, Karen Place 202/4333672 The Fleet and Industrial Supply Center, Norfolk Detachment, Washington DC (FISCNORDETWASH) intends to negotiate a sole source extension to contract N00600-95-D-0956 with Video on Location, Inc. This extension is for a three month period with a three month option to provide video and duplication services for the Naval Media Center. See Note 22 (W-349 SN 280622)

U Education and Training Services

terrorist attacks against employees, dependents, property, and provide all equipment, management, administration and direct labor personnel to accomplish all work as required in this contract. Services will be performed in Vancouver Canada. Approximate man-hour requirements are Guard 7,872, and Supervisor 1,968 per year. These requirements may change depending on funding availability in forthcoming periods. Solicitation is for one base year and four one-year periods at the option of the government. All responsible sources may submit an offer, which will be considered. Telephone requests will not be honored. This solicitation will be made available to U.S. and Canadian firms exclusively via the Internet. Paper copies or disks will not be mailed or otherwise furnished to U.S. firms. The website where the RFP will be launched is http://state.monmouth.army.mil Go there and CLICK on V.S. DEPT. OF STATE BUSINESS OPPORTUNITES. On the next screen, CLICK on "Number" and look for this RFP in the list. If you wish to subscribe to Category S, the CBD code for Local Guard Services, go to the URL noted above and CLICK on "Secured Services". On the next screen, go to the bottom and find "Subscribe". Follow the directions and please remember your password if you Click on "Subscribe and Register". Once on this list you will receive an email when the RFP is launched to the internet and also amendments and any other documents that may be issued subsequent to the RFP launch. If you do not wish to subscribe, please notity Stuart Toleman at it you wished to be placed on a list to recieve notification when the RFP is launched only. If you have already subscribed to CBD category asion on the URL cited above there is no need to subscribe a second time.

http://state.monmouth.army.mil Go to this URL and click on U.S. State Dept. Business Opportunities to find the index of this RFP,

This is the email of the contract specialist. It may change depending on our movement to a new email version. (W-349 SN 280599)

US Department of Energy Albuquerque Operations Office, Contracts and Procurement Division, PO Box 5400, Albuquerque, NM 17135.

5400 Mexico 17185-54 V-AIRCRAFT OPERATION & MAINTENANCE SOL DE-RPO4-1999AL7953 POC William L. McCullough, Contracting Officer, 505-845-6467 ile Sources Sought synopsis, which was published on December 11. 19 is hereby rescinded due to continuing market analysis. Should yu have any questions, please contact the Contracting Officer, Wikan L. McCullough, at (505) 845-6467.

' William L. McCullough, Contracting Officer (W-349 SN280605)

V Transportation, Travel, and Relocation Services Potential Sources Sought

AETC CONS/LGCI, 2021 First Street West, Randolph AFB, TX 78150

4302 U-VARIABLE OMNI RANGE (VOR) 5850 AND DISTANCE MEASUREMENT EQUIPMENT (DME) 5960B TRNG SOL 541689-99-R-A026 DUE 011399 POC Jo Ann Carlson, Contract Specialist, (210)652-6523 This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and as posted to the AETC Contracting Business Opportunities Homepage. This announcement constitutes solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F41689-99-R-A026 is a request for proposal (RFP). The solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 97-9. This solicitation is unrestricted. The contract line item numbers, items, quantities, units of measure, description of requirements are outlined in the RFP posted to the previously mentioned Business Opportunity web page (location of which is linked to this notice, but see below for location. The solicitation is posted to the AETC Contracting Business Opportunities Homepage @ http://www.contracting.aetc.af.mil/cgi-bin/saaetc?list. The title of the solicitation is VARIABLE OMNI RANGE AND DISTANCE MEASUREMENT EQUIPMENT TRAINING THROUGH RANDOLPH AFB". The government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Training will be purchased from the manufacturer to preserve the equipment warranty.

http://www-contracting.aetc.af.milcgi-bin/saaetc?list Click here for access to downloading the solicitation package

Click here to contact the contract specialist via e-mail (W-349 SN280641)

S Utilities and Housekeeping Services Potential Sources Sought

HQ AMC/DOY, 402 Scott Drive, Unit 3A1, Scott AFB, IL 622255302 V-CHARTER AIRLIFT IN EUROPE SOL ICAF DUE 123198 POC en Gainey (618) 256-3737 Sources sought for one-time charter for !! pax, Poland to Spain (Brussels—Warsaw and Warsaw-Madrid) sometimes in the spring of this year,

,mil Jere A. Gainey, Contracting Office (W-349 SN280572)

W Loase or Rental of Equipment

Directorate of Contracting, Atta: ATZS-OKO, P.O. Box 12748, Fort

Huachuca, Arizona 85670-2748 $_UTILITIES LOCATE SERVICES SOL DABT63-98-0-0012 DUE 012599 POC Lynn E. Sleeth, (520)533-2815 Sources sought to locate and mark undergroud utilities (gas, water, sewer, electric), at Fort Huachuca, Arizona. Pleae submit your request, not later than 31 January 1999, for a copy of the Request for Quotes (RFQ) to: Directorte of Contracting, ATTN: ATZS-DKO-H (L. Sleeth). P.O. Box 12748, Fort Huachuca, AZ 85670-2748. OR e-mail request to: sleethihuachuca-emhl.army.mil. There will be no award made from this action. All information submitted is at ofteror's own expense. Your response will be evaluated against our requirement. Respondents will not be notified of the results of this market survey. All responses must be in writing. (W-348 SN280196)

V Transportation, Travel, and Relocation Services

1 Photographic, Mapping, Printing, and Publication Services

Commander, United States Army Yuma Proving Ground (USAYPG), Directorate of Contracting, Attn: STEYP-CR-C, Bldg 2100, Yuma,

AZ, 85365-9106 V-BILLETING SOL W81R8T8344RMOI DUE 122998 POC Cheryl A. Cretin. Contracting Officer, (520)328-6348 or Janet S. Gonzales, Contract Negotiator, (520)328-6847 The US Army Yuma Proving Ground intends to negotiate a contract with the US Army Morale Welfare and Recreation Directorate for Bulleting in support of the US Army Parachute Team (Golden Knights) from 10 January thru 12 March 1999. The bulleting will consist of 19 each, Bachelor Officers Quarters rooms, 40 each, Visiting Enlisted Quarters rooms and 5 each rooms at the Guest Housing. Due to the remoteness of the Yuma Proving Grounds (25 miles North of Yuma Arizona) this will be a sole source procurement with the installation's billeting. See note 22. (W-348 SN280179)

U.S. Government Printing Office, Columbus Regional Printing Procurement, 1335 Dublin Road, Suite 112-B, Columbus, ON 43215-

7034 T-ENVELOPES SOL 35845 DUE 011299 POC steve boortz contracting officer, dotti griffith printing specialist 614/488-4616 Single award term contract for 1 year (base year period for February 1, 1999 through January 31, 2000) and I option year period (February 1, 2000 through January 31, 2001) for Department of Energy, Oak Ridge, IN. These specifications cover the production of various envelopes requiring such operations as manufacture, printing, drilling, packing and delivery. Approximately 117 orders. Approximately 500 to 50,000 copies per order. Government to furnish: Film negatives. Material will be mailed delivered 1.0.b. contractor's plant by "Airborne". Deliver 1.0.b. destination to Oak Ridge, TN Production time 6 workdays and over. Telephone/Telegraph requests are not acceptable.

http://www.gpo.gov/procurement index.html click here to download copy of specifications

click here to contact the contracting officer via e-mail (W-349 SN280285)

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle,

WA 98115-0070 V-VESSEL CHARTER SOL 52ABNF 900018 DUE 020499 POC Linda Shaw (206) 526-6461, for copy of solicitation call (206)526-6425 Longline vessel at least 135 ft long, with master and crew, and at least two biologists provided by contractor to conduct baited longline assessments of sablefish and other groundfish resources in the Gulf of Alaska and a portion of the Eastern Bening Sea in the years 1999 and 2000. The vessel shall be completely rigged to fish longlines, and have sufficient living quarters to accommodate the required crew plus 4 government scientists. The contractor may process and sell the catch after scientific observations and necessary sampling have been completed. The government makes no financial payment to the contractor (W. 349 SN280545)

U.S. Army Corps Of Engineers Mobile, Contracting Division, CESA CT (109 SI. Joseph Street 36602) PO Box 2280, Mobile, AL 36874-

0001 W-RENTAL OF CUTTERHEAD PIPELINE DREDGE FOR MAINTELUI DREDGING BWET RIVER SYSTEN SOL DACWO1-99-8-0016 DUE POC Contact Karen Johnson, (334) 690-2535; Contracting Officer sa L Speights Rental of a cutterhead pipeline dredge with atitudin plant and operators for maintenance dredging of principality the me and lower Black Warrior and Tombigbee river system (BWT) with possible assignment to the Alabama River System of the Tennessee-lomba *** Waterway (TTW). This work require dredging to depths of 13 or greater over channel widths of up to 200 feet with greater at certain locations, and pumping of material to disposal artis me distances as great as 8500 feet and lifts up to 70 feet. The charact of the material may range form fine silts to heavy sands and change The contract will provide that the Government may require the contact to employ a booster pump over a short duration of time. This contract will be restricted to 20 and 24-inch discharge diameter dretges minimum horsepower of 2100 and 2400 respectively. The need to this large of a dredge is due to the long line lengths and up lifts present at the dredging locations of the rivers. Bid document are available on or about December 29, 1998. Estimated cost of it is between $1,000,000 and $5,000,000. Requests for plans and specta tions shall indicate in writing whether firm will bid as a prime contract or a subcontractor. This solicitation includes bid options, which not be awarded. Unrestricted. All responsible sources may sebeti bid, which shall be considered. Any prospective bidder interested i bidding on this solicitation must fax or mail their request inchóng the firm's physical address, telephone and facsimile numbers, name of point of contact to commander, U.S. Army Engineer Distr Mobile, ATTN: Plans Room/6018, PO Box 2288, Mobile, AL 36521 0001, fax (334) 694-4343, to be placed on the plan holders list This information is vital to facilitate any overnight mailing report Reproduction of plans and specifications is based on the number requests prior to the issue date. Additional copies will not get This solicitation includes optional items for additional work to be formed. Critical Path Method (network analysis system) is report Specific technical questions related to this project may be answer by Mr. Roger Gerth at (334) 694-3708. Refer other general questions on distribution of plans/specifications to plans room at (334) ** 2535 or 2536, fax (334) 694-4343. Effective i July 1998, furms interest in construction contracts with the Mobile District, Corps of Engineer must have "Internet Access". Don't be left out, get it soon. Før information on this and other Mobile District projects, (bidding as tions, technical inquiries, points of contact, synopsis of work. Du holders, bid results, etc..) please visit our Internet home page 1 http://www.sam.usace.army.mil.sam.ct.

http://www.sam.usace.army.mil/sam/ct http://www.sam.usacl. 30 sam/ct/cgi-win/projlist.exe

(W-349 SN280414)

U.S. Government Printing Office, Attn: Bid Section, Room B104, Stop: PPSB, North Capitol & N Streets, NW, Washington, DC 20401

-LETTERHEAD & ENVELOPES SOL C258-S POC James Grayson, (202) 512-0310 Single award, term contract for the period 05-01-99 to 0430-00. Letterheads and envelopes. Trim sizes: 171 x 225 mm (6. 3/4 X 8-7/8"), 216 x 279 mm (8-1/2 x 11"), and 105 x 241 mm (4-1/8 x 9-1/2). Approx. I to 6 orders per year. Approx. 50.000 to 500,000 copies per order. Operations includes film making, printing, embossing, binding, and distribution. Copy pickup in Washington, DC. Quality level 11. Bid opening anticipated during the month of April 1999. Request bid invitation by letter to the address above. (W 349 SN280306)

Contracting and Purchasing Division, P.O. Box 5069, Marine Corps

Recruit MCRD/ERR. Parris Island, S.C. 29905-5000 V-TOLL PASSES FOR NYC BRIDGES AND TUNNELS SOL M0026399-0-0004 DUE 010599 POC Contact Geraldine M. Ceasar, Purchasing Agent, (843) 525-3779, Bryan Magee, Purchasing Agent (843) 525. 2407 The Government intends to award a sole source contract to the State of New York to provide toll passes (E-Z PASS) accessing all New York toll roads, bridges, and tunnels for 34 United States

in concrete, installing horizontal wood purlins, beams and roof trusses, frame openings for three doors, installing 1/2" polystyrene insulation at roof and installing 29 gauge metal panels at walls and roof. All work completed shall be in accordance with all applicable local, state and federal codes and regulations. Work shall be completed within 30 days of contract award. This requirement is 100% set aside for small business. The estimated price is between $25,000.00 and $100,000.00. Anticipated solicitation issue date is January 5. 1998. Requests for a solicitation package should be made in writing to the contracting officer listed above. Mailing address is 3600 Spurr Rd. Quarters 14, Lexington, KY 40511. Requests may be faxed to 606-253-8882. (1-349 SN280324)

WALLA WALLA DISTRICT, CORPS OF ENGINEERS, 201 NORTH THIRD

AVENUE, WALL WALLA WA 99362-1876 W-RENTAL OF TOWBOATS FOR JUVENILE FISH TRANSPORTATION PROGRAM, SNAKE & COLUMBIA RIVER SYSTEMS SOL DACW68-99-B0007 DUE 020499 POC Contract Specialist Cherie Douglas (509) 5277219 (Site Code DACW68) Towboat rental, fully operated and maintained, to transport Government-owned fish barges on the Snake and Columbia River Systems. Work will be performed in the area between Lower Granite Reservoir (near Lewiston, Idaho) on the Snake River and the area near Portland, Oregon on the Columbia River. Towboats shall be inspected prior to contract award. Basic contract will be for a base work period beginning on or about April 7, 1999 through December 16, 1999 with one (1) optional work period. This is not an invitation for bid. This procurement is open to both large and small business concerns. Size standard for small business concerns is under Standard Industrial Classification (SIC) Code 4492 is $5 million average annual receipts for the past three fiscal year periods. All responsible sources may submit an offer which will be considered by this agency. Requests for the solicitation will be accepted by FAX at 509-527- 7802. Include company name, street address, telephone and fax numbers, point of contact and size status. Any contract awarded as a result of this advertisement will be firm-fixed price. (1-349 SN280528)

US EPA, LCRMD, Bldg 53, PO Box 25227, Denver Federal Center,

Donvur, CO 80225 X-RENTAL OF PARKING FACILITY SOL RFQ-9902 DUE 123098 POC Nancy Becker, 303 236-6039 This is a synposis/solicitation (RFQ-9902) for rental of a parking facility prepared in accordance with the format in Simplified Acquisition Procedures of FAR 12. subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in ettect through Federal Acquisition Circular 97-05. This is a sole source requirement in accordance with FAR 13. 106-1(b). EPA intends to issue a Firm Fixed Price Purchase Order (PO) for the rental of twelve (12) parking spaces in Boston, Massachusetts, for one year. The following clauses and provisions apply; FAR 52.2121, 52.212-3; shall be included with any otter, 52.212-4 and 52.2125. EPA intends to award to Kinney Systems, 50 New Sudbury Street, Boston, MA 01116. The closing date for RFQ-9902 is December 30, 1998. The anticipated award date is December 31, 1998. Proposals for RFQ-9902 are due by 1 PM MST on December 30, 1998. Courier or hand delivered proposals should be delivered to U.S. EPA, Bldg. 53, Door WI. Rm 11002, Denver Federal Center, Denver, CO 80225, ATTN: Nancy Becker. Proposals sent via U.S. Mail should be addressed to U.S. EPA, Bldg. 53, POB 25227, Denver Federal Center, Denver, CO 80225, ATIN: Nancy Becker. No telephonic requests accepted, only written or faxed requests for information received directly from the requestor will be accepted. All responsible sources solicited may submit a bid, proposal or quotation which shall be considered. Authority FAR 13.106-1(b). Justification: Services are available from only one source and no other type of service will meet the agency requirement. Potential ofterors should request information, pose questions and voice concerns to the contracting officer. This is a sole source procurement. Synopsis published for information purposes only.

becker becker. (W-349 SN280635)

X Lease or Rental of Facilities

Regional Contracting Office, 3600 Spurt Rd. Quarters 14, Lexington,

KY, 40511 CONSTRUCT POLE BUILDING SOL IFB 405-0042 DUE 012899 POC Michelle L. Davy, Regional Contract Specialist, 606-253-8892 The Federal Bureau of Prisons intends to award a contract to a responsible company offering the lowest price to construct a pole building at the Federal Correctional Institution, Cumberland, Maryland. The contractor shall be responsible for rough grading the area where the building will be located, excavating the post holes and installing pressure treated posts in concrete, installing horizontal wood purlins, beams and roof trusses, frame openings for three doors, installing 1/2" polystyrene insulation at roof and installing 29 gauge metal panels at walls and roof. All work completed shall be in accordance with all applicable local, state and federal codes and regulations. Work shall be completed within 30 days of contract award. This requirement is 100% set aside for small business. The estimated price is between $25,000.00 and $100,000.00. Anticipated solicitation issue date is January 5, 1999. Requests for a solicitation package should be made in writing to the contracting officer listed above. Mailing address is 3600 Spurr Rd. Quarters. 14, Lexington, KY 40511. Requests may be faxed to 606-253-8882. (1-349 SN280326)

Y Construction of Structures and Facilities

Facilities Service Oltcice, 4000 Dokalb Technology Pkwy., Ste.

300, Atlanta, GA 30340-2799 XHEFLIN, AL-MAIN OFFICE 36264-9998; CONSTRUCTION OF NEW LEASED POST OFFICE SOL 123125-99-A-RO330 DUE 013199 POC Kerry G Plrimmer, Real Estate Specialist, 770/454-0621; Kerry G. Ptrimmer, Contracting Officer, 770/454-0621 Lease (including construction) of a postal facility. HEFUN, AL-MAIN OFFICE 36264-9998. Appx. 5,003 SF Net Interior space. USPS-Controlled site: Located on the east side of AL Hwy 9. WRITTEN REQUESTS, ALONG WITH THE $40 PER PACKAGE NON-REFUNDABLE FEE, should be directed to Carol Gleaton, Facilities Service Office, USPS, 4000 DeKalb Tech Pkwy #300, Atlanta, GA 303402799; PHONE: 770/454-0611. Checks or money orders should be made payable to: "US Postal Service-Disbursing Officer." No cash or credit cards will be accepted. When requesting plans/specs for multiple projects SEPERATE checks must be submitted. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Only offers returned via "Personal Hand Delivery" and/or US Postal Service (i.e., First Class Mail, Priority Mail, or Express Mail) will be considered in compliance with this solicitation. Any other carriers will be rejected. Assistance on real estate matters should be directed to Kerry G. Pfrimmer, Real Estate Specialist, 770/4540621. Assistance on plans/specs should be directed to Clay Baker, Architect Engineer, 770/454-0628.

Kerry G. Pfrimmer, Real Estate Specialist, 770/454-0621 (W-349 SN280440)

USPFO for Washington, Attn: Contracting Office, Bldg 32, Camp

Murray, Tacoma, WA 98430-5170 Y-ADD/REPAIR COMMUNICATIONS ELECTRONICS TRAINING FACILITY, BLOG 116, CAMP MURRAY AIR NATIONAL GUARD STATION, TACOMA, WA SOL DAHA45-99-B-0001 POC Joanie Dobesh, Contracting Officer, 253/512-8311: Captain Mike Moran, Project Officer, 253/512-3210 This is a pre-solicitation synopsis for the furnishing of all plant, labor, equipment, materials, tools and other items to construct a two story preengineered metal building with concrete work, interior finishes, mechanical systems, plumbing systems, electrical systems. This solicitation is a 100% Small Business Set-Aside. Estimated cost of construction is between $500,000 and $1.000.000. Time of completion will be 270 calendar days from the receipt of the Notice to Proceed. The solicitation will be available on or about 14 January 1999. The Standard Industrial Code (SIC) is 1542. It is anticipated that a firm foed priced contract will be awarded from this solicitation. A non-refundable check for $40.00 must accompany the written request for the solicitation/drawings/ specifications. Make the check payable to DFAS-SB. To receive the bid package through the mail, send your request to USPFO for Washington, ATIN: Contracting Office, Bldg 32, Camp Murray, tacoma, WA 9843005170. The bid packages will also be available for pickup at that address between the hours of 9:00 a.m. and 3:00 p.m. See Numbered Note #1. (W-348 SN280198)

X Lease or Rental of Facilities—Potential Sources Sought

US EPA, LCRMD, Bldg 53, PO Box 25221, Denver federal Center,

Denver, CO 80225 X-RENTAL OF PARKING FACILITY SOL RFQ-9901 DUE 123098 POC Nancy Becker, 303 236-6039 This is a synopsis/solication (RFQ-9901) for rental of a parking facility prepared in accordance with the format in Simplified Acquisition Procedures of FAR 12, subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solication will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-05. This is a sole source requirement in accordance with FAR 13.106-1(b). EPA intends to issue a Firm Fixed Price Purchase Order (PO) for the rental of eight (8) parking spaces in Philadelphia, Pennsylvania, for one year. The following clauses and provisions apply: FAR 52.212-1, 52.212-3; shall be included with any offer, 52.2124 and 52.212-5. EPA intends to award to The Parkway Corporation, 150 N. Broad Street, Philadelphia, PA 19102. The closing date for RFQ-9901 is December 30, 1998. The anticipated award date is December 31, 1998. Proposals for RFQ-9901 are due by 1 P.M. MST on December 30, 1998. Courier or hand delivered proposals should be delivered to U.S. EPA, Bldg. 53, Door WI, Rm 11002, Denver Federal Center, Denver, CO 80225, ATTN: Nancy Becker. Proposals sent via U.S. Mail should be addressed to V.S. EPA, Bldg. 53, POB 25227, Denver Federal Center, Denver, CO 80225, ATTN: Nancy Becker. No telephonic requests, only written or faxed requests for information received directly from the requestor will be accepted. All responsible sources solicited may submit a bid, proposal or quotation which shall be considered. Authority FAR 13.106-1(b). Justification: Services are available from only one source and no other type of service will meet the agency requirement. Potential offerors should request information, pose questions and voice concerns to the procurement specialist. This is a sole source procurement. Synopsis published for information purposes only.

hocker ryna goy becker. (W-349 SN280543)

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-OM-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: Earthtill Embankment, 125,086 CY; Drainfill, 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 Conservation Service, 100 USDA, Suite 203, Stillwater, OK, 74074-2655 or requests may be faxed to (405) 7421295. No telephone requests will be accepted. (W-349 SN280241)

Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,

SC 29419-9010 Y-FAMILY HOUSING PRIVATIZATION INITIATIVE, SOUTH TEXAS AREA, NAVAL AIR STATION, CORPUS CHRISTI, IX SOL N62467-99-R-0869 DUE 012599 POC Contract Specialist: Candice Borden, Code 0212CB, fax at (843)820-5904. Contracting Officer: W. J. Anonie, Code 0212. The Department of the Navy is soliciting proposals from qualified parties interested in entering into a Limited Partnership Agreement with the United States Navy to construct housing for the South Texas Region under new legislative authority found in P.L. 104-106 110 Stat.186 Section 2801. The Limited Partnership Agreement for these family housing developments will include: privatization of 539 existing units at Naval Air Station (NAS) Corpus Christi including related improvements, and land for the construction of up to 160 new units and the demolition and replacement of 72 units. An additional 14 historic units will either be demolished or revitalized pending consultation with the State Historic Preservation Officer (SHPO). The privatized units will be conveyed to the Entity by transfer of title for nominal consideration. At the end of the term, the Entity will be required to transfer title of all intrastructure and improvements then existing to the Department of the Navy (DoN). DON will provide the underlying land via a nominal consideration longterm lease (50 years minimum). Two hundred units are planned to be constructed on private land at near Ingleside, 73 new units and 12 to 87 replacement units are planned to be sited on Government land at Corpus Christi. The successful Offeror will own, operate, mange and maintain the existing inventory of DON-owned family housing (539 units) and any additional units constructed, including site infrastructure, for a term of 50 years.; design, finance and construct needed renovations to 350 units of existing inventory; and design, finance, and construct 160 new units on DON-provided land and 200 on developer-provided land. The rent structure will be in accordance the Basis Allowance for Housing (BAH). The Navy's estimates making an initial equity investment of $25.6M in the project. The procurement will be conducted by the Commanding Officer, Southern Division, Naval Facilities Engineering Command, Charleston, SC utilizing a "Best Value process. In Step

Request for Qualifications (RFQ), interested investors/developers/teams are requested to submit a Statement of Qualification (S0Q) describing their demonstrated ability to successfully design, finance, construct, own, operate, maintain and professionally manage the kind of housing project which meets the needs of Naval Air Station Corpus Christi and Naval Station Ingleside, TX. Based on its evaluation, the Navy will issue the Step 2 Request for Proposals (RFP) to not more than four (4) investors/developers/teams judged best qualified. THE STATEMENT OF QUALIFICATIONS (SON) WILL BE DUE ON 25 JANUARY 1999 AT 2:00 PM LOCAL TIME. The SOQ should provide the following information: (1)Vision Statement, (2)Site Description and Control, (3)Statement of Organization/Team Composition, (4)Summary of Development Qualifications, Experience and Past Performance, (5)Summary of Operations and Management Qualifications. Experience and Past Performance, (6)Summary of Qualifications, Experience and Past Performance of Key Project Participants, and (7)Financial Information. This solicitation will be conducted in accordance with the terms and conditions contained in Section 2801 of the 1998 National Defense Authorization Act for Fiscal Year 1996, Public Law 104-106,110 Stat. 186 (10 U.S.C. 28712885). Copies of the Request for Proposal (RFP) will be available

Regional Contracting Office, 3600 Spurt Rd. Quarters 14, Lexington,

KY, 40511 Y-CONSTRUCT POLE BUILDING SOL IFB 405-0042 DVE 012899 POC Michelle L. Davy, Regional Contract Specialist, 606-253-8892 The Federal Bureau of Prisons intends to award a contract to a responsible company offering the lowest price to construct a pole building at the Federal Correctional Institution, Cumberland, Maryland. The contractor shall be responsible for rough grading the area where the building will be located, excavating the post holes and installing pressure treated posts

by written requests only on or about 30 December 1998. There is a $15.00 non-refundable charge for a copy of the RFP, WHEN REQUESTING THE RFP, PLEASE REQUEST Solicitation No. N62467-99-R-0869. No telephone orders for the RFP will be accepted; however, if problems arise concerning your request, call Ronnie Mitchum at 843/143-4040, Ext. 18. To order, you may use a Visa, Master Card, or Discover Credit Card or make company check payable to: Superintendent of Documents" and send to: DEFENSE PRINTING SERVICE DETACHMENT OFFICE, ATTN: RONNIE MITCHUM, SUITE "B", 2825 AVENUE "D", NORTH CHARLESTON, SC 29408-1802. To obtain Plan Holders list, a list of all parties which have requested a copy of the RFP, tax your request to 843/ 743-3027. Plan Holders List will be mailed. For inquiries about date for receipt of proposals or number of amendments; contact Susan Clark at 843/820-5775. Technical Inquiries prior to Receipt of Proposals MUST be submitted in writing to Southern Division or faxed to 843/ 820-5853, Attn: Candice Borden, Code 0212CB (email: ). (W-349 SN 280331)

Commanding Officer, Southern Division, Naval Facilities Engineering Command. 2155 Eagle Drive, P. O. Box 190010, North Charleston,

SC 29419-9010 Y-FAMILY HOUSING PRIVATIZATION INITIATIVE, KINGSVILLE, 11 50 N62467-99-R-0885 POC POC Contract Specialist: Candice Bordon, Coke 0212CB, fax al (843) 820-5904 The Pre-solicitation Notice issued u CBD on 15 December is cancelled. The original synopsis was setiap 2.2 proposals from qualified development firms interested in entering a limited Partnership Agreement to construct housing units tw Naval Air Station, Kingsville, Tx. (W-349 SN280594)

of a steel framed building with masonry/stone veneer exterior supported by metal studs: built-up roof; full dock; and concrete paved parking and maneuvering areas, to be known as the Oak Springs Station in Austin, TX 78721-9998. in accordance with the plans and specifications. Site is moderately steep in existing slope and will require extensive excavation. The site contains a wetlands supported by active springs. The site is located near the corner of Airport Boulevard and Oak Springs Drive in Austin. Estimated cost range $1,800,000-$2,000,000 and construction time is 330 calendar days. Successful offeror must submit their Subcontracting Plan for Small and Minority-Owned, and Woman-Owned Business initially and the after with their progress payment requests. The contractor must subcontract with minority business firms in an amount aggregating not less than 10% of the total value of its subcontracts. A 20% proposal bond is required on all proposals. The successful contractor will be required to provide 100% Performance and 50% Payment Bonds within forty-eight (48) hours after notification of award. Offers will be received in this office, prior to, but not later than 3:30 p.m. on January 19, 1999. Proposal documents, plans and specifications will be available on December 18, 1998 at a cost of $100.00 per set (NON-REFUNDABLE) payable by check or money order only. Requests for packages shall be forwarded to Brown Reynolds Watford Architects, Inc., 3535 Travis, Suite 250, LB 102, Dallas, TX 75204-1494, Attn: Steve Danielson, Telephone: 214/528-8704. Checks or money orders must be made payable to BROWN REYNOLDS WATFORD ARCHITECTS, INC. Since this is a request for proposals, offers will not be publicly opened. The number of offers received, the identity of the offerors, the amount of any one offer, or relative standing of offeror will not be disclosed. Plans may be inspected at the issuing office and any questions and/or information regarding this solicitation may be obtained by calling Jerry Caldwell, Project Manager at 214/ 819-7270. Offerors are encouraged to submit their proposal by one of the methods offered by the U.S. Postal Service (First Class, Priority Mail, or Express Mail). ***** (W-349 SN280450)

USDA Forest Service, Siskiyou National Forest, 200 NE. Greenfield

Road, P.O. Box 440, Grants Pass, Oregon 97528-0242 Y-LUDLUM HOUSE CONSTRUCTION (955) CHETCO RANGER DISTRICT SOL 99-10C DUE 021999 POC Contract Specialist. Clyde Hooper, U 471-6600 Work consists of the removal and disposal of existing boost and foundation, and construction of a similar structure (wood frame Iwo-story house), to include steel reinforced concrete foundation, pretty wood frame windows, wooden shutters, solid wood doors, wood te screen doors, shelving, sheetrock, wall paneling, masonry constructie cedar shingle siding, and fiberglass shingled roof. All work to be performed in accordance with State and local County building adet L Estimated price range is between $25,000 and $100.000. Estimated issue date of the solicitation is on or about January 20, 1999. Conte time is approximately 180 calendar days and estimated beginning ta is June 16, 1999. The successtul quoter will be required to treat payment protection in the amount of 50 percent of the total core? price. This procurement is unrestricted (full and open congette a pursuant to P.L. 100-656, Small Business Competitive Demonstrum Açt. Requests for this solicitation must include name, address * code, telephone number, and the solicitation number referenced some

mkoeper/ Siskiyou NF Contracting Sective (W-349 SN280601)

USPLFO FOR ARKANSAS, ATTN: DSS-PC, BLDG 7100, CAMP JOSEPH

T. ROBINSON, NO UTTLE ROCK AR 72199-9600 Y-CONSTRUCT/ALTER COMMUNICATION FACILITY SOL FICESQ-8316A100 POC CONTRACT SPECIALIST TIMOTHY PIGHEE 501-212-4401 (Site Code DAHA03) This is an amendment to the Pre-Solicitation notice that was published on 15 Dec 1998 to provide all plant, labor, material, equipment, applicances and supervision necessary to construct a 6700 SF Air National Guard Communication Facility. The solicitation number is F5CESQ-8316-A100. This amendment changes the following: Invitation for bid is changed from o/a 15 Dec 1998 to o/a 5 Jan 1999; contract award date from o/a 5 Feb 1999 to o/a 20 Feb 1999 and Notice to proceed o/a 23 feb 1999 to o/a 5 Mar 1999. Responses should be mailed to: USP&FO For Arkansas, ATTN: DSCLOG-PC Timothy Pighee, Camp Joseph 1. Robinson, North Little Rook, AR 72199-9600 (1-349 SN280535)

Commander, Lantnavlacengcom, 1510 Gilbert Street, Norfolk, W

23511-2699 (attn: Code 0222) Y-CHILD DEVELOPMENT CENTER, MARINE CORPS AIR STATION, DE RY POINT, NORTH CAROLINA SOL N62470-97-8-7055 DUE 1229481 Printing Assistant, Priscilla Schaefer, 757-444-5968-Contract Security Milton S. Epperson, ill, 757-322-8233 This action published CBD on 22 October 1998 is amended as follows: The Response la has been changed to 29 December 1998. This project is not si at for 'small business. Large businesses shall submit a subcentracting plan prior to award of the contract.

EppersonMS@efdlant naviac.navy.mil Click here to contact the Centre Specialist via e-mail (W-349 SN280613)

Commanding Officer, Southorn Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,

SC 29419-9010 Y-FAMILY HOUSING PRIVATIZATION INITIATIVE, KINGSVILLE, TEXAS AREA. SOL N62467-99-R-0885 DUE 012599 POC Contract Specialist: Candice Borden, Code 0212CB fax at (843)820-5904. Contracting Officer: W. J. Anonie. The Department of the Navy is soliciting proposals from qualified parties interested in entering into a Limited Partnership Agreement with the United States Navy to construct housing for Naval Air Station, Kingsville, TX under new legislative authority found in P.L. 104-106 110 Stat. 186 Section 2801. The successful Oiteror will design, finance, construct, own, operate, and maintain 150 or more new housing units for a minimum period of 10 years with an option for 5 additional years. The family housing development will include 150 or more good quality energy efficient, affordable units which will be available to active duty military personnel stationed at Naval Air Station Kingsville on a right of first refusal basis. The development will be located on privately owned land near Naval Air Station, Kingsville, TX. The developer will provide land for the housing. To ensure the availability of these units at total shelter costs which do not exceed individual members' Basis Allowance for Housing, the limited partnership agreement will include provisions for differential lease payments by the Navy estimates making an initial investment of $4.3M in the project, with additional participation through differential lease payments. The total cost of the Navy's participation in the project, including the initial equity investment and any future differential lease payments will not exceed $6.7M. The procurement will be conducted by the Commanding Officer, Southern Division, Naval Facilities Engineering Command, Charleston, SC utilizing a "Best Value” process. In Step 1 Request for Qualifications (RFQ), interested investors/developers/teams are requested to submit a Statement of Qualification (SOQ) describing their demonstrated ability to successfully design, finance, construct, own, operate, maintain and professionally manage the kind of housing project which meets the needs of Naval Air Station Kingsville, TX. Based on its evaluation, the Navy will issue the Step 2 Request for Proposals (RFP) to not more than four (4)investors/developers/teams judged best qualified. THE STATEMENT OF QUALIFICATIONS (SOQ) WILL BE DUE ON 25 JANUARY 1999 AT 2:00 PM LOCAL TIME. The S0Q should provide the following information: (1)Vision Statement, (2)Site Description and Control. (3)Statement of Organization Team Composition, (4)Summary of Development Qualifications, (5)Summary of Operations and Management Qualifications, Experience and Past Performance. (6)Summary of Qualifications, Experience and Past Performance of Key Project Participants, and (7)Financial Information. This solicitation will be conducted in accord. ance with the terms and conditions contained in Section 2801 of the 1998 National Defense Authorization Act for Fiscal Year 1996, Public Law 104-106,110 Stat. 186 (10 U.S.C. 2871-2885). Copies of the Request for Proposal (RFP) will be available by written requests only on or about 30 December 1998. There is a $15.00 non-refundable charge for a copy of the RFP. WHEN REQUESTING THE RFP, PLEASE REQUEST Solicitation No. N62467-99-R-0885. No telephone orders for the RFP will be accepted; however, it problems arise concerning your request, call Ronnie Mitchum at 843/743-4040, Ext. 18. To order, you may charge to a Visa, Master Card, or Discover Credit Card or make company check payable to: "Superintendent of Documents" and send to: DEFENSE PRINTING SERVICE DETACHMENT OFFICE, ATTN: RONNIE MITCHUM, SUITE "B", 2825 AVENUE "D", NORTH CHARLESTON, SC 294081802. To obtain Plan Holders list, a list of all parties which have requested a copy of the RFP, far your request to 843/743-3027. Plan Holders List will be mailed. For inquiries about date for receipt of proposals of number of amendments: contact Susan Clark at 843/ 820-5775. Technical Inquiries prior to Receipt of Proposals MUST be submitted in writing to Southern Division or taxed to 8437820-5853, Attn: Candice Borden, Code 0212CB (cgborden@efdsouth naviac.navy.mil). (W-349 SN280415)

Commanding Officer, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,

SC 29419-9010 Y-FAMILY HOUSING PRIVATIZATION INITIATIVE, SOUTH TEXAS AREA, NAVAL AIR STATION, CORPUS CHRISTI, TX SOL N62467-99-R-0869 POC POC Contract Specialist Candice Borden, Code 0212CB, lax at (843) 820-5904. The Pre-solicitation Notice issued to CBD on 15 December is cancelled. The original synopsis was seeking proposals from qualified development firms interested in entering into a limited Partnership Agreement to construct housing units for the South Texas Region (W-349 SN280581)

USDA Forest Service, Ozark-St Francis National Forest, 805 West

Main Street, Russellville, AR 72801 Y-CONSTRUCTION OF CHOCTAW OFFICE AND RECONSTRUCTM CHOCTAW OFFICE ACCESS ROAD NO A54 SOL FS-WOC-99-60. B. 021799 POC Virginia A. Thomas, 501-964-7298 Work in this Section consists of the construction of the Chocklaw Office Nisitor Center includes a 3600 SF building, paved parking lots, all site stiltes man sewer, electrical, and communications) and site amendes suck lighting, fencing, and sidewalks. Construction time will be approximate" 210 calendar days. This project is located on U.S. Highway $$?? in leflore Coounty, Oklahoma, approximately nine miles south of Herre Ouachita National Forest. The range for this project is between $500 * and $1000,000. Inquiries or request for this project can be stored by calling 501-964-7298 or far at 501-964-7268. (W-349 SN 288619

Billings Area Indian Health Service, 2900 4th Avenue North, Room

304, P.O. Box 2143, Billings, MT 59103 Y-CONSTRUCT A SOLID WASTE CANISTER SITE ON THE NORTHERN CHEYENNE INDIAN RESERVATION, BIRNEY, MT. SOL RFQ 10-99-006 POC Toni 1. Holland, Purchasing Agent, (406) 247-7063. The purpose of this notice is to cancel RFQ 10-99-006 in its entirety. (W-349 SN280588)

Facilities Service Office, U.S. Postal Service, 7800 N Stemmons

Frwy. Suite 400, Dallas, TX 75247-4217 Y-NEW CONSTRUCTION LEASED-ADVERTISEMENT TO CONSTRUCT & LEASE, MCGEHEE, AR 12437-9998 SOL 482980-99-A-0034 DUE 011599 POC David Cleveland, USPS Real Estate Specialist, 214/819-7135 Construction of a leased facility which will contain approximately 5.181 net interior square feet. All offers must be based on the site listed in the solicitation. The successful offeror will be required to purchase the site in accordance with the terms and conditions specified in the Assignable Option to Purchase which is included in the solicitation package Plans and specifications are available by contacting CENTURY COPI-TECHNICS, INC, 4519 MCKINNEY AVE, DALLAS, TX 75205-4313, PHONE (214) 521-1991, FAX (214) 521-1788. or E-MAIL ADDRESS: copil @air mail.net. Reterence solicitation number and location.

jhart@email uspsk ov (W. 349 SN280590)

National Park Service, Cuyahoga Valley National Recreation Aw

15610 Vaghn Road, Brecksville, Ohio 44141 Y_STORAGE FACILITY SOL 1443R0616099005 POC Yolanda e Re (440) 546-5915 or fax (440) 546-5922 This is a solicion no to furnish all labor, materials and equipment to construct a step facility on an existing 54'x 130' stone base at the Virginia Kestal Maintenance Area located within the boundaries of Cuyahofa vale National Recreation Area, Brecksville, Ohio. Estimated cost range 325 to $100.000. SIC Code: 1542. Request for Quotation 1443R0616099 will be available on or about January 5, 1999. Requests for the Reptes for Quotation may be addressed to Yolanda M. Ray. Purchasing apie National Park Service, Cuya hoga Valley National Recreation Artz 1363 Vaughn Road, Brecksville, Onio 4141. Telephone requests were most accepted. Faxed requests will be accepted at (440) 545-5972 fests for plan holders list will not be faxed. Request for Quotation pacta will not be expressed mailed. The estimated quote date wil De 20 calendar days from the Request for Quotation issue date. Acta date to be established when Request for Quotation date is 192 Details will be stated in Request for Quoation Award will be rest pursuant to P.L. 100-656 See numbered Note 1. All responsible seems may submit an offer, which will be considered. *****

CUVA_ Storage Facility (W-349 SAZBULIN)

Facilities Service Office, U.S. Postal Service, 7800 N Stemmons

fry. Suite 400, Dallas, TX 75247-4217 Y-AUSTIN, TX 78721-9996—OAK SPRINGS STATION --NEW CONSTRUCTION OWNED PROJECT SOL 482980-99-A-0619 DUE 011999 POC Steve Danielson, Brown Reynolds Watford Architects, Inc., 214/5288704 or Jerry Caldwell, Project Manager. 214/819-7270 This project is for construction of a new 19,506 square foot facility consisting

Maintenance, Repair or Alteration of Real Property

will be due on February 4, 1999. The solicitation will contain information pertaining to a site visit scheduled for January 12, 1999.

www.mcchord at.mil/private/lg/cons/conindex.htm click here to cownload a copy of the RFQ.

Terry click here to contact the Contract Specialist (W-349 SN280339)

90th Contracting Squadron, 7505 Marne Loop, F.E. Warren AFB,

WY 82005 AUPSRADE ELECTRICAL DISTRIBUTION-MISSILE DRIVE SOL F4860898-80011 POC Contact Capt Bailey. 307-773-6950. Contract Administrator 1. Subject solicitation is cancelled in its entirety. (W-349 SN280455)

USPFO for Utah, P.O. Box 2000, 12953 Minuteman Drive, Draper,

UT 84020-2000 REPAIR AIRCRAFT PARKING APRON SOL USEB962019 POC Contract Ripecialist, Diane N. Johnson (801) 595-2312 This is a modification o the presolicitation notice issued as USEB962019, dated 12/10/98. "he CBD Submission number for the original announcement is 279353.

this modification is issued to change the project to be bid as unrestricted rith consideration given to small disadvantaged businesses All of he other information remains correct as stated. (W-348 SN280188)

General Services Administration, Public Buildings Service (PBS). Brooklyn/Queens Long Island Property Management Center, 2PMC-

B. 625 Fulton SI. (10 Metrotech), 7th Floor, Brooklyn, NY, 11201 2-DIQ MULTIPLE AWARD TERM CONSTRUCTION CONTRACT WITH DESIGN CAPABILITIES IN NYC, NASSAU, SUFFOLK AND WESTCHESTER COUNTIES IN NYS. SOL GS-02P-99-PCD-0026 DUE 122998 POC John Marino. Contract Specialist, Phone (718) 254-7127, Fax (718) 2547084, Email john Adams, Contracting Officer, Phone (718) 254-7106. Fax (718) 254-7085. Email This is a synopsis of a Pre-Solicitation Notice for the above-cited solicitation number, Responses to the notice are due approximately December 29, 1998. Tentative issuance of the solicitation is January 19, 1999. Tentative Closing Date is February 23, 1999. If you are interested in receiving a copy of the solicitation, please contact the General Services Administration, Brooklyn-Queens-Long Island Property Management Center (2PMC-B), 625 Fulton Street, 7th Floor (10 Metrotech), Brooklyn, New York

http//eps ar net.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS02P-99-PCD-0026& LocID=50 Visit this URL for the latest information about this notice

john.marino@g sa gov John Marino (D-349 SN280509)

36th Contracting Squadron, 36 CONS/LGCU, Unit 14040. Andersen

AFB, Guam, APO AP 96543-4040 HRENOVATE LOUNGE, PASSENGER TERMINAL BLDG. 17002 SOL

254133-98-R0008 DUE 022299 POC Contact SSgt Riley-Buyer, (671) 66-6616 or fax (671) 366-3242, Sherry Wall, Contracting Officer, 371) 366-2354!! The work includes, but is not limited to, furnishing | all labor, materials, tools, equipment, quality control. supervision Ad support, in performing all operations for Renovate lounge. Passenger erminal, Bldg. 17002 at Andersen AFB. Guam. Primary work will consists I removal and replacement of existing flooring in the inbound passenger rea, outbound passenger lounge and processing center. Removal and splacement of existing ceiling in the lounge and offices. Extension

the fire sprinkler system in family lounge, renovation of special ategory lounge, and installation of carpet all passenger services Tices, lobbies, Clean-up and disposal of all debris. Upon completion

operations, all existing work shall be in a condition equal to or After than that whcih existed before the new work is started. Provide curate "red fine" drawings to ensure correct as builts, Work also cludes clean-up of premises at completion of the project. Performance wiod to inlude mobilization, submittals and materials procurement, ad construction will be 250 days. (90 calendar days for mobilization, id 160 days for actual construction) The magitude of this construction Dject is between $250,000.00 and $500,000.00. The contract type inteplated for this requirement is Firm Fixed Price. Proposals are Hicited on a unrestricted basis. There is a non-retunable charge

this solicitation in the amount of $61.00. Only cashiers checks money orders will be accepted made Dayable to the U.S. Department Treasury. Cash, company checks, and personal checks will not be cpeted. Ollerors are encouraged to furnish their federal Express

DHL account numbers in order to expedite delivery. Issuance of & solicitation will on or about 21 Jan 99**** (W-348 SN280208)

Commanding Officer, USCG Civil Engineering Unit Oakland, 2000

Embarcadero, Suite 200, Oakland, CA 94606-5337 2-RESURFACE MAIN ROAD PAVEMENT AT COAST GUARD AIR STATION PORT ANGELES, WA SOL DICG88-99-8-623239 DUE 021199 POC ALMER ADAMS, CONTRACTING OFFICER OI BID ISSUE CLERK (510) 535-7242 PRE-SOUCITATION DICG88-99-B-623239 - RESURFACE MAIN ROAD PAVEMENT AT GOAST GUARD AIR STATION PORT ANGELES, WA. Only written requests for solicitations will be accepted. Furnish all labor material and equipment necessary to Overlay the main road pavement at Coast Guard Group Port Angeles. Work includes: Overlay pavement with I inches thick A.C. from the front gate and end at the gates/fence of the north and south side of the hanger building, approximately 155,880 sq ft. Drawings and specifications can be purchased on a first come, first served basis, at the rate of $15. Requests will be accepted by mail only, and must include payment in the applicable amount by Cashier's Check or Money Order, made payable to the U.S. Coast Guard. Personal and Business Checks will not be accepted. Mailing address is: Commanding Officer, U.S. Coast Guard CEU Oakland, 2000 Embarcadero #200, Oakland, CA 94606-5337, Attn: Bid Issue Clerk. NO EXPRESS MAIL PROCEDURES WILL BE UTILIZED ON MAILINGS OF PLANS AND SPECIFICATIONS. No refunds will be made and materials need not be returned. It project is cancelled or no award is made, cost of plans and specifications will be refunded only on written request. Estimated Range is $100,000 and $250,000. The performance period is 60 calendar days after receipt of Notice to proceed. The procurement is subject to the Small Business Competitiveness Demonstration Program and is open to large and small business participation. The applicable SIC code is 1611 Small business size standard is $17.0 million. THIS IS AN UNRESTRICTED ACQUISITION BEING SOLICITED AND ALL RESPONSIBLE SOURCES ARE ENCOURAGED TO RESPOND For minority. women. and disadvantaged business enterprises: The Department of Transportation (DOT Office of Small and Disadvantage Business Utihzation) has programs to assist minority, women owned and disadvantaged business enterprises to acquite short-term working capital and bonding assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates up to $500,000 per contract to provide accounts receivable financing. Anticipated bid issue date is 12 January 1999, with bid opening date 30 days later. ONLY WRITTEN REQUESTS FOR SOLICITATIONS WILL BE ACCEPTED. PLEASE MAIL YOUR REQUESTS TO THE ATTENTION OF BID ISSUE CLERK. (W-349 SN280423)

Federal Bureau of Prisons, Mid-Atlantic Regional Contract Office,

3600 Spurt Road, Qtrs $14, Lexington, Ky., 40511 I-WATER TANK REPAIR/RESURFACING SOL IFB118-0155 DUE 020299 MC Norman Ward, Regional Contract Specialist The Federal Bureau

Prisons. Mid-Atlantic Regional Contracting Office in Lexington, KY tends to award a tirm-fixed price construction type contract under B118-0155. The requirement consists of the repair and resurfacing

a 500,000 gal ground-level water tank located at the Federal Correconal Institution in Petersburg. VA. Paint samples have been determined

contain 6 1/2% lead. This requirement is a 100% small business t-aside and requires the contractor to be licensed and experienced

the removal of lead based paint. The magnitude of this project estimated at $25,000-$100,000. The tentative release date of this licitation is January 4, 1999; closing February 2, 1999. All interested rties may submit a written request for the solicitation package to: e Federal Bureau of Prisons, Mid-Atlantic Regional Contract Office, 00 Spurr Road, Qtrs #14, Lexington, KY 40511, Attn: Norman Ward, S. Fax requests may be submitted to (606)253-8882. Request may o be submitted via internet to . (1-349 SN280323)

US PROPERTY & FISCAL OFFICE-NY, ATTN MNPF-PC, 330 OLD

NISKAYUNA ROAD, LATHAM NY 12110-2224 I-TASK ORDER CONTACT, STEWART AIR NATIONAL GUARD BASE, NEWBURGH, NEW YORK. SOL DAHA30-99-R-0001 DUE 012799 POC Contract Specialist Mr. Mark Walsh (518) 786-4741 (Site Code DAMA30) Best Value Construction Services Task Order Contract (TOC). The USPFO for New York is soliciting Requests for Proposals (RFP) for multiple award, multiple-year, maintenance, repair and construction service contracts. Multiple awards will be made. Task orders will be issued to TOC contractors based on the low competitive price, or a combination of price and other factors (best value judgments) in accordance with FAR 16.505. Task Orders may be issued for a period of two (2) calendar years from date of contract award, with three one year options to be exercised at the discretion of the government, in accordance with Federal Acquisition Regulation 52.217-9. Task orders shall not exceed à cumulative amount of $5,000,000: individual task order shall not exceed $500,000.00 inclusive of modifications and change orders. Source selection procedures in accordance with DFARS Part 215.605 shall be utilized for the basic TOC Significant evaluation criteria for the basic contract in descending order of importance are: (1) Past Performance with an emphasis on Company Experience. Projects Completed and Letters of Recommendation; (2) Project Management with emphasis on Management/Support Staff and Quality Control Plan; (3) Financial Capability with emphasis on Capability to perform and Bonding Capacity: (4) Location in relation to the work-site: (5) Price Proposal on Prototypical Project in relation to the Government Estimate. Interested parties may obtain a copy of the Request for Proposal by written request or facsimile, Reference: Task Order Contract for 105th Airlift Wing, Stewart Air National Guard Base, Newburgh, N.Y... RIP No. DAHA 30-99-R-0001. SUBMIT REQUEST FOR RIP PACKAGE TO: U.S. Property & Fiscal Office for NY, 330 Old Niskayuna Rd., Latham, N.Y. 12110-2224, or by facsimile (518) 786-4985. No telephone requests will be accepted. All responsible sources may submit a proposal which shall be considered is anticipated the solicitation will be available for distribution on or about 4 January 1999, Responses to RFP are due by 4 February 1999. However, if the RFP is not available until after 4 January 1999 the responses to the RFP are due 30 days after the date of the solicitation. This procurement is RESTRICTED TO SMALL BUSINESSES. The Standard Industrial Codes (SIC) applicable to this advertisement are contained within Major Group 15: Building Construction, Major Group 16: Heavy Construction Other Than Building Construction, a Major Group 17: ConstructionSpecial Trade Contractors, (1-349 SN260536)

620 Contracting Squadron, 100 Main Street, Suite 1049, McChord AFB, WA 98438-0178 RPR ROOF VORTAC B1405 AT MCCHORD AFB WA SOL F456031-0126 DUE 020499 POC POC, Terry Seaverns, Contract Specialist 3) 984-3894 or Harold Goodchild, Contracting Officer (253) 9848 The work consists of furnishing all plant, labor, equipment and erials to remove the existing metal roti down to the structural I replacing deteriorated 2" decking, applying a single ply vapor ier and recovering the roof with 24 gauge tern coated stainless I rooting material on Building 1405 at McChord AFB, WA Building 6 houses the VORTAC serving McChord AFB and the FAA at SEATAC national and Olympia airports. A Notice to Proceed will be issued

award of a contract for on site work to commence on or about 26, 1999. The on site period of performance is 30 calendar All material subbmittals must be approved before commencement

site work. Al materials must be available for work to commence he date specified in the Notice to proceed to minimize the impact egional air traffic. The work site is in a security sensitive area. magnitude of construction is between $25,000 and $100,000. This tation will ONLY abe available at the 620 Contracting Squadron site listed below and will be available on January 4, 1999. Quotations

Officer in Charge of Contracts; Building 307, 2nd Floor; Naval

Air Station, Fallon, Nevada, 89496-5000 1-CLEAN, TEST AND INSPECT FOUR FUEL TANKS AT THE NAVAL AIR STATION, FALLON, NEVADA SOL N62474-99-8-2004 DUE 012099 POC Belinda Bratcher. Contracting Officer: 702-426-2926 This solicitation is for all materials, labor and equipment required to clean, test and inspect three underground and one above ground fuel tank in the Fuel Farm at the Naval Air Station, Failon, Nevada and all incidental related work as may be requested by the Contracting Officer. The underground fuel tanks were installed in the 1950's and are immersed in water the majority of the year due to the high water table in the area. It is essential to take precautionary measures to test the integrity of these tanks to prevent possible fuel leaks/spills and to determine the urgency to replace them. Last Cleaning was in 1993. Estimated dollar range for the maximum is between $100,000 and $250,000. The contract duration is for 60 days. MODIFICATION: This announcement was originally made as a Service Contract, however, this project will now be solicited and awarded as a Constructiontype contract. The announcement is further modified to change Bid Opening Date to 20 January 1999, and to correct the address and phone number of the Plan Issue Office. Plans and specifications will now be available on or about December 21, 1998. Requests for solicitation packages must be in writing to the PLAN ISSUE OFFICE: Defense Automated Printing Service, San Bruno, California. There is NO CHARGE for specificatrons. Plan Issue Ollice: Defense Automated Printing Service, AIIN: Chris Rogers, 900 COMMODORE DRIVE, BUILDING 203, SAN BRUNO. CA 94066-5006. Please include (1) Solicitation number, (2) Firm's Point of Contact. (3) the Firm's complete name, address, fax and telephone numbers and whether bidding as a prime, subcontractor or Supplier, To obtain a Plan Holders List (PHL) and/or specification, fax your request to (650)244-3349. PHLS cannot be faxed and will only be mailed. For inquiries about the bid opening date, number of amendments. or technical questions, FAX your inquiry to (702) 426-3205 referencing the solicitation number. This procurement is unrestricted and all responsible sources may submit an offer which will be considered

Officer in Charge of Construction (D-349 SN280426)

USDA Forest Service, Siskiyou National Forest, 200 NE. Greenfield

Road, P.O. Box 440, Grants Pass, Oregon 97528-0242 2-OREGON REDWOODS TRAIL AND TRAILHEAD CONSTRUCTION (073) WESTSIDE ENGINEERING ZONE SOL 99-09C DUE 020499 POC Contract Specialist, Clyde Hooper, 541/471-6600 Work consists of construction of a trailhead and two loop trails for a total of approximately 1.76 miles, to include: Clearing; excavation; construction of log barriers and rock waterbars; and furnishing and placing crushed aggregate, a picnic table, and a fire ring. Estimated price range is between $25,000 and $100,000. Estimated issue date of the solicitation is on or about January 7. 1999. Contract time is approximately 301 calendar days. The successful quoter will be required to furnish payment protection in the amount of 50 percent of the total contract price. This procurement is unrestricted (full and open competition) pursuant to P.L. 100-656, Small Business Competitive Demonstration Act. Requests for this solicitation must include

Issue No. PSA-2244; Thursday, December 17, 1998

name, address, zip code, telephone number, and the solicitation number referenced above.

mkoeper/ Siskiyou NF Contracting Section (W-349 SN280555)

01-119-5747 3 ea Test Set Subassembly 6130-01-242-2453 4 us Pro 11 Supply Assembly 5998-01-380-8958 10 ea Circuit Card Assembly Sali 01-193-6753 12 ea Adapter, Connector 5998-01-378-8541 15 naik tronic Component 6150-01-420-6458 6 ea Cable Assembly, Spec 6154 01-429-2390 2 ea Cable and Conduit Assembly 5998-01-422-3071 Li ea Electronic Component 5999-01-184-6414 25 ea Circuit Card Assembo 5998-01-094-9639 7 ea Circuit Card Assembly 5998-01-094-%3] ea Circuit Card Assembly 5998-01-094-9631 9 ea Circuit Card Assement 5998-01-376-3308 1 ea Electronic Component 6625-01-936-9058 3 Test, Fixture This is a sole source acquisition to PEl Electronics in due to lack of technical data. Parties interested in subcontract possibilities should contact PEI directly at (256)895-2020. *** SN280286)

CG, MCAS Cherry Point, Facilities, ADIC Facilities Support Contracts,

Building 87, PSC Box 8006, Cherry Point, NC 28533 HPAVEMENT REPAIRS TO ROOSEVELT BLVD & "A" STREET, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA SOL N6247099-0-3533 DUE 012599 POC Starla Trivilino (252) 466-4103 The work includes all necessary labor, materials, equipment, supervision, tools and transportation to repair pavement using milling equipment and pavement patching to renew riding surfaces and promote positive drainage at Marine Corps Air Station, Cherry Point, North Carolina. Issue date is 29 Dec 98. Quotation due date is 25 Jan 99. This procurement is a small business set-aside. This procurement will be awarded under the Simplified Acquisition Procedures. Request solicitation in writing (FAX (252) 466-3725). (1-349 SN280558)

Billings Area Indian Health Service, 2900 4th Avenue North, Room

304, P.O. Box 2143, Billings, MT 59103 GRENOVATE FIVE (5) GOVERNMENT QUARTERS AT THE PHS INDIAN HOSPITAL, BROWNING, MONTANA, SOL RFQ 10-99-007 POC Toni J. Holland, Purchasing Agent, (406) 247-7063. The purpose of this notice is to cancel RFQ 10-99-007 in its entirety. (W-349 SN280584)

such as framing, finish work, ceramic tile, floor and wall coverings. ceilings, roofing, cabinets, and hardware on buildings, structures, and facilities. MEDDAC MAINTENANCE: Consists of a separate, dedicated maintenance team to maintain, operate, repair, install, inspect, remove, and modify equipment and systems at the hospital and other associated MEDDAC facilities. FORESTRY: Manage all work relating to conservation of natural resources, utilizing standard/recognized natural resource management practices. SUPPLY AND STORAGE: Catalog. submit orders to government buyers, receive and manage all supplies, materials, tools and equipment for performance of all functions, including maintenance of all funds and accountability records. UTILITIES: Operate, maintain and repair utility plants and systems; sewage collection, treatment and disposal systems; related mechanical systems; air conditioning, cooling and heating systems (furnaces, boilers); underground irrigation systems: portable chemical latrines: natural gas systems; plumbing systems, fixtures and components; liquid fuel/POL systems; steam distribution and tire protection/alarm systems, interior and exterior electrical distribution and lighting systems, including high voltage and emergency electrical generating equipment. ENVIRONMENTAL: Manage contractor hazardous material, asbestos and ozone depleting substance operations. FAMILY HOUSING MAINTENANCE: Repair, replace, maintain, and install all interior and exterior components of family housing quarters and associated real property. OTHER; Sheet metal work; limited interior and exterior painting; glass work; automatic doors; swimming pools and components thereof; some airfield systems, operate a self-help store, operate a building services office for complete servicing (other than janitorial). Skills involved will be under both Service Contract Act and Davis-Bacon Act wage determinations. SECURITY CLEARANCE: SECRET security clearances will be required for a few personnel required to participate in mobilization or contingency meetings; national agency checks will be required for personnel working on certain alarm systems. Selected items of existing and available government owned equipment will be offered. The government will maintain, repair, replace and furnish fuel and lubricants. The government provides some tools and equipment, in an “as is condition.“ A contractor will have to replace those government provided tools and equipment as they become unusable testimated at $100,000 to $250,000 for the duration of the contract). The government on an as needed basis will provide basic commercial equipment, such as heavy engineer-type equipment. The contract will be a fixed price based on fixed unit prices for the various work elements, with a cost-reimbursable line item for supplies and materials. The SIC code is 8744, Base Maintenance. The contract will be a base period with four option years. The estimated magnitude of this requirement is approximately $5-10 million per annum. Interested sources should provide a capability statement to the address below. This statement should include the following: 1) name and address of firm; 2) size of business, including annual gross revenue of the concern for the last three fiscal years and average number of employees for each of the last three fiscal years; 3) ownership and control, ie, largel small/small disadvantaged/8a/woman owned, 4) year firm established; 5) name of two principals to contact, including title and telephone/ fax number; 6) previous experience include on-going contracts or contracts completed within the last five years under SIC code 8744, Base Maintenance: a) name of contracting activity or company; b) contract number; c) contract type, i.e. firm-fixed price, cost plus, indefinite quantity, combination, etc.; d) period of performance; e) total contract value including actual costs for past contracts; 1) summary description of contract work performed; 8) contracting officer's name and telephone/ fax number; h) contracting officer's technical representative or primary point of contact, name and telephone number: 1) list of major subcontractors including name, address and telephone/fax number of primary point of contact; 7) this statement shall discuss your relevant experience in all areas listed above; 8) provide proof of financial capability that shows your company has the resources to independently support cash flow for a contract of this magnitude for a period of 60--90 days after costs are incurred; 9) if Small Business, extent of reliance on large businesses or other small businesses to enhance financial and managenal capability: 10) discuss management structure, capabilities and effectiveness that shows you have the knowledge, skilt, ability and experience to accomplish the requirements of a contract of this magnitude; 11) discuss your knowledge, understanding and compliance with Federal regulations and policies;. Please limit your response to no more than 30 pages total. The type should be no smaller than 12-pt pica. A page is defined as one single-side. Your capability statement is requested by 15 January 1999 to U. S. Army Intelligence Center and Fort Huachuca, ATTN: AIZS-DKO-H (Ms Lynn Sleeth), Post Office Box 12748, Fort Muachuca, AZ 85670-2748. All information submitted is at offeror's own expense Your response will be evaluated against our requirement. Respondents will not be notified of the results of this market survey. Facsimiles will not be accepted. All responses must be in writing. All responsible sources may submit a capability statement that will be considered by the Agency. (W-348 SN280178)

OBS-Contracting. AFRC-FM-BSC-PC, 2103 South 8TH Avenue, Fort

McCoy, WI 54656-5153 1-RENOVATE BLDG. 2111 AT FORT MCCOY WI SOL DAKF61-99. B-0008 DUE 020999 POC Sherry Middleton, Contract Specialist, 608388-4517, Sandra ) Drecktrah, Contracting Officer, 608-388-2703 Provide all labor, materials, tools, and equipment and perform all work required to renovate Bldg. 2111 at Fort McCoy, WI in accordance with the drawings, wage determination, and other conditions of the contract. Work will require but is not limited to general renovation of restrooms and other interior rooms to include: ADA compliant restrooms, relocate kitchen counter and sink area, replacing carpeting and vinyl composite tile, demo and construct interior walls, replace broken ceiling tile, install interior lift, exterior ramp, smoking shelter, bus shelter and miscellaneous plumbing and electrical. Total magnitude of this acquisition is between $100,000 and $250,000 20% Bid bond is uired. Alter award, Payment and Performance bonds are required. Sic code 1542 and small business size standard is $17 million. Requests for solicitation must be in writing accompanied by a non-refundable certified check, cashier's check, or money order payable to the US Treasury in the amount of $8.00 per package. No cash or company. personal or registered checks accepted. Anticipated issue date is 6 Aug 98 and bid opening 9 Sep 98 at 1330. All responsible sources may submit a bid, which shall be considered. Note number 1-Small Business Set-Aside. (D. 349 SN280614)

US Army Armament And Chemical Acquisition And Logistics Adid

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 12-EYEPIECE ASSEMBLY SOL DAAE20-99R0041 POC Pam Carterte i bag (309)782-4275, Dave Elliott (309)782-3814 SOLICITATION NOTICE/ Socie tation Number: Issue Date: TECHNICAL DATA TRANSMITTAL DAAEX 99-R-0041 31 DEC 1998 Issuing Installation Organization: ACALA, AMSE AC-PCF-8, Mrs. Pam Canterbury ROCK ISLAND, IL 61299-7630 PHER SOLCITATION IS: UNRESTRICTED X RESTRICTED (See Solciator specifics) NOTIFICATION OF SOLICIJATION: the subject solctaten ! currently available for viewing and/or downloading on the Waris ** Web at: http://www-acalal.ria.army.millacala/AAIS/AAIS.MM IMPORI 1. Although the subject solicitation is available in electronc tumu. Bidders/Offerors are cautioned that electronic submission of boosters is NOT ACCEPTABLE. Bids/otters must be submitted in hard copy, a downloaded and printed copy of the solicitation, delivered in accorta with the instructions set forth in the solicitation. 2. Because the spicexo is available on the World Wide Web, hard copies of the soletre will NOT be provided to any bidder/offeror/interested party. 3. Boters Ollerors are encouraged to monitor the solicitation on the World With Web ON A REGULAR BASIS to keep abreast of AMENDMENTS ET will be no further mailed notices concerning this solicitaten Sac all information is publicly available on the Internet. Item Description NOUN: Eyepiece Assembly NSN: 1240-01-078-7733 QTY: 100 S 3827 *If this solicitation is for more than one item, styre description, for a representative item, is shown. Daterimg per kete of Bids/offers (but see NOTE, below). NOTE: The Date/Time for iced of Bidsdotters indicated above is the original Date/Time estas sed as of the Issue Date. The Actual Date/time for Receipt of BOBFE! May Be Changed by Amendment of the Subject Solicitation Prezi refer to the Internet Address listed above for possible changes the subject solicitation's requirements, terms and conditions ? schedule, destination, and date/time for receipt of bidstollers. TECNICA DATA: * TECHNICAL DATA IS ENCLOSED, AND: X The technica tata for the subject solicitation is unrestricted. The technical data STRICTED as follows: TECHNICAL DATA IS NOT ENCLOSED HERM BECAUSE: The technical data for the subject solicitation is in contained complete at the above listed Internet Address. A hard ! version of the technical data will NOT be provided to any dete ofteror/interested party. The technical data for the subject solution is proprietary. To receive a copy of the protected technical data must complete, sign, and return a copy of the Non-Disclosure Statens included in the subject solicitation at the above listed address the technical data for the subject solicitation is otherwise restricted 175 general disclosure, as follows: POINT OF CONTACT: TYPEDANE 2 TITLE / TELEPHONE | EMAIL Mrs. Pam Canterbury 309. (W-349 SN280291)

Navy Public Works Center, 310 John Tower Road, Pensacola, FL

32508-5303 KPURCHASE OF GALVANIZED DOORS SOL 133139 DUE 123198 POC Bill Carr (850)452-5087 (Purchasing Agent), Richard Edmonston (850)4524109 (Equipment Specialist). Responsible small business contractors only shall be considered. Fax request for a solicitation to (850)4525088). Cut Off Date for Acceptance of Solicitations is 30 Dec 98. This solicitation is for the purchase of Galvanized Steel Doors. Contractors would be responsible for Delivery and the of delivery is to be included in the price quoted for the doors. (W-349 SN280637)

Z Maintenance, Repair or Alteration of Real Property Potential Sources Sought

Supplies, Equipment, and Materials

Directorate of Contracting, Attn: ATZS-DKO, P.O. Box 12748, Fort

Huachuca, Arizona 35620-2148 1-BASE OPERATIONS AND MAINTENANCE SOL DAB763-99-R-0003 DUE 011599 POC Lynn E. Sleeth. (520) 533-2815 Sources Sought to stall and operate the Multifunctional Services of Base Operations and Maintenance Services for post and housing facilities at Fort Huachuca, Arizona, Services required include WORK SCHEDULING AND MANAGEMENT: Manage and operate a work control center for service orders, preventive maintenance, nonrecurring work orders, and standing operations orders. ROADS Manage all work pertaining to maintenance, repair, minor construction and improvement of roads, sidewalks, parking areas, airfield. fencing, concrete/masonry and associated real property. GROUNDS Limited maintenance, all repair, and restoration of landscaped and unlandscaped grounds. PEST CONTROL Pest, rodent and weed control. WOODWORKING: Repavi, replacement, installation, layout and removal of carpentry items

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 12-EYEPIECE ASSY SOL DAAE20-99R0041 POC Pan Cantert (309)782-4275, Dave Elliott (309)782-3814 DESC Eyepiece Ass Puerta Number 12282180, The item to procure is a Eyepiece Assembly Rescue ments are = 100 each, Eyepiece Assembly FOB is Dest 13:00 $ use on the M1 Abrams. Estimated issue date is 31 Dec 1998 * $ solicitation will be issued electronically in accordance with PARTS. 5.102(a)(7) and 14.205-1(c) therefore hardcopies will not be * Vendors wishing an electronic copy may download it on orghe issue date by accessing the following address via the internet www-acalal.mia.army. mil/ACALAJAIS/AAIS.htm. CAUTION: This sch tion will be issued electronically as will any amendments thereto, BCS of this, the Government is under no obligation and is m læt v*** to maintain a bidders mailing list. It is therefore incur bernila any interested parties to periodically access the above interns! in order to obtain any amendments which may be issued isent

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 10-VARIOUS SPARE PARTS IN SUPPORT OF THE DSESTS SOL N a POC Elyse Meade, (309) 782-4178 5998-01-094-9643 11 ea Circuit Card Assembly 5998-01-119-5745 12 ea Circuit Card Assembly 6625


Page 20

Datense Supply Center Richmond, 8000 Jetterson Davis Mighway,

Richmond, VA 23297-5000 15 PARTS KIT, FUSELAGE SOL SP0475-99-R-0842 DUE 020499 POC Barbara Stansbury BD516, OSCR-JUPB, 804-279-3416, fax 804-2796055, Contracting Officer. Particia R. Jackson, 804-279-6193 See Notes: End Item Application: F-16 Aireratt Program. PR Number YPG98308000949, NSN 1560-01-458-5514, Parts Kit, fuselage, IAW Ogden Air Logistic Center CAGE 98747 Dwg 9825018, Rev Basic Dtd 8/26/98 PN 982501810. Configuration Control Applies. Export Control. Critical Application item. This solicitation may result in an Indefinite Quantity Contract (1QC) for a base plus four option years. Prices will be based upon estimated annual demand quantities. Government First Article Test applies. Unrestricted. Delivery to be 130 days with FA waived, 280 days with FA required. Delivery of First Article Test unit to be 60 days. FOB Destination, Origin Inspection.

Click here to contact the contracting officer via e-mail (W-349 SN280542)

U.S. Army Industrial Operations Command, Attn: AMSIO-ACA-R,

Bldg, 350, 5th Floor, Rock Island, IL 61299-6000 13—105MU AMMUNITION SOL DAAA0999R0038 DUE 123198 POC Contract Specialist: Patrick Lootens (309) 782-5936, Contracting Officer: Joseph R. Wells (309) 782-5942 NSN: 8140-01-456-8878, Quantity: 46,488, Unit of Issue: EA, Part Number: 9825005, End Item: 105MM Ammunition, Nomenclature: PA-T1A Fiber Container.

http://www4.ioc.army.mil/scripts/padds_web/open4.asp click here to download a copy of the RFP

click here to contact the contracting officer via e-mail (W-349 SN280582)

Detanse Supply Center Richmond, 8000 Jefferson Davis Highway.

Richmond, VA 23297-5000 15— CYLINDER, CANOPY JET SOL SP0475-99-Q-R295 DUE 011199 POC Afrikka Brooks, BV418 (804)279-6405/ Jeanne 8 Yonce, Contracting Officer (804)279-5145 NSN: 1560-01-277-3476, Mcdonnell Douglas Corp. Cage 88277, PN 3817801-1 Revision "G". Deliver a quantity of 43 Each. Contact administration office for place of delivery before shipping. Delivery is 90 Days ARO. Anticipated award date 25 JAN 99. Al responsible sources may submit a written or electronic bid, proposal or quotation which shall be considered by the agency. ABVM may apply. Quotes may be submitted via fax (804)279-6078. Origin Inspection Is Required. This item is in support of Foreign Military Service and FOB shall be origin. End Item Application A-4 Aircraft. The government does not have and cannot furnish specifications or drawings related to this procurement

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

Click here to contact contract specialist via email (W-349 SN280313)

U.S. Army Industrial Operations Command, Atta: AMSIO-ACA-R,

Bldg. 350, Sth Floor, Rock Island, IL 61299-6000 1330MM PRU-131 TP CARTRIDGE/A10 THUNDERBOLT SOL DAMA0999R0047 DUE 021699 POC Contract Specialist: Sue Hatler (309) : 782-5825, Contracting Officer: James D. Munson (309) 782-6022 NS:

1305-01-093-3338/1305-01-093-9568, Quantity: 592,054, Unit of Issue: EA, Part Number: 028113791/07400601, End Item: A10 Thunderbolt, Nomenclature: 30mm PGU-15/8 IP Cartridge. REMARKS: This procurement is restricted to Alliant Techsystems and PRIMEX Technologies. Published for subcontracting purposes only.

http://www4.ioc.army.mil/scripts/padds_web/open4.asp click here to download a copy of the RFP [ hatlers Oioc.army.mil click here to contact the contracting officer via e-mail (W-349 SN280591)

Defense Supply Center Richmond, 8000 Jetterson Davis Nighway,

Richmond, VA 23297-5000 15—DOOR, AIRCRAFT SOL SP0475-99-Q-R293 DUE 01 1899 POC Jennifer Wrenn/BY413/804-279-5114/fax 804-279-6078/Contracting Officer/ Jeanne B. Yonce/804-279-5145 YPG98338001059, NSN 1560-00-1852076. Door, Aircraft. Northrop Grumman Corp., CAGE 76823. PN 1411810-502 REV -H (+)EO F16040. Sources: HA C Corp, CAGE IN454. Origin inspection required. Contiguration Control Applies. Unrestricted. DAP 007. Non-Critical end item: F5E/F. ABVS applies. Central Contractors Registration (CCR) required. Other than full and open comp. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Deliver Oty--2 each, 75 DARO, FOB-Destination to: Def. Distr. Depot Richmond, VA 232975900. (W-349 SN 280551)

Defense Supply Center Richmond, 8000 Jefferson Davis Mighway.

Richmond, VA 23297-5000 15—PANEL ASSEMBLY, WING SOL SPO-470-99-Q-2399 DUE 020299 POC Velet Evans/BR772/804-279-3326/Fax 804-279-6478 Solicitation for NSN 1560-00-586-8619NPG98327000396. Drawing # 5-89351, 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 Gyard 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. Delivery Schedule: 16 EA 133 DARO. Government Furnished Mylars applies. The final contract award decision may be based upon a combination of prices, past performance and other evaluation factors as described in the solicitation. (W-349 SN280513)

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

4400, Redstone Arsenal, AL 35898-5280 14-PURIFIER ASSEMBLY SOL DAAHO1-99-1-0017 POC Tammy Bingham, Contract Specialist AMSAM-AC-ML-SB 256 876-5287 Roberta B. Bodine, Contracting Officer AMSAM-AC-ML-SB 256 842-6113 Synopsis Submission No. 264647 publicized in the CBD dated October 22, 1998 is hereby cancelled. Solicitation DAAH01-99-T-0017 has been cancelled in its entirety. (W-349 SN280620)

15 Aircraft and Airframe Structural Components

Detonso Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15. PLATE, STRUCTURAL, AIRCRAFT RETAINER SOL SPO4709804829 DUE 020199 POC Kathleen Peterson/BU715, Phone (804)279-4684, FAX (804)279-6482

PR No: YPG98106000376, Solicitation No: SP047098904829, NSN: 1560-01-321-5009, Plate, Structural, Aircraft Retainer. Lockheed Martin Corp. Cage 98897, PIN 3P22537-130 REV M. Quantity 66 each delivered to Parcel Post Address: FY2060, WRALC LGS, DLA Stock Fund Materiel Bldg 376, 455 Byron, Robins AFB, GA 31093-5990. Delivery schedule 120 days for 2 First Article Units Required, Government testing, production delivery 150 days after First Article approval. Critical item application. Origin Inspection VA/W QAP 008 A written solicitation will be issued. Anticipated award is Feb 8.1999. 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: An unrestricted technical data package is available at DSCR for this NSN. To obtain e copy, submit request to DGSC-VABA via mail, fax, or phone. Mailing address: Defense Supply Center Richmond, ATTN: DSCR-VABA, Richmond VA 23297-5615; FAX Number (804)279-4946. Phone Number: (804) 279. 3356. All responsible sources may submit an offer which DSCR shall consider. Notes I, 13, and 26 apply to this procurement. (W-349 SN280294)

Defense Supply Conter Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15_PANEL ASSEMBLY, CENT SOL SP0470-99-R-0872 DUE 021699 POC Diane Sadler. buyer: 804-279-5754, Alice Zane, Contracting Officer, 804-279-6679 This solicitation replaces SP0470-99-0-2355. PR FPG98313001216, NSN 1560-01-088-9738, quantity 32 each. Anticipate awarding a firm, fixed price contract with a 100% quantity option for Lockheed Martin Corp. cage 98897, PIN 341412-4 REV "W" with delivery 245 days after first article approval. First Article Contractor Testing is required. Terms are inspection/acceptance at origin with FOB destination. Specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the Govt. Final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. Reference Note 26. For a copy of the solicitation send a fax to Arlethia Rollins at 804-279-4165. (W-349 SN280521)

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

4480, Redstone Arsenal, AL 35898-5280 15-DUCT ASSEMBLY AIRC SOL DAAH23-99-0-0256 DUE 011599 POC Karen Jean Jones, Purchasing Agent, 256-955-9266 or Constance Pippins-Griffin, Contracting Officer, 256-842-7116 NSN: 1560-01-1584483, IAW P/N: 11404167-42, applicable to the CH-47D aircraft. THIS IS A COMBINED SYNOPSIS SOLICITATION. Item 0001, Quantity 81 each, Pron: AX925470AX. Inspection and acceptance at ORIGIN, Inspection requirements: 52.246-2, 52.246-16, 52.146-11, ANSI/ASQC 09002 or equivalent. FOB Point: Origin to Texarkana, TX and New Cumberland, PA. Level of Preservation/Packing: A/C Packaging—tems shall be preserved and packaged as coded below IAW MIL-STD-2073-2C. MPA: 2E, COMI: I, PMAI: 00, WM/IV: 00, CON: 00, CTNI: 0, UCNII: BU, ICNII: E5, LOPNII: A, QUP: 001, ICQ: YYY, OPIVIMID: 0. Items preserved and packaged as above shall be packed IAW MIL-STD-2073-2C, Table IX, Code U. Marking-Special markings in accordance with MIL-STD2073-2C, Table X, Code 99. Delivery 150 days after contract award. Certified for National Defense under the Defense Priority and Allocations System-Rating-DOAI (FAR 52 211-14, Defense Priority Rating for National Defense Use (Sep 1990)). 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 Boeing Defense and Space Group, Helicoper Division, P. O. Box 16858, Philadelphia, PA 19142-0858. 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 U.S. Army Aviation and Missile command, ATTN: AMSAM-RD-SE-IO-TL, Redstone Arsenal, AL 35898-5270. This acquisition is subject to availability of funds. Procurement History: 21 Sep 89, unit price $310.00, quantity 151 each to Boeing Helicopters. This history provided has not been screened in any manner to ascertain the actual the circumstances of the procurement and should not be considered as a reliable indicator of an appropriate price level for this solicitation. This announcement constitutes the only solicitation document:, quotations are being requested and a written solicitation will not be issued. Cite Request for Quotation (RFQ) No. DAAH23-99-0-0256 in your response. Submit quotations no later than close of business 15 Jan 99. 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 Incorporated by Reference (Jun 1988) and FAR 52.242-1, Clauses incorporated by Reference Nun 1988)-This solicitation incorporates one of 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 destination. 2. Quotation is firm for 90 days unless otherwise stated. 3, Furnish vendors part number(s) if other than listed with each item. 4. Point(s) of shipment, performance. preservation, packaging, and marking. 5. Remittance address (Provide the Electronic Funds Transfer intormation, to the paying office after

Detonsa Supply Conter Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23291-5000 13-SEAL ASSEMBLY SOL SP0475-99-Q-S240 DUE 012599 POC Ernest tassenberg. BD612, DSCR-JUPB, 804-279-3118, Fax 804-279-6078, Concracting Officer: Kimberly Ratliff, 804-279-4535 End Item ApplicationEA-6B Aircraft, PR Number YPG98328000210, NSN 1560-00-971-3352, Beal Assembly, WWW Northrop Grumman Corp., Cage 26512. P/N 128811716-5, Government Mylars Apply: Unrestricted data package is available by mail: Defense Supply Center Richmond, Atta: DSCR-VABA,

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 15-PARTS KIT, FUSELAGE SOL SP0475-99-R-0644 DUE 020499 POC Barbara Stansbury B0516, OSCR-JUPB, 804-279-3416, Fax 804-2796055, Contracting Officer, Particia R. Jackson, 804-279-6193 See Notes: End Item Application: F-16 Aircraft Program. PR Number YPG98310000429, NSN 1560-01-458-5510, Parts Kit, Fuselage, IAW Ogden Air Logistic Center CAGE 98747 Dwg 9825018, Rev Basic Did 8/26/98 PN 982501830. Supportys cited on TDPL 014585510-98293. Configuration Control Applies. Export Control. Critical Application Item. This solicitation may result in an indefinite Quantity Contract (IQC) for a base plus four option years. Prices will be based upon estimated annual demand quantities. Government First Article Test applies.Unrestricted. Delivery to be 130 days with FA waived, 280 days with FA required. Delivery of First Article Test unit to be 60 days. FOB Destination. Origin Inspection.

Click here to contact the contracting officer via e-mail (W-349 SN280540)

award do not include in our quotation). 6. Taxpayet identification (TIN) per FAR 52.204-3. Taxpayer Identification (Mat 1994). 7. Commercial and Government Entity (CAGE) code per DFARS 252.204-7001. Commercial and Government Entity (CAGE) Code Reporting (Dec 1991. 8. Offeror'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). The standard industrial classification (SIC) code is 3728. 11, FAR 52.222-19, Walsh-Healey Public Contracts Representation (Apr 1984). 13. FAR 52.222-22, Previous Contracts and Compliance Reports (Apr 1984). 14. FAR 52.222-25, Affirmative Action Compliance (Apr 1984). 15. DFARS 252-225-7035, Buy American Act--North American Free Trade Agreement Implementation Act-- Balance of Payments Program Certificate (May 1995). 16. DFARS 252-219-7000, Small Disadvantaged Business Concern Representation (DOD Contracts) (Apr 1994). Quotes may be submitted in contractor format. (W-349 SN280628)

1998). paragraph (6(7)-(11) are also applicable. The basis for award will be best value to the Government considering technical acceptability. price, delivery and past performance. Closing date and time for receipt of quotes is January 11, 1999, 3:00 PM, Local Time. Facsimile quotes are acceptable and may be forwarded via Fax Number (252)334-5240. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osobuweb.dol.gov.

***** (W-349 SN280242)

Defense Supply Center Richmond, 8000 Jefferson Davis Mighet,

Richmond, VA 23297-5000 16—HOUSING ASSEMBLY, SOL SP0475-99-0-R286 DUE 012899 MI Afrikka Brooks, BV418 (804)279-6405/ Jeanne B Yonce, Contracte Officer (804)279-5145 NSN:1680-01-146-8310. Moog Torrance Lis, Cap Ozwk8, PAN 2041375-19 Deliver a quantity of 20 Each, (previoush 8 each), to Richmond, VA. Delivery is 300 Days ARO Antenas award date 12 FEB 99. All responsible sources may submit a or electronic bid, proposal of quotation which shall be considered by the agency. ABVM may apply. Quotes may be submitted via far (8049271 6078 Origin Inspection Is Required. End Item Application F-18 Airerat The government does not have and cannot furnish specificaties » drawings related to this procurement

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

Click here to contact contract specialist via email (W-349 SN280449)

16 Aircraft Components and Accessories

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SP04609901536 DUE 01 1599 POC Cindy Sumner/BT964/JAPA/8042795990/FAX8042796604 YPG98341001469, nsn 1670-01-052-3696, chute assembly, tour vane pilot, note 26 applies, fat required, p/n J114044-501, iaw McDonnell Douglas dwg 1114044, Rev 'H', delivery schedule is 90 DARO, unrestricted. (W-348 SN 280176)

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

Roosevelt Road Suite 12; Kelly AFB, TX 78241-6419, 16-WORM SCREW ASSEMBLY SOL F41608-98-R-0045 DUE 020199 POC The Point of Contact is R.T. Batkins, SA-ALC/LPKAF, Phone: (210) 925-6566, FAX: (210) 925-8496, E-Mail: Worm Screw Assembly, NSN: 3040-00-373-6367P1, PN: 2649714, Required delivery is March 1999. Quantity: 2.496 EA. Applicable: F100/200/PW220/ 229 engine augmentor. The Government does not posses the data rights nor drawings for this item. The Government does not have sufficient information to manufacture the part or develop competitive bid package. The only known qualified source is Allied Signal, Tempe AZ. Cage 02LU7. 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 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: . See Note(s) 26,26

Send your E-Mail request to the POC (D-349 SN280249)

Commander, Naval Air Systems Command (Code 2.2), 47123 late

Road, Bldg 2272, Patuxent River, MD 20670-1541 16—THIRTEEN (13) F/A-18F AFT SEAT TRAINER CONVERSION ITS SOL N/A POC Contact: Matthew S. Mobley, Phone (301) 757-7083 Naval Air Systems Command (NAVAIR) intends to negotiate a contract modification for thirteen (13) aft, seal trainer conversion as c Mcdonnell Douglas Corporation (MDC), P.O, Box 516, St Louis 63166-0516, the designer, developer, and sole manufactures on F/A-18 aircraft. MDC is the only known firm possessing the Herunt existing facilities, tooling and special test equipment to perform the requirement in a timely manner. This synopsis is for informato purposes only. See Note 22. NAVAIR Synopsis No. 20028-98

mobleyms.jlkoavain navy,mal (8-30 SN280453)

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

Suite 12; Kelly AFB, TX 78241-6419 16—TUBE AND FITTING, NSN: 4710-01-442-0978PT, PN: 408308501 SOL F41608-99-R-44346 DUE 011999 POC Faye Shepherd SA-ALCA LPKAF Kelly AFB, TX 78241-6427 Phone: 210-925-6566 FAX: 210-9258496 The response date for this requirement is re-established to 19 Jan 99.

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

Send E-Mail to the POC (D-348 SN280182)

Detense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO46099R0622 DUE 121898 POC Cindy Sumner/87964/JAPA/8042795990/FAX8042796604 This modification is issued to change solicitation SP046099R0622 to read SP04609901544, from a large to a small with all the RFQ clauses applicable. (W-349 SN280250)

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

Columbus, OH 43216-6595 16-PISTON, LINEAR ACTUATING CYLINDER. SOL SPO700-99-1.7732 DUE 011099 POC Contact: name-giorgi gongwer phone-614 692-10 FAX number - PR-NO: FPC98324000182 NSN 1650-00-886-0348, 0 82918 Part No 69-10311-5 piston, linear actuating cylinder, IAM Ez drawing 81205 69-10311, part number 69-10311-5. 69 EA Belu Lathrop CA 95330 Del within 90 days after award. NOTES 1,9 26 apply. This solicitation will be available on the internet a to INWWW.DSCC.DLA.MIURO/ 15 days after this notice is published the cbd.requests for hard copies of this solicitation will not be acceptet The small Business size is 1000 employees. Written requests fer srz are to be submitted to Defense Supply Center Columbus, atn: 0$ VICO, PO Box 3990, Columbus, Ohio 43216-5000; by FAX 614 64 2998 or call 692-2344. REQUESTS should include the IFB/RFP/RFO Dusk opening/closing date, NSN, purchase request number(E.G. YPCype) buyer's name and your complete name and address. Federal, Milan commercial specifications cannot be provided by DSCC. This aceasta is for supplies for which the government does not possess COTE unrestrictive technical data; therefore, the government intends to put and contract with only approved sources under the authority at all U.S.C.2304(C)(1). While price may be A significant lactor in the evanese of offers, the final award decision will be based upon contract of price, delivery past performance and other evaluation, tech responsible sources may submit ofter which DCSC shall consigli 349 SN280498)

Contracting Section USCG Aircratt Repair & Supply Center, Elizabeth

City, NC 27909-5001 16-AIRCRAFT COMPONENTS AND ACCESSORIES SOL DICG38-99-0200012 DUE 011199 POC Contact Suzan P. Tolson, Purchasing Agent, (252)335-6493 or E. D. Gill, Contracting Officer, (252)335-6141 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. OTCG38-99-0-200012 is issued as a Request for Quotation and incorporates provision and clauses in effect through Federal Acquisition Circular 97-06. This is an unrestricted acquisition. The Standard Industrial Classification Code is 3728. The small business size standard is 1000 employees. The USCG intends to solicit and negotiate only with American Eurocopter Corporation, under the authority of FAR Part 13. This item is utilized on the HH65A aircraft, Item number 1, HALF GIMBLE JOINT, NSN 3010-14-4866439. P/N 365A32-2029-07, (cage code F0210), quantity required: 15 each. Item is to be delivered no later than 365 days from receipt of Purchase order to USCG Aircraft Repair & Supply Center, Receiving Section, Bldg. 63. Elizabeth City, NC 27909-5001. Earlier deliveries are desired. Delivery shall be F.O.B. destination with final inspection and acceptance at destination. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Aug 1998); FAR 52 212-3 Otteror Rep. resentations and Certifications Commercial Items (Oct 1998)-Otterors shall include a completed copy of this provision with their offer. FAR 52212-4 Contract Terms and Conditions-Commercial Items (Apr 1998) with the following addendas: FAR 52.252-2 Clauses incorporated by Relerence (FEB 1998), also the full text of a clause may be accessed electronically at this Internet address: www.deskbook Osd Mit; FAR 52.246-2 Inspection of Supplies-fixed Price (Aug 1996), FAR 52.24615 Certificate of Conformance (Apr 1984) and the Coast Guard required Airworthiness Certification Requirements (to receive a copy contact S. Tolson at (252)335-6493 or fax (252)334-5240; FAR 52.247-34 F.0.B. Destination (Nov 91), Each item shall be packaged in accordance with best commercial packaging to enable shipment to destination and transshipment to a Coast Guard unit without repacking or incurring damage during shipping and handling. Material shall be marked in accordance with MIL-STD-129M, Marking for Shipment and Storage, dated 15 Jun 93. All labeling will reflect the appropriate National Stock Number, Part Number, Nomenclature, Quantity, Purchase Order Number, and Serial Number. Labeling data shall be attached to the outside of the shipping container. Inspection and acceptance to ensure that items are in accordance with manufacturer's specifications shall be performed at destination. FAR 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders---Commercial Hems (Oct

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

Suite 12; Kelly AFB, TX 78241-6419 16_WINCH SOL F41608-99-R-16026 DUE 012299 POC The Point of Contact is Mary Jane F. Torres, LOKTE, Phone: 210-925-0190, FAX: 210-925-1059, E-Mail: This is an addendum to the previous synopsis issued by Vangie Montanez on 01 Dec 98 for RFP 141608-99-R-16026. The following information is hereby repeated and new information is added to the synopsis: The issue date is 22 Dec 98 and the closing date is 22 Jan 99. The sole source manufacturer is Teleflex Control Systems (cage code: 81817). VI 0001, NSN: 168001-385-3219, P/N 9440-11, Noun Winch, Qty 2 ea, Required Delivery Date 99 Dec, Ship To Address: FB2039 Tinker AFB OK Predominant Material: Aluminum Alloy, Size/ Dimensions: Approx: 27" length, 24" Width 17" Height, Form, Fit, Function: Used to load & unload cargo from the bay area of the aircraft. U 0002: Data IAW DD from 1423, entitled "Product Data Delivery Requirements Guideline for JEDMICS 2.5 Raster Data & attached DD Form 1562 All potential ofterors 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 ollerors 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

send E-Mail to: ombudsman@www kelly-afb.org. 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

mjtorres@ldgatel kelly.af.mil Send your E-Mail request to the POC (D-349 SN280416)

Commander, Naval Air Systorns Command (Code 2.71, 47173 in

Road, Bldg 2272, Patuxent River, MD 20670-1541 16--F/A-18E/F AERIAL REFUELING STORE KIT PARTS SOL N'A PI Contact: Matthew S. Mobley. Phone (301) 757-7083 The Nava do Systems Command (NAVAIR) intends to negotiate a Contract modtage for Aerial Refueling Store Kit Parts with McDonnell Douglas Cores (MDC), P.O. Box 516, St. Louis, MO 63166-0516, the designer, detit and sole manufacturer of the F/A-18 ancraft. MDC is the ori LED firm possessing the adequate existing facilities, topling, and Special test equipment to perform this requirement in a timely manner inte synopsis is for informational purposes only. See Nole 22. NAVAIR Spaanse No. 20029-99.

mobleyms.jtk@navair navy.mil (W-348 SN280511)

US ARMY CORPS OF ENGINERS, SACRAMENTO, CONTRACTING

DIVISION, 1325 I STREET, SACRAMENTO, CA 95014-2872 16-ADO/ALTER BUILDING 286, SHARPE ARNY SOL DACAOS BEI 0006 DUE 021899 POC PLAN ROOM FAX: (916) 557-7842. CONTRA SPECIALIST TOM HART (916) 557-5208 OR FAX 1916) 557-7854 TRACTING OFFICER LINDA HALES (Site Code DACAOS) PROJECT TALE Add/Alter Building 286. Sharpe Army Depot. CA. This proposed combine is Unrestricted job DESCRIPTION. (use the following paragrana e the

YPG98343000449, NSN 1660012027276. Turbine Wheel, Aircr, Note 26 applies, IAW Hamilton Standard P/N 746944-11, Unrestricted, Delivery is 76 DARO, Intended Sources are United Technologies, Brown Helicopter, Pioneer Valve, Sikorsky (W-349 SN280623)

Lathrop CA 95330 Del by 570 days after date of award. 9 -EA Del to Norfolk VA 23512-0001 Del by 570 days after date of award. See NOTES 1. 9, 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. The small Business standard size is 1000 employees. 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 RFQ number, opening/closing date, NSN, purchase number (E.G. YPC), 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. (1-349 SN280399)

Delense Supply Conter Richmond, 8000 letforson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SP04609901553 DUE 123098 POC Cindy Sumner/B1964/1APA/8042795990/tax8042796604 NPG98338001190, NSN 1670-01-376-7243, harness, personnel parachute, note 23 and 26 applies, fat required, aw p/n 814AS400-1, delivery schedule is 60 DARO, unrestricted. (W-349 SN280625)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway.

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO4609901549 DUE 010799 POC Debbie Court/B7965/JAPA/8042793077/FAX8042794320 YPG98342000380, NSN 1615009156756. Spiralxgear Box, Note 26 applies, JAW Sikorsky P/N 65357-07021-101, Firest Article Testing Required, Unrestricted. Delivery is 149 DARO, Intended Sources are Sikorsky, Purdy. (W-349 SN280630)

project is set-aside for 8A) Competition for this procurement is limited to 8(a) firms which have the SIC code

among their approved SIC codes. The size standard for this SIC code is $

million This procurement is restricted to 8(a) firms listed with the San Francisco District Office of the Small Business Administration. (the following is always used) SIC CODE. This procurement will be conducted under SIC code:

The size standard for this SIC code is $. DESIGN/BUILD: (use only if applicable, otherwise delete) This is a design/ build project; the offeror chosen will complete the design and construct the facility. REQUEST FOR PROPOSAL (use only if applicable, otherwise

delete) The acquisition method is negotiated procurement. A technical t and cost proposal will be required. Evaluation by the Government will

result in selection of firm that represents the best value to the Government. (use this if the project is unrestricted) Large businesses competing for this project must comply with the 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. (always use) Estimated cost is between $

and $

For more information on the solicitation please contact the Contract Specialist,

at (916)557ORDERING PLANS AND SPECIFICATIONS Plans and specifications for this project must be ordered and the check received by the CUT OFF DATE of (D/M/YR) to ensure receipt of bid sets at a cost of for Specifications (text only); and $

for Half1

size drawings. Full size drawings are not available. Orders received

beyond the CUT OFF DATE, (D/M/YR), will not be honored. Plans and i specifications will be mailed out on or about (M/D/YR). Because a I limited number of sets will be reproduced, copies are limited to one

set per firm. Payment by company check, certified check or money older made payable to the Finance and Accounting Officer, USAED,

Sacramento. Requests must be submitted along with payment by mail, I 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. CD-ROM This project will provide plans and specifications using CDROM only. Hard copies of the plans and specifications will not be available. Because a hmited number of sets will be reproduced, copies are limited to one set per form. The CD-ROM for this project must be ordered and the check received by. (D/M/YR). The cost of the CD-ROM is $25.00. Orders received beyond this date will not be honored. CD-ROMs will be mailed out on or about (MM/DD/R). Orders received beyond the (D/M/YR), will not be honored Payment by company check, certified check or money order made payable to the Finance and Accounting Officer, USAED, Sacramento. Requests may be submitted along with payment by mail or in person to USAED, Sacramento, ATTN: Plan Room, 1325 l Street. Sacramento, CA 95814-2922. Do not address to the contract specialist for this will delay your order. Forms are requested to provide their name; physical address; mailing address, E-mail address, telephone number; facsimile number; and the solicitation number of the project. NO CHARGE: Solicitations for this project must be ordered by the CUT OFF DATE of (D/M/YR) to ensure receipt of solicitations, Orders received beyond the CUT OFF DATE will not be honored. There is NO CHARGE for the solicitations. Because a limited number of solicitations will be reproduced, copies are limited to one set per firm. Plans and specifications will be mailed out on or about (D/M/YR). Requests may be submitted by facsimile (916)557- 7842, mail or in person to USAED, Sacramento, AIIN: 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, telephone number; facsimile number; and the solicitation number of the project. (always include) All responsible sources may submit a bid or proposal which will be considered by the agency. (always include) See Note 26. (always include) 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 effective May 31.1998. For instructions on registering with the CCR please see our webpage. (1-349 SN280531)

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

Suite 12; Kelly AFB, TX 78241-6419 11-CALIBRATION SYSTEM SOL F41608-99-R-0031 DUE 011599 POC The Point of contact is JO ANN MOORE, LOKSH, Phone: 210-9254741, FAX: 210-925-1073, E-Mail: joann.moore@ldgate 1.kelly.at mil Calibration Set 6695-010173-5281, Dimentions: This item is contained in a box approximately 36"x8" high x 24" wide. Material: Steel function: This item is used to test altimeters, TTU-205 Pressure test sets, barometers, data simulators/lesters and gauges. Applications: Multi-Application 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 ofterors 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: . See Note(s) 25,26

joann.moore@ldgate 1 kelly al.mil Send your E-Mail request to the POC (D-349 SN280441)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SP04609901549 DUE 010799 POC Debbie Court/B1965/JAPA/8042793077/ AX 8042794320 YPG98342000380, NSN 1615009156756. Spiralxgear Box, Note 26 applies, IAW Sikorsky P/N 65357-07021-101, First Article Testing Required, Unrestricted, Delivery is 149 DARO, Intended Sources are Sikorsky, Purdy. (W-349 SN280632)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SP04609901548 DUE 010799 POC Debbie Court/BT965/JAPA/8042793077/FAX8042794320 YPG98342000377, NSN 1615004009533, Fitting. Gear Box, Note 26 applies, IAW Sikorsky P/N 65356-04085-041, Unrestricted, Delivery is 219 DARO. Intended Sources are Sikorsky. Tube Products. (W-349 SN280636)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23291-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SP04609901546 DUE 010799 POC Sherry Ward/B1970/JAPA/8042793742/1 AX 8042796604 YPG98343000431, NSN 1620008718693, Piston, Steering, Landing Gear, Note 26 applies, IAW Boeing Helicopter P/N 114L2425-1 Rev F, Unrestricted, Delivery is 37 DARO, Intended Sources are Boeing Helicopter, Boeing Co., Loud Engineering. (W-349 SN 280643)

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

Suite 12; Kelly AFB, TX 78241-6419 17-JACK, AIRCRAFT LANDING SOL F41608-99-R-20169 DUE 012099 POC The Point of contact is JO ANN MOORE, LOKSH, Phone: 210925-4741, FAX: 210-925-1073, E-Mail: joann.moore@idgate 1.kelly.af.mil Jack, Aircraft Landing. 1730-00-913-1243, FT RAMS EXTENDED 18 INCHES: DOUBLE TWO SPEED MANUALLY OPERATED PUMPS MOUNTED ON THE FORWARD END OF THE JACK FRAME MANUFACTURERS NAME: 35 TON HYDRAULIC AXLE JACK; 1.0. 35A2-5-28-11 PORTABLE SELF CONTAINED JACK THAT WILL LIFT LOADS VERTICALLY UP TO 35 TONS (70,000 LBS) WITH A MAXIMUM ALLOWABLE LOAD OF 38.5 TONS (77,000 LBS) 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 ofterors 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: . See Note(s) 26

joann, moore@ldgate 1.kelly.at.mil Send your E-Mail request to the POC (D-349 SN 280446)

17 Aircraft Launching, Landing, and Ground Handling Equipment

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

Suite 12: Kelly AFB, TX 78241-6419 17- GOUND HANDLING ADAPTER SOL F41608-98-R-0014 DUE 123098 POC SA-ALCALDKSH/BLOG 171 ATTN: DANNY LEWIS 485 QUENTIN ROOSEVELT RD KELLY AFB. TX 78241-6426 210-925-4741 ADD ITEM 005. NSN 1730-01-301-3127; P/N 16A23034-811 GROUND HANDLING ADAPTER-2 EA. ADD ITEM 006. NSN 1730-01-298-4078; P/N 16A23034809 GROUND HANDLING ADAPTER-3 EA. ALL OTHER CONDITIONS REMAIN THE SAME

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

diewis@idgatel kelly.af.mil Send E-Mail to the POC (D-349 SN280238)

Detonso Supply Center Columbus, P.O. Box 3990, DSCC-ADAB9,

Columbus, OH 43216-5000 16-HOSE ASSEMBLY, METALLIC SOL SPO-740-99-0-6045 DUE 010499 POC Darla Renee Wood, 614-692-4617, ADAB9, Contracting Officer YPC98313000985, NSN: 4720-00-240-9921, Approved sources: Senior Flexonics Inc (16519) P/N: 17494 Titeflex Corp (78570) P/N: 96208 Parker Hannifin Corp (98441) P/N: MB17494 Qty of 90 to be shipped within 130 days after receipt of the award. Shipment will be made co: Mechanicsburg, PA 17055-0789. The alternate ofteror is required o submit a complete technical data package including data for the approved and alternate part for evaluation. DOD LOGMARS BAR CODE ARKING REQUIRED IAW MIL-STD-129M, DATED 15 JUN 93 and MILSID-1189B. DATED 10 AUG 89. (W-349 SN280538)

19 Ships, Small Craft, Pontoons, and Floating Docks

Supervisor of Shipbuilding, San Diego Detachment, Box 700, Code

400, Pearl Harbor, MI 96860-5353 19-MISCELLANEOUS TOPSIDE AND DOCKSIDE REPAIRS FOR THE USS FREDERICK (LST-1184) SOL N47456-99-R-0012 DUE 071599 POC David Dawiey. (808)474-7354 Miscellaneous Topside and Dockside Repairs for the USS FREDERICK (LS1-1184) to be performed at Pearl Harbor Naval Station on the island of Oahu, Hawaii, during the period 13 October 1999 through 15 December 1999. Contractors must have (or be able to execute) a Master Ship Repair Agreement (MSRA) or Agreement for Boat Repair (ABR) with Naval Sea Systems Command, U.S. Navy. All responsible MSRA/ABR sources may submit proposal offer which will be considered by the agency. MSRA/ABR requests for copies of the solicitation should be received no later than 1 June 1999.

Click here to contact the contracting officer via e-mail. (W-348 SN280204)

Defense Supply Center Richmond, 8000 Jetterson Davis Highway,

Richmond, VA 23297-5000 16-AIRCRAFT COMPONENTS & ACCESSORIES SOL SPO4609901550 VE 010799 POC Sherry Ward/BT970/JAPA/8042793742/1 AX8042796604

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

Columbus, OH 43216-6595 17-ROO, PISTON DAMPER. EXCEPTIONS TO DWG.507322 REV.R: SOL SP0760-99-Q-3720 DUE 012799 POC Contact: namej. wise PHONE 614. 692-3741 FAX number PR-NO: YPC98253000666 NSN 1710-01-0163068, CAGE 80020 Part No 507322-11 rod, piston damper. MFG.I/ AN dwg 80020 507322 to latest Rev. P/N 507322-11. 9 -EA Del to

Issue No. PSA-2244; Thursday, December 17, 1998

20 Ships and Marine Equipment

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

Columbus, OH 43216-6595 25% WHEEL DISC. SOL sp075092199 DUE 021199 POC Mary Jo Colley phone 614-692-3847 fax 614-693-1620 buyer LDAB4 DSCC-LDAB I. pr rpc98322000502 2. nsn 2530-01-329-7523 3. total aty 448 each. 4. approved source accuride corp (73195) p/n 27404n. 5. item description: wheel disc. 6. see note 26. 1. this solicitation will be available on the internet at http://www.dscc.dla.millifol. 15 days after this notice is published in the cbd requests for hard copies of this solicitation will not be accepted. 8. the small business size standard is 500 employees. 9. 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-349 SN280231)

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

Columbus, OH 43216-6595 20_SEAT, SPLIT SOL SPO760-99-Q-3805 DUE 012899 POC Contact: namej. wise PHONE614-692-3741 FAX number- PR-NO: YPC98299001074 NSN 2040-01-454-8170, CAGE OSYN4 Part No H47782-A03 CAGE OSYN4 Part No US 71435 item No H71435-7-1 seat, split. John Crane Marine Inc (OSYN4) part number H47782-A03. 2 -EA Del to Norfolk VA 235120001 Dei by 140 days after date of award. See NOTES 22 and 26. This solicitation will be available on the internet at http://WWW.DSCC.DLA miltral, 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. 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 John Crane Marine (OSYN4). 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. (1-349 SN280499)

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

Columbus, ON 43216-6595 25_PLATE, BURNER 25-DUCT ASSEMBLY SOL SPO750-99-R-24 DUE 020499 POC Name: Nancy A. Stevens, Telephone Number: 614 692-4739, Fax Number: 614-692-3120. NSN 2540-01-167-4294. Plat. Burner; NSN 2590-01-238-2770, Duct Assembly. Indefinite Quantity of tract. All responsible sources may submit an offer/quote which shal be considered. See Note 26. Copies of this solicitation are available at the office address above or by faxing 614-692-2262 and waktu be available until 15 days after this notice is published in the 190 Specifications, plans or drawings are not available. The proposed port ment contains an option to extend the contract period one or more times at the discretion of the government. The total shall nettcast 5 years. One basic year and four option years. This is an unrestratge acquisition with a 10% preference for SDB concerns. This acquistou is for supplies for which the Government does not possess center, unrestrictive, technical data; therefore, the Government intends to act and contract with only approved sources under the authority of 13 U.S.C.2304(c)(1). Approved sources are: NSN 2590-01-238-2770. DON Mfg Inc.(46522)and Wheeler Bros.(55682); NSN 2540-01-167-4297, BOX Mig Inc. (46522). This proposed procurement includes a family prout of items within the Federal Supply Class 2540, 2590. White pa may be a significant factor in the evaluation of offers, the final wat decision will be based upon a combination of price, delivery test performance and other evaluation factors as described in the solicitan

http://www.dscc.dla.mil/ria Defense Supply Center Columbus Solicitations on Web (W-349 SN280554)

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

Columbus, OH 43216-6595 25—WINDSHIELD ASSEMBLY, RIGHT. SOL Sp07509992202 DUE 021199 POC Mary Jo Coffey phone: 614-692-3847 fax: 614-693-1620 buyer: LDAB4 OSCC-LDAB I. prypc98314000361 2. nsn 2510-01-130-7944 3. total qty 558 each 4. far 52.246-11 higher level contract quality requirement and diad 52.246-9004 product verification testing applies. 5. item description: windshield assembly, right, used on m939 series five ton trucks. 6. this solicitation will be available on the internet at http://www.dscc.dla.militar. 15 days after this notice is published in the cbd requests for hard copies of this solicitation will not be accepted. 7. the small business size standard is 500 employees. 8. written requests for drawings are to be submitted to dscc attn: dsccvicd. po box 3990, columbus, oh 43216-5000; by fax 614-692-2998 or call 614-692-2344. requests should include the ifb/ifp/ita 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. 9. 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-349 SN280234)

Purchase Services Branch, Attn: Code 535.3, Portsmouth Naval

Shipyard, Portsmouth Naval Shipyard, Portsmouth, NH 03801-2590 20-SYNTACTIC FOAM EYEBROW MODULES SOL N00102-99-R-1341 DUE 020199 POC Sherri Martin, Contracting Officer, 207-438-3874 Syntactic foam Eyebrow Modules migd. iaw NAVSEA drawing 115-6818896A I SE (plus option item-1SE) - Delivery to Portsmouth Naval Shipyard. Portsmouth, NH-All responsible sources may submit a proposal which shall be considered. (W-349 SN280523)

25 Vehicular Equipment Components

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

Columbus, OH 43216-6595 25— CROSSMEMBER, REAR SUSPENSION; FRAME, SEAT, VENICIUL SOL SPO750-99-R-2466 DUE 012199 POC For information only in Wade, Contract Specialist. (614) 692-1343. 2510-01-175-7218 Chest member, Rear Suspension, dwg # (19207) 12338222, the estimates quantity is 436; 2540-01-318-9229, frame, Seat, Vehicular, swi (19207) 12338503, the estimated quantity is 752. The estimated issuance date is 21 Dec 98. The estimated opening/closing date is 21 99. Note number one (1), and twenty-six (26) apply. Small bestest size standard is 500 employees. Solicitation is not available asti days after published in the CBD. Written requests for drawn to be submitted to Defense Supply Center Columbus, ATTN OSCE VIRD, P.O.Box 3990, Columbus, Ohio 43216-5000, by Fax (610 62 2998 or call (614) 692-2344. Requests should include the IFBB RFQ number, opening/closing date, NSN, YPC/ZPC or NPC number: Borny name and your complete name and address. FEDERAL, MIUTARY ANE COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY OSCE proposed procurement contains an option to extend the contract pret one or more times at the discretion of the Government. The shall not exceed 5 years. While price may be a significant tact in the evaluation of offers, the final award decision will be beni upon a combination of price and past performance, as descrites the solicitation. All responsible sources may submit a proposal in response to subject request for proposal (rfp) which shall be considered the agency. (W-349 SN 280612)

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

Columbus, OH 43216-6595 25—MIRROR ASSEMBLY, REARVIEW SOL sp07509992217 DUE 021199 POC Mary Jo Coffey phone: 614-692-3847 fax: 614-693-1620 buyer: LDAB4 DSCC-LDAB I. ypc98323000501 2. nsn 2540-00-788-5637 3. total aty 3850 each 4, item descrition: mirror assembly, rearview. per commercial item description titled "mirror assembly, rearview, automotive exterior mounting." this item is to be color green 383 carc paint if agis are listed in the specifications or drawings they may be used to establish the authorized sample size, however, the acceptance number for this contract is zero; i.e. this contract requires a sampling plan that accepts on zero delects and rejects on one or more delects. 5. this solicitation will be available on the internet at http:// www.dscc.dla.mil/rig/, 15 days after this notice is published in the cbd requests for hard copies of this solicitation will not be accepted. 6. the small business size standard is 500 employees. 7. written requests for drawings are to be submitted to dscc atin: dscc-vicd, po box 3990, Columbus, Oh 43216-5000: by fax 614-692-2998 or call 614. 692-2344. requests should include the ifb/ifp/rta number, opening/ closing date, non, purchase request number (e.g. ypclype). buyer's name and your complete name and address, federal, military and commercial specifications cannot be provided by dscc. 8. while 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-349 SN280240)

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

Columbus, OH 43216-6595 25—FRAME ASSEMBLY, WINDSHIELD SOL SPO750-99-R-2492 DUE 010399 POC Point of Contact - Natalie Alter. Telephone number 614692-7859 ERROR---YPC98295-0603, NSN 2510-00-737-3331, FRAME ASSEMBLY, WINDSHIELD, USED ON M939 SERIES FIVE TON TRUCKS, 10 BE MANUFACTURED IN ACCORDANCE WITH ARMY DRAWING 19207 7373331 AND ALL RELATED DATA. SMALL BUSINESS SET ASIDE TYPE: 100% SMALL BUSINESS SET ASIDE WITH A BUSINESS OF 750 OR LESS. QUANTITY OF 300 UNITS TO BE DELIVERED TO NEW CUMBERLAND, PA AND 220 UNITS TO BE DELIVERED TO STOCKTON, CA WITHIN 90 DAYS OF DATE OF AWARD. DRAWINGS MAY BE OBTAINED BY CONTACTING 614-692-2344 OR FAXING 614-692-2998. ALL RESPONSIBLE SOURCES BY SUBMIT A QUOTE WHICH SHALL BE CONSIDERED. 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. REQUESTS FOR HARD COPIES OF SOLICITATION WILL NOT BE ACCEPTED. SEE NOTES 1 and 26.

HTTP://WWW.DSCC DLA MILB/RFQ DEFENSE SUPPLY CENTER COLUMBUS SOUCITATIONS ON WEB

NATALE ALTEROOSCC.DLA MIL DEFENSE CONSTRUCTION SUPPLY CENTER BUYER (W-348 SN280189)

28 Engines, Turbines and Components

Detense Supply Conter Richmond, 8000 Jefferson Davis Higbox

Richmond, VA 23297-5000 26_HOUSING ASSEMBLY, VALVE, SPECIAL SOL SPO480 99 Q ?138 DUE 051999 POC W. S. Mann NSN 2840-99-005-0224, ROLLS ROYCE PLC (K0378), PIN B495139. quantity: 10 each (5+5). INSPECTION ACUET ANCE: ORIGIN: FOB: BARSTOW, CA (OTHER DESTINATION POINTS WAT APPEAR IN THE SOLICITATION) 90 DAYS ARO. Other approved out! none. 100% Option applies. DSCR DOES NOT have an approved lected data package for this NSN. All responsible offers will be considered Contact Wm. Spottswood Mann to receive a complete copy solicitation package (written quotation requested-please return compleet solicitation package): PHONE: (804) 279-6030 FAX: (804) 279-310 5723 E-MAIL: VISIT US ON THE www.dscr.dla.mil (DSCR Homepage). (W-348 SN280191)

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

Columbus, OH 43216-6595 25-PROPELLER SHAFT WITH UNIVERSAL JOINT SOL spO 7509992196 DUE 021199 POC Mary Jo Coffey phone 614-692-3847 fax 614-6931620 buyer LDAB4 DSCC-LDAB 1 pr ypc98323000494 2. nsn 2520. 01-228-9400 3. total aty. 206 each. 4. see notes (1, 9, 26). 5. item description: propeller shaft with universal joint. exception data; finish per drawing 19207 12369003, titled paint systems for steel, exterior surfaces, green 383 used on m809 front winch carc paint application iaw mil-c-53072 applies. 6. this solicitation will be available on the internet at http://www.dsce dla milita. 15 days after this notice is published in the cod requests for hard copies of this solicitation will not be accepted. 7. the small business size standard is 500 employees. 8. written requests for drawings are to be submitted to dscc attn: dscc-vtcd, po box 3990. columbus, Oh 43216-5000; by fax 614-6922998 or call 614-692-2344. requests should include the ift/rtp/ita 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. 9. while price may be a significant factor in the evaluation of oflers, 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-349 SN 280228)

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

Columbus, OH 43216-6595 25—PARTS KIT, TORSION BAR. SOL SPO750-99-0-2172 DUE 012299 POC Contact: namejulie M. Lewis phone (614) 692-1097 FAX num berPR-NO: RPC98343000668 NSN 2530-01-296-4897, CAGE 19207 Part No 57K0391 Parts kit. forsion bar. Der army drawing 57K0391 and all related data. 1.500 EA Del to (call Contracting office) Del by 150 days after date of award see NOTE 26 this solicitation is available on the internet at http://WWW.DSCCOLA MIL/B/RFQ_SEARCH.HTML. FAX requests for copies of this solicitation will not be accepted. The small Business site 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-VICD, PO Box 3990. Columbus. OH 43216-5000; by FAX (614) 692-2998 or call (614) 692-2344. Requests should include the IFB/RFPI RFO number, openings/closing date, NSN. purchase request number (E.G. YPC/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 evaluation factors as described in the sdhcitation. All responsible sources may submil oller which DCSC shall consider. (1-349 SN280397)

Delonse Supply Center Columbus, PO Box 16595, OSCC-PBAL,

Columbus, OH 43216-6595 28—RING SET, PISTON SOL SPO7509900380 DUE 120398 PIC Information Only, Point of contact: Robert Garman, Phone 614-62 1329, Fax: 614-692-3361 Ring Set, Piston. NSN: 2815-00-410 VAW Drawing 19207-5704475. New Cumberland, PA 1160 Each Origin Inspection: Supplies and Packaging. All responsible sources many an offer/quote shall be considered. See Note 26. Copies of this sorte are available at the office address above or by lasing 614-690.00% and will not be available untit 15 days after this notice is set the in the CBD. Written requests for drawings are to be submitted Defense Supply Center Columbus, ATTN: OSCC-VICO, PO Box ** Columbus, OH 43216-5000; by Fax (6147692-2998 of call (6!444 2344. Requests should include the IFB/RFP/RFQ number, open aquest date, NSN, Purchase Request Number (eg. YPCAPEL. Duyers une and your complete name and address. FEDERAL, MILITARY AND COMMERCIAL SPECIFICATIONS CANNOT BE PROVIDED BY DSCC. This is an unrestricted acquisition with a 10% prelerence for SDB concerns. While price may be a significant factor in the evaluation of otters, the hinal award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. This modification is for the cancellation of this solicitation. Award on Long Term Contract (LTC).

HTTP://WWW.DSCC.DLAMILB/RFQ_SEARCH.HTML DSCC SOLICITATION IS AVAILABLE ON THE WEB. (W-349 SN280303)

Specifications, plans or drawings are not available and cannot be furnished by the government. Delivery schedule: 300 days aro fob destination. Government First Article Testing applies. To request a copy of this please contact bid custodian in writing by mail: defense supply center richmond, bid custodian, dscr-jjab. 8000 jefterson davis highway. richmond va 23297, or via fax 804-279-3123 or 804-279-5723. Contracting officer: heidi bradbury ph: 804-279-5372 (W-349 SN280510)

essed in accordance with AFMC FAR Sup 5317.7590 (Insurance Policy): portions of the requirements may be restricted for award to a proven source. Numbered Note 22 applies only to the quantity identified as the mission essential quantity in the solicitation. Buyer's name (point of contact listed above) should be included on all solicitation requests. In addition, please include a FSCM/cage code for mailing purposes. See Note(s) 26

http://www.kelly-afb.org/links/proc/rfo/solicitations/F41608-99-016053.html Click Here To Go To The Solicitation

maramart@idgatel Kelly.at.mil Send E-Mail to the POC (D-349 SN280611)

Detonse Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, ON 43216-6595 28MANIFOLD, EXHAUST, ON FAIRBANKS MORSE DIESEL ENGINE MODEL 3838-1/. SOL SPO760-99-0-3807 DUE 012899 POC Contact: namej. wise PHONE 614-692-3741 FAX number - PR-NO: YPC98224000793 NSN 2815-00-388-3023, CAGE 82796 Part No 16602334 manifold, exhaust. used on Fairbanks Morse Diesel Engine. colt Industries P/N 16602334. 4 -AY Del to (call Contracting office) Del by 120 days after date of award. See NOTES 22 and 26. This solicitation will be available on the internet at http: //WWW.DSCC. DLA MIUIO. 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 suupplies 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 Coltec Industries (82796). 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 Vi evaluation factors as described in the solicitation. All responsible sources 10 may submit offer which DCSC shall consider, (1-349 SN280398)

Defense Supply Center Richmond, 8000 Jefferson Davis Mighway,

Richmond, VA 23297-5000 28— COOLER, LUBRICATING SOL SP048098R2071 DUE 011199 POC D. Lena Miles, Contract Specialist. 804-279-5762 NSN 2935-01-03). 0494, NPG98187000799, Cooler, Lubricating, Allied Signal Cage 70210. part number 160064-1-1. Qty requested is 40 each with 100% option. Fob origin, inspection/acceptance at origin. Other than full and open competition. Unrestricted. Specifications, plans, or drawings are not available from the Government. Item is not commercial, note 26. Delivery schedule is 120 days ARO. To receive a copy of solicitation, contact buyer via fax at 804-279-3123. Contracting officer is Capt. Rod Murphy, ph:804-279-4100.

http://www.dscr.dla.mil dscr homepage mil contract specialist (lena miles) (W-349 SN280539)

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

Columbus, OH 43216-6595 29-PUMP, COOLING SYSTEM, ENGINE SOL Sp07509922197 DUE 021099 POC Mary Jo Coffey phone 614-692-3847 fax 614-693-1620 buyer LDAB4 DSCC-LDAB I DI ypc98314000396 2. nsn 2930-00-404. 3059 3. total aty 286 each 4. approved sources are cummins engine co (15434) pin a151360, viking inc. (len78) p/n a151360-v, concentric pumps Ild (u1057) p/n 6063. 5. item description: pump, cooling system, engine. used on truck, cargo, dropside, 5 ton, 6x6, model m813a1 6. see notes (1, 26) 7. this solicitation will be available on the internet at http://www.dscc.dla militar. 15 days after this notice is published in the cod requests for hard copies of this solicitation will not be accepted. 8. the small business size standard is 500 employees. 9. 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-349 SN280230)

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

Columbus, OH 43216-6595 29_REGULATOR, ENGINE GENERATOR; GENERATOR, ENGINE ACCESSORIES. SOL <MOD>SP0750-99-R-2426 DUE 020599 POC For information only. Tim Wade, Contract Specialist, (614) 692-1343. This is a modification to a notice submitted on November 2, 1998. The submission number is 267208. The modification is to reflect that the Solicitation number has changes from SP0750-98-R-2310 to the new solicitation number which is SP0750-99-R-2426. The issuance date has changed trom 23 Nov 98 to the new issuance date of 05 Jan 99. The closing date has changed from 23 Dec 98 to the new closing date of 05 Feb 99. The modification also adds note number twelve (12) to the notice. 2920-01-166-6417–Regulator, Engine Generator-GMC of Canada LTD (cage 56161) P/N 10505985, C E Niehofter Co. (cage 76761) PIN N3009 2920-01-300-3737-Regulator, Engine Generator - Gov't dwg (19207) 12358708, Prestolite electric (cage 68505) P/N REG-4000, C

Niehotter Co. (cage 76761) PIN N3019. 2920-01-348-1526- Regulator, Voltage. Single Volt Style-C E Niehoffer Co. (cage 76761) PIN N3106. 2920-01-415-9497-Regulator, Engine Generator--AM General Corp. (Cage 34623) P/N N3117, C E Niehoffer Co. (cage 76761) P/N N3106. 2920-01-420-9968Generator, Engine Accessories-Gov't dwg (19207) 12447109, AM General P/N N1225-1. 2920-01-429-9591 Regulator, Engine Generator-AM General Corp. (cage 34623) P/N N3119, CE Nie hotter Co. (cage 76761) P/N N3119. All responsible sources may submit an offer/quote which shall be considered by the agency. Note number nine (9), twelve (12) and twenty-six (26) apply. 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 CBO. The small business size standard is 750 employees. 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 acquistion 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. Various increments Solicited from: 001 to: 1265. The estimated issuance date is 05 Jan 99. The estimated opening/closing date is 05 Feb 99. (W349 SN 280638)

CS3

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

Suite 12; Kelly AFB, TX 78241-6419

28–3RD FTIT VANE, APPL: F100/200/220ENGINE SOL F41608-98-R-45455 DUE 122998 POC The Point of contact is Sharon Vaca, LPKAH, Phone:

(210)925-6385 FAX: (210)925-6385. E-Mail: af.mil Noun: 3rd FTIT Vane NSN: 2840-01-445r: 5768P1 QTY: 1033ea for FMS P/N: 4084183CLM Approved Soures: Pratt

and Whitney Size and Dimensions: 4.615-4.639 Sq. In. Form, Fit, and Function: The 3rd Stage Turbine Vanes are instailed on the fan Drive

Turbine Rear Case. The purpose of the Turbine Vane is to re-direct the hot gases eminating from the High Pressue Turbine (HPT) to the - 3rd Stage Turbine Blades. 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 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: . See Note(s) 22,26

Send your E-Mail request to the POC (D349 SN280421)

30 Mechanical Power Transmission Equipment

Defense Supply Center Richmond, 8000 Jetterson Davis Highway.

Richmond, VA 23297-5000 29-VALVE SOL SPO-480-99-R-0505 DUE 020599 POC Sebrina Owens 804-279-3339 Desc: nsn 2915-01-182-9346. valve, Woodward Governor Co. cage 66503 p/n 1886-262. Approved source: Woodward Governor Co. cage 66503, yp898258000481, quantity requested 40 each, plus 100% option quantity fob destination and acceptance at origin. Other than full and open competition, unrestricted. Specifications, plans or drawings are not available and cannot be furnished by the government. Delivery schedule: 180 days aro fob destination. To request a copy of this please contact bid custodian in writing by mail: defense supply center richmond, bid custodian, dscr-jjab. 8000 jellerson davis highway, richmond va 23297, or via fax 804-279-3123 or 804-279.5723. Contracting officer: heidi bradbury ph: 804-279-5372 (W-349 SN280459)

Detense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 30-GEAR ASSEMBLY, SPEED INCREASER. SOL SPO740-99-0-5892 DUE 012899 POC Contact: name-denise Broomfield PHONE-614-692-3567 FAX numb ER-614-692-3649 PR-NO: YPC98292001160 NSN 3010-01-4108037, CAGE OLF97 Part No 0222-00320-1608 CAGE 90598 Part No 62123D gear Assembly, speed increaser. hub City Inc. PIN 0222-003201608 and engineered Air Systems Inc. P/N 621230. 28 - EA Del to New Cumberland PA 17070 Del 120 days after date of award 19 -EA Del to Lathrop CA 95330 Del 120 days after date of award all responsible sources may submit an offer/quote which shall be considered. Please NOTE 26. This solicitation will be available on the internet at http: IWWW.DSCC.DLA.MIUifA. 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. Specifications, plans of drawings are not available. Al responsible sources may submit offer which DCSC shall consider. (1. 349 SN280401)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 28-SHAFT, WHEEL TURBINE SOL SPO4809901068 DUE 010499 POC Tracey Krueger/BP156/804-279-6616 General Electric Co. (Cage 99207) PIN 6014115P01, NSN 2840-00-554-4400. Acceptable Source: General Electric Co. Other Than Full and Open Competition Applies. All alternate offers must be accompanied with a complete technical data package, or they will be considered non-responsive. Quantity: 8 each delivered to New Cumberland, PA with best available delivery. Fob destination.

www.dser.dla.mil dscr homepage Contact the buyer via e-mail (W-349 SN280437)

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

Suite 12; Kelly AFB, TX 78241-6419 29-CONTROL UNIT, SOL F41608-99-Q-16053 DUE 013199 POC The Point of Contact IS MARY ANN MARTINEZ, E-Mail: , mil ITEM: 0001, NSN: 2995-01-374-0001AZ, QTY: 2 EA, NOUN: CONTROL UNIT, SUPERV. PART.: 163250-304, APPL: KC135. DELIVERY REQUIRED: DEC. 1999. FMS. COUNTRY OF TURKEY SIZE & DIM: 12 X 8 1/2 X 1. FORM FIT FUNCTIONS: CONTROLS THE AUTOMATIC START, RUN, AND STOP SEQUENCING FOR THE KC-135R APU. ALSO, MONITORS APU OPERATION, ACCOMPLISHES AUTOMATIC SHUT DOWN IF A MALFUNCTION OCCURS. AND OUTPUT FAILURE CODES FOR DISPLAY ON AN EXTERNAL PANEL. PREDOMINANT MATERIAL ELECTRONIC/ ELECTRICAL 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 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 concero. 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: . This acquisition will be proc

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 28-GUTTER, AUGMENTOR FLAMEHOLDER SOL SP0480-99-R-0504 QUE 20599 POC Sebrina Owens 804-279-3339 Desc: nsn 2840-01-323154, valve, General Electric Co. cage 07482 p/n 1493M65G01. Approved Durce: Electro Methods Inc. cage 33617, 10898253000394, quantity equested. 40 each, plus 100% option quantity fob destination and

ek weiain. Other than full and open competition, unrestricted.

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

Columbus, ON 43216-6595 30-SHAFT, SHOULDERED SOL SPO740-99-R-3075 DUE 020399 POI Contact: namesara Hansford PHONE 614-692-3644 FAX number-614 692-3574 PR-NO: YPC98294000662 NSN 3040-01-149-7445, CAGE OZWK Part No 2022976-3-2 CAGE 81755 Part No 16VM003003-11 shaft, shoul dered, MOOG Torrance Inc. P/N 2022976-3-2. 87 EA Del to Lathro CA 95330 Del 30 days after award 177 -EA Del Hill AFB UT 8405 Del 30 days after award copies of this solicitation are available the office address above of by laxing 614-692-2262 and will a be available until 15 days after this notice is published in all ebd.specifications, plans of drawings are not available. while price ma be A significant factor in the evaluation of offers, the final awal decision will be based upon A combination of price, delivery. pa cepimemcore and other evaluation factors as described in the solicitatio


Page 21

2690. Manufacturer: General Electric Co. Delivery schedule is 109 days aro. Intended sources: General Electric Co.Aircraft Engine Business Gau Solicitation will be made in writing. Anticipated award date is 08/99. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government Drawings, interim procurement descriptions and deviation fists be examined or obtained from Defense Supply Center Richmond 349 SN280564)

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

Columbus, ON 43216-6595 30—BELL CRANK. SOL SPO740-99-0-5732 DUE 013199 POC Contact: name-joseph Locke PHONE-614-692-4740 FAX number-61 4-692-4672 PR-NO: YPC98295000717 NSN 3040-00-279-8838, CAGE 98897 Part No 1292030-101 Bell crank. Vought P/N 1292030-101. Lockheed P/ N 1292030-101. technical data at DCSC not adequate for manufacture. 10 -EA Del to San Diego CA 92136-0000 Del 90 days after date of award. All responsible sources may submit an offer/quote which shall be considered. Please see NOTE 26. The small Business size standard is 1500 employees. Specifications, plans for 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(CXI). Approved sources are: Lockheed Martin (98897). It is anticipated that award will be made via A delivery order to an existing basic ordering agreement. This solicitation is on the internet at http: IWWW.DSCC.DLA.MIUrla, 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. All responsible sources may submit ofter which DCSC shall consider. (1-349 SN280403)

Detonse Supply Center Richmond, 8000 Jefferson Davis Nighway,

Richmond, VA 23297-5000 31-BEARINGS/ SYNOPSIS SOL SP044199R0771 DUE 020299 POC Ruth StithBZ114/Contract Specialist/804-279-4426., Debra M. Call/Contracting Officer/804-279-4368

SP044199R0771, YPG98289001033,3110013597286, Bearing. Roller. Cylindri., Manufacturer: General Electric Corp. P/N 6066T40PO5 or 6066740P06., Specifications, plaans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery 250 Days ARO, Unrestricted. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation, Sole Source FAR 6.302-1., Flight Critical Component: Source Control Item; Approved Sources : MPR Corp. Cage 78118/MRC Bearings/Cage 38443. (W-349 SN280329)

Defense Supply Center Richmond, 8000 Jefferson Davis Higher),

Richmond, VA 23297-5000 31-LINER, BEARING, HOUSING SOL SP0441-99-QV-075 DUE OLTEN POC For copies of solicitation, phone or write: ATTN DSCR-JEP8 Metre Short (804) 279-3593 FAX (804) 279-6620. Contracting Officer Caroline D. Altizer (804) 279-3527. NSN 3130-01-215-5702, Liner, Bearing. Hata ing. YPG98341000994, Sikorsky Aircraft Corp. cage 78286 'n 651% 11304-103 Origin inspection required. Critical application tem. Like item 0001 qty of 864 ea to be delivered to Cherry Point, NC Manufacture Sikorsky Delivery schedule is 210 days aro. Unrestricted. ABVN apola The final contract award decision may be based upon a combinaten of price, past performance and other evaluation factors as described in the solicitation. Note 26 applies. Solicitation will be made in writing Anticipated award date is 02/19/99. Specifications, plans or dreng relating to the procurement described are not available and care be furnished by the Government. (W-349 SN280586)

Datense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31- BEARINGS/SYNOPSIS SOL SP0441990G493 DUE 020399 POC Luanne Stamper/BZ117/804-279-6655/Contract Specialist., Ruth Stith BZ114/804-279-4426/Contracting

Officer SP0441990G4493., YPG98321000278., 3110005543663., Bearing, Roller, Cylindri.. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. Delivery 160 days ARO The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. More than one source., Lipe-Rollway Corp P/N L-1210: SKF Indust Corp P/N NJ210MDC: FAG Bearings Corp P/N NJ210M; NIN Bearing Corp P/N NJ210). FOB Destination with inspection/ Acceptance at Origin required. Line 0001 Qty 153 Each to New Cumberland, PA: Line 0002 Qty 152 Each to Tracy, CA: Line 0003 Qty 166 Each 10 Barstow, CA. This solicitation will be made in writing. (W-349 SN280340)

34 Metalworking Machinery

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

Columbus, OH 43216-6595 30-SHAFT, SHOULDERED. SOL SPO740-99-Q-5963 DUE 011699 POC Contact: name-cheryl Offenburger PHONE-614/692-4744 FAX num BER614/692-1603 PR-NO: YPC98314000408 NSN 3040-00-073-4199. CAGE 77272 Part No 10702141-1 CAGE 81205 Part No 10702141-1 quill, pump drive. VANW Boeing helicopters, P/N: 10702141-1. 81 EA Del to Cherry Point NC 28533-5001 Del 220 days after award. All responsible sources may submit an offer/quote which shall be considered. See NOTE 26. This solicitation will be available on the internet at http: IMWWW.DSCC. DLA.MIUrta, 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 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 ofter which DCSC shall consider. (1-349 SN280408)

Defense Supply Center Richmond, 8000 Jefferson Davis Mighway,

Richmond, VA 23297-5000 31-BEARING, PLAIN, SELF-ALIGNING SOL SP0441-99-R-0301 DUE 020199 POC Diane Kinker/buyer.804-279-4305;Alfreida Reid/Contracting Officer,804-279-4518 Solicitation number is changed from SP044)-98R-2025 to SP0441-99-R-0301. Solicitation issue date is changed to 31 DEC 98 and Closing date is changed to 01 FEB 99. Solicitation to result in firm fixed price contract with 100% option. Stock buy quantity 9484 with 100% option. Configuration control item Pratt & Whitney (77445) PIN 4066742, acceptable source Kamatics Corp (50632). (W-349 SN280443)

Defense Supply Conter Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 30_SHAFT, SHOULDERED SOL SPO760-99-Q-3804 DUE 012899 POC Contact: namej. wise PHONE614-692-3741 FAX number. PR-NO: YPC98299001224 NSN 3040-01-389-0533. CAGE 56010 Part No IF 13170C3 CAGE 56010 Part No 1513170F1C2 shatt, shouldered. Harnischteger Corp PN 1F13170F1C2 4 -EA Del to Barstow CA 92311 Del by 240 days after date of award. See NOTES 22 and 26. This solicitation will be available on the internet at http://WWW.DSCC.DLA MIU rtot. 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(CXI). Approved sources are harneschteger Corp (56010). 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 OCSC shall consider. (0-349 SN280500)

Floot and Industrial Supply Contør, Puget Sound, Bldg 467 W

Street, Code 200 Bid Desk, Bremerton, WA 98314-0051 34—MODULAR PANEL CONTAINMENT SYSTEM SOL NO0406-99-R-5101 DUE 123198 POC Maureen Renville (360)476-7772 Self-framing red panel system designed to form a containment enclosure for radiciona and/or hazardous work control. Quantity of 2 each. Size: 24 feet long by 16 feet wide by 20 feet talt. Floor not required. To by designer to be sufficiently rigid to withstand a uniform internal negatie passant of 0.1 inches water column upon completion of erection Capate el withstanding seismic forces for Zone A. Enclosure cool shall be po engineered to span the 16ft width while supporting i man pertama maintenance on soof mounted equipment. If needed, externally attached structural members shall be used to stiffen the roof as internal be or columns are not allowed. Panels shall feature interchangeably of pre-engineered panel sections to allow assembly of various sm containment buildings: shall have external structural framerons ordinary strength steel meeting ASTM A6 Dr A36; shall be sheath on the interior with either stainless steel (ASTM A167 or A240p 304, 316, 304L or 316L stainless steel cold rolled, annealed » pickled with a No. 28 or 20 finish on both sides and a menn thickness of 22 gauge) or polycarbonate. Two panels having pet personnel access doors each having a minimum clear opening ' in wide by 80 in tall supported by a minimum 16 gauge cold rolet steel framework integral with the panel framework. Door pas33 de interchangeable with the other panels. Side walls to contain interme of clear, transparent polycarbonate sheets at least 0.125s to Enclosure to be provided with a fabric rollup door having a mu opening 1.9 It wide by 16 ft tall and provided with a shah sized electric motor operator including an enclosed gearbox/brake bly that operates on 460 Volt, 3-phase power. Door curtain stal blue in color and made of a minimum 2-mm thick muliimpregnated fabric. Additional specifications for doors will be found in the solicitation. Manuals containing detailed installation, field handling erection and dismatlement instructions and detailed unit esse arrangement drawings shall be provided with the panels. A concepts design including the general configuration, materials of construction and other data pertinent for the evaluation of the propesal to * provided with vendors proposal. Desired delivery is 60 days, teoured delivery is 90 days after effective date of contract. FOB Destination (1 ea) Puget Sound Naval Shipyard, Bremerton WA 98314 and ea) to Naval Air Station North Island CA, Inspection/Acceptance al be at Destination. This requirement will be solicited using the price contained in Part 12, Acquisition of Commercial items. A written sole tion will issued. All responsible sources may submit offer/bed btch shall be considered by Fleet & Industrial Supply Center, Puget Sound Telephone requests will not be honored for requests will be accepte at 360-476-2931. (W-349 SN 280454)

Detensa Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31_BUSHING, SLEEVE SOL SP0441-99-QV-144 DUE 020499 POC For copies of solicitation, phone or write: AUN DSCR-JEPB Melvin Short (804) 279-3593 FAX (804) 279-6620. Contracting Officer Carolyn D. Altizer (804) 279-3527. NSN 3120-01-164-6282, Bushing. Sleeve, YPG98344000604, General Electric Co. (99207)Aircralt Engine Business Group p/n 4054194p05 Acceptable sources: Plastics Corp. (60402) Sterling Machine Co. Inc. (03983) Configuration Controlltem approval by design control activity applies, critical application item. Line item 0001 aty of 8130 ea to be delivered to Jacksonville, FL and line item 0002 qty of 5430 ea to be delivered to New Cumberland, Pa. Qpl-far 52.209. I or 52.209-2 (see note 23). Qualifying Activity: General Electric Co. Aircraft Engine Business Group 1000 Western Ave Lynn, MA 019102690 Manufacturer: General Electric Co. Delivery schedule is 63 days aro. Unrestricted. Intended sources General Electric Co. Mack Plastics Sterling Machine Co. Inc. Solicitation will be made in writing. Anticipated award date is 08 Mar 99. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Government. (W-349 SN280550)

36 Special Industry Machinery

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

Columbus, OH 43216-6595 30-ACTUATOR, PIVOT. SOL SPO750-99-0-2152 DUE 012899 POC Contact: namejulie M. Lewis phone(614) 692-1097 FAX num ber- PRNO: YPC98303000739 NSN 3010-01-320-8359, CAGE 63866 Part No HP28KS-FT-180-0-H actuator, pivot. per helac Corp. (63866) PAN HP28KSFT-180-0-H. 5 EA Del to Albany GA 31704-5000 Del by 120 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. Specifications, plans or drawings are not available. 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, past performance and other evaluation factors as described in the solicitation. All responsible sources may submi ol brynh OCSC shall consider. (1-349 SN280503)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 31- BUSHING, SLEEVE SOL SP0441-99-QV-109 DUE 020499 POC For copies of solicitation, phone or write: AIIN OSCR-JFPB Melvin Short (804) 279-3593 FAX (804) 279-6620. Contracting Officer Carolyn D. Altizer (804) 279-3527. NSN 3120-01-159-0487. Bushing. Sleeve, YPG98341000921, IAW dwg nr 99207 3027182 revc basic dtd 95 May 17 amend or dtd type number twg p/n 801 99207 G E Co. Aircraft Business Group Origin inspection required. Line item 0001 aty of 14000 ea to be delivered to Jacksonville, FL and line item 0002 qty of 6000 ea to be delivered San Diego, Ca. Qpl-far 52.209I or 52.209-2 (see note 23). Qualitying Activity: General Electric Co. Aircraft Engine Business Group 1000 Western Ave. Tynn, MA 01910

Fleet and Industrial Supply Center, Norfolk Washington Detacteet 901 M.Street, SE, Bldg, 200 4th Flr, Washington Navy Yard,

Washington, DC 203 36—SYNOPSIS MODIFICATION POWER AND CONTROL UNIT UTTER CHARGER SYSTEM SOL N00600-99-R-0035 POC Stephanie Mecerca tract Specialist (202) 433-3956 Roscoe Crawford Contracting for (202) 433-5387 This is a modification to the sole source pre-sale tato notice transmitted on 08 July 1998 under solicitation number one 98-R-2773. The original synopsis stated the intended number 218 Power and Control Unit Battery Charger Systems as tear enden and forty-five (445). That number is modified to read tow hentet

NASA Georgo C. Marshall Space Flight Center, Procurement Office,

Marshall Space Flight Contar, AL 35812 36–350 WP GEARBOX USED IN THE OPERATION OF EXPERIMENTAL FLUID OYNAMICS TEST FACILITY. SOL 8-1-9-16-C1648 POC Vicki E. Wampler, Contract Specialist, Phone (256) 544-6588, Fax (256) 5443434, Email vicki.wamplerOmstc.nasa.gov- Michael L Sweigart, Contracting Officer, Phone (256) 544-0281, fax (256) 544-8434, Email NASAMSFC plans to issue a Request for

Mer (RFO) for 350 HP Gearbox used in the operation of Experimental 15 Sluid Dynamics Test facility. The gearbox is required to meet the

ollowing minimum specifications: Max Inlet Speed 3600 RPM–Min

nlet Speed 100 RPM, Max Outlet Speed 10000 RPM–Max Torque Futput Required 100 FT-LBS, Two Speed Ratios 1:1 and 1:3, Manual

hift between ratios-High Efficiency Design-Accelerometers in Vertical Find Horizontal planes of bearing housings, and Lube oil system included. 1. he Government does not intend to acquire a commercial item using

AR Part 12. See Note 26. The SIC Code and Size Standard are 566 and 500 employees or less, respectively. The DPAS Rating for vis procurement is DO-C9. The provisions and clauses in the RFO nd model contract are those in effect through FAC 97-8. All qualified ?sponsible sources may submit an offer which shall be considered the agency. The anticipated release date of the RFO is on or bout January 5, 1999, with an anticipated offer due date of on about February 5, 1999. An ombudsman has been appointed-

line Internet Note "B". The solicitation and any documents related E, this procurement will be available over the Internet. These documents

ill be in Microsoft Office Suite (Word 6.0, Excel 5.0, PowerPoint 4.0)

xmat and will reside on a World Wide Web (WWW) server, which - ay be accessed using a WWW browser application. The WWW address,

URL of the NASA/MSFC Business Opportunities home page is http:/ 1 trocurement.nasa.gov/EPS/MSFC/class.html. Prospective offerors shall stify this office of their intent to submit an offer. It is the offeror's sponsibility to monitor this site and/or the CBD for the release of e solicitation and amendments (if any). Potential offerors will be sponsible for downloading their own copy of the solicitation and nendments (if any). Any referenced notes can be viewed at the following IL: http://genesis.gsfc.nasa.gov/nasanote.html. http://nais.nasa.gov/EPS/MSFC/date.html#8-1-9-16-C1648 Click here I the latest information about this notice Vicki wampleromsfc.nasa.gov Vicki E. Wampler (0-348 SN280181)

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 suffix 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 ali 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 all edits have been successfully completed. (b) (1) By submission of an offer, the offeror 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, its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verity that the ofteror 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 after 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, offerors 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 after 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, 5, 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, Nortolk. VA 23511-3392. Reference RFQ N00189-99-0-0636. Note I applies. (W-349 SN280575)

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, its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verity 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 after 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, offerors 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 after 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:// ccr.edi.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. 5. 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 Reference RFQ N00189-99-0-0565. Note 1 applies. (W-349 SN280520)

42 Fire Fighting, Rescue and Safety Equipment

39 Materials Handling Equipment

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE, GA

31098-1611 42-RESCUE FOREST PENETRATOR SEAT ASSY SOL F09603-99-R71011 DUE 020399 POC For copy, MAIL TO ABOVE ADDRESS include mig code, for additional information contact Tim Hudson/Leka/[912]9266488 Item 0001 NSN 4240-00-199-7353.P/N: K26-1000-9, Dim: Approx 34" X 6" X 6". Mat: Aluminum, various materials. Func: Seat is used to extract personnel from land or water with helicopter hoist. llea. Applicable to: Personal Safety. Destn: Robins Air Force Base GA 310981611. Delivery:31 Mar 1999 11 ea Fax No: 912-926-7572 The approximate issue/response date will be 04 JAN 1999. To: Kaman Aerospace Corp. Bloomfield CT 06002-0002. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1. (1-349 SN280567)

FISC Norfolk Acg Group, Hampton Roads Detachment, 1968 Gilbert

St., Suite 600, Nortolk, VA 23511-3392 36-DUPLICATING MACHINE & EQUIP. SOL N00189-99-Q-0636 DUE 0599 POC D. Roseboro, (757) 445-2691 ext. 15; fax: (757) 44594 This is a combined synopsis/solicitation for commercial items epared in accordance with the format prescribed in Subpart 12.6

the FAR, as supplemented with additional information included in is notice. This announcement constitutes the request for quote for a required items. Proposals are hereby requested under RFQ N00189-Q-0636 a subsequent solicitation document will not be issued. FISC quisition Group Norfolk intends to purchase, on a full and open mpetitive basis, the following items: (2) each Reprographic Digital =plicator (Model 3750). p/n S-305/S-8925: (2) each Auto Docu. Feeder DF), p/n S-702; (2) each Edit Board, p/n S-703; (3) each 11 x

Cylinder, pin S-7099; (1) each System Controller. p/n SC7000; (2) -mory Upgrade, p/n CIPOO2/CIPO22; Mfg: RISO Corp; FOB Point: Destinan to Nortolk, VA 23511. Delivery should be 30 days or sooner. ers other than FOB Destination shall be ineligible for the award. e following FAR provisions and clauses apply to this solicitation

are incorporated by reference: FAR 52.212-1 Instructions to Offerors- · mmercial items, FAR 52.212-2 Eval-Commercial Items, FAR 52.212Offeror Representations and Certifications-Commercial Items, FAR 212-5 Contract Terms and Conditions Required To Implement Statutes Executive Orders: The following numbered subparagraphs under paraoh (b) of this apply: (6), (7), (8), and (9). The RFQ document, =isions and clauses which have been incorporated are those in et through FAC 97-04. The following Defense FAR Supplement (DFAR)

isions and clauses apply to this solicitation and are incorporated reference, with the exception of DFAR 252.204-7004 which will

full text. DFAR 252.225-7000 Buy American Act-Balance of Payments Tam Certificate (DEC 1991), DFAR 252.212-7001 Contract Terms

Conditions Required to implement Statutes or Executive Orders cable to Defense Acquisitions of Commercial Items (FEB 1997).

following clause under paragraph (b) of this clause apply: DFAR 225-7001. Award will be made to the eligible, responsible offeror e offer conforms to the solicitation, and is the most advantageous ice to the government. OFAR 252.204-7004 (MAR 1998), Required

al Contractor Registration, (a) Definitions. As used in this clauseCentral Contractor Registration (CCR) database" means the primary repository for contractor information required for the conduct of ess with DOD. (2) Data Universal Numbering System (DUNS) er means the 9-digit number assigned by Oun and Bradstreet

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert

St., Suite 600, Norfolk, VA 23511-3392 39_PAYOUT MECHANISM SOL N00189-99-0-0565 DUE 010599 POC D. Roseboro. (757) 445-2691 ext. 15; fax: (757) 445-2694 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. This announcement constitutes the request for quote for the required items Proposals are hereby requested under RFQ N00189-99-Q-0565 a subsequent solicitation document will not be issued. FISC Acquisition Group Norfolk intends to purchase, on a full and open competitive basis, the following items: (1) each Payout Mechanism; p/n 319754 FOB Point: Destination to Norfolk, VA 23511. Delivery 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 Offerors-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 under 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 9704. The following Defense FAR Supplement (OFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252 204-7004 which will be in full text. DEAR 252 2257000 Buy American Act-Balance of Payments Program Certificate (DEC 1991), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (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 advantageous in price to the government. DFAR 252.204-7004 (MAR 1998). Required Central Contractor Registration, (a) Delinitions. 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 Dun and Bradstreet information Services to identity unique business entities. (3) "Dala Universal Numbering System+4 (Duns +4) number" means the Duns number assigned by Dun and Bradstreet plus a 4digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit sulfix 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 all edits have been successfully completed. (b) (1) By submission of an offer the offeror acknowledges the requirement that a prospective

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

Columbus, OH 43216-6595 43 VARIOUS ENGINE COMPONE SOL SP0760-99-R-6021 DUE 020499 POC For Information Only. nt of Contact - Charles Pirrone; Telephone Number (614)692-2462: Fax-4614)692-3028 NSN 4310-00967-4818, Connecting Rod, Piston. NSN 4310-01-004-3606, Cylinder, Sleeve. NSN 4310-01-004-3608, Liner, Cylinder. NSN 4310-01-004-3609, Cylinder, Sleeve. NSN 4310-01-020-7122, Cylinder Assembly. NSN 431001-021-41 33, Valve Assembly. NSN 4310-01-025-6149, Piston and Rod Assembly. NSN 4310-01-057-6632, Ring, Piston. NSN 4310-01057-7117, Guide and Bushing. NSN 4310-01-074-6260, Manifold, Compressor. NSN 4310-01-163-1135. Guide, Piston. NSN 4310-01-170-2405, Parts Kit, Compressor. NSN 4320-01-057-2962, Ring. Wiper. This solicitation is for Indefinite Quantity Type Contract with unknown quantities to be deli ed to various destinations. All responsible sources may submit an offer/quote which shall be considered. Notes 12 and 26 apply Copies of this solicitation are available at the address above or by faxing 614-692-2262. This solicitation is 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 SOB 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: Compressor Engine Corp. and Dresser-Rand Co. This proposeu procurement includes a family group of items within the Federal Supply Class 4310, 4320. 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.milita/ Defense Supply Center Columbus Solicitations on the Web

charles__pirrone@dscc dla mil Defense Supply Center Columbus Buyer (

Issue No. PSA-2244; Thursday, December 17, 1998

factors as described in the solicitation all responsible sources may submit an offer/quote which shall be considered. (1-349 SN280495)

of the RFP will oot be delayed to review requests from MOU counter sources received after 15 days or from non-MOU country SAUCE Nothing in this notice contradicts other restrictions, identified at the synopsis notice or solicitation, regarding eligible sources led, it is a small-business set-aside, foreign sources may not participate in potential prime contractors but could, if otherwise eligible, partement as subcontractors). The Data Package for this requirement is avalate on CD-ROM only. Aperture Cards are not available for this procurement The minimum set-up requirements to view this data package are a follows: CAN ONLY BE VIEWED WITH AUTOCAD RELEASE 14. 0-34 SN280565)

Defense Supply Conter Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 43-CYLINDER SLEEVE, MATERIAL IS CORROSION RESISTANT STEEL SOL SPO760-99-0-3808 DUE 012899 POC Contact: namej. wise PHONE 614. 692-3741 FAX number- PR-NO: YPC98309000733 NSN 4310-01-0647566, CAGE 28953 Part No 175-C684 cylinder sleeve. Material is corrosion resistant steel. Approximate dimensions are: LIIN. O.D. by 10 1/2IN, 1.D. by 7 1/2IN, height, the cylinder also has A 14 1/2IN flange on one END. Rix Industries P/N 175-C684. 13 -EA Del to New Cumberland PA 17070 Del by 140 days after date of award. See NOTES 22 and 26. This solicitation will be available on the internet at http:// WWW.DSCC.DLA.MIUrfa, 15 days after this notice is published in the CBD. Requests for hard copies of this solicitaiton 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 data; therefore, the government intends to solicit and contract with only approved sources under the authority of 10 U.S.C.2304(CXI). Approved sources are rix Industries (28953). 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. (1-349 SN280405)

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

Columbus, OH 43216-6595 43-CLIP, THRUST. SOL SP0740-99-0-5967 DUE 010699 POC Contact: name-martha J. boner PHONE-614/692-2391 FAX number-614/692-4522 PR-NO: FPC98198000773 NSN 4320-00-949-4592. CAGE 93835 Part No 59634 clip, thrust. Abe/NWL Aerospace (CAGE-93835), P/N 59634. 615-EA Del to Tracy CA 95376 Del 230 days after award. All responsible sources may submit an ofter/quote which shall be considered. See NOTE 26. This solicitation will be available on the internet at http: I/WWW.DSCC. DLA MIUrla/. 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 offers, the final award decision will be based upon A combination of price, delivery, past performance and other evaluation factors as described in the solictation. All responsible sources may submit offer which DCSC shall consider. (1-349 SN280496)

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

Columbus, OH 43216-6595 43-PUMP UNIT, ROTARY. ON GM ELECTROMOTIVE DIV. DIESEL ENGINE SOL SPO760-99-0-3770 DUE 012899 POC Contact: namej. wise PHONE614. 692-3741 FAX number- PR-NO: YPC98310000881 NSN 4320-01-2322439, CAGE 72915 Part No 8385907 "pump unit, rotary. GMC P/N 8385907. No Tech data available at DCSC for this solicitation." 3 -EA Del to Norfolk VA 23512-0001 Del by 120 days after date of award. See NOTES I, 22, and 26. this solicitation will be available on the internet at http: //WWW.DSC.DLA.MIURIQ. 15 days after this notice is published in the CBD. Request for hard copies of this solicitation will not be accepted. The small Business size standard is 500 employees This acquisition is for supplies for which the government does not DOSSess 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 Motors Corp (72915). 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 desscribed in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-349 SN280406)

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

Columbus, OH 43216-6595 434MPELLER, PUMP, CENTRIFUGAL. SOL SPO760-99-0-3803 DUE 012999 POC Contact: namej. wise PHONE 614-692-3741 FAX number PR-NO: YPC98303000765 NSN 4320-01-442-1094. CAGE 16062 Part No AONAI-12565A-MX2 @ITEM name mpeller. pump, centrifugal @PROPRIETARY characteristicsall pacs 5-EA Del to Norfolk VA 235120001 Del by 150 days aiter date of award. See NOTES 22 and 26 This solicitation will be available on the internet at http:// WWW.DSCC DLA MIUI/. 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 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 authonty of 10 U.S.C.2304(C)(1). Approved sources are M I DAVIDSON CO (16062). While price may be A significant factor in the evaluation of offers, the final award decision will based upon A combination of price, delivery, past performance and othe evaluation tators as described in the solicitation. All responsible sources may submit ofter which DCSC shall consider. (1-349 SN280504)

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE, GA

31098-1611 43-C-7 COMPRESSOR SOL F09603-99-R-71021 DUE 020399 MC For copy, MAIL TO ABOVÉ ADDRESS include mig code, for addition information contact Tim Hudson/leka/(912)926-6488 Item 0001 4310-00-595-3866 P/N: IAW PD97LECIS, Desc: The MC-7 ar compress is a trailer mounted, engine driven unit that pumps 100 PSI @ 125 CFM. Item is used in roads and grounds maintenance, sand blasting (bead blasting booths), spray painting. pneumatic tools, and data of aircraft fuel tanks. 29ea. Applicable to: NVA. Destr: Ship to ml be furnished at time of award. Delivery:30 Sep 1999 29 ea fa 912-926-7572 The approximate issue/response date will be 1999. First article test required. No telephone requests. Only writes or taxed requests received directly from the requestor are acceptabe All responsible sources solicited may submit a bid, proposal, o out which shall be considered. All potential ofterors should contact 1 buyer/PCO identified above for additional information and/or to the nicate concerns, if any, concerning this acquisition. If you can are not satified by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through Ke lished channels. The purpose of the Ombudsman is not to cong the authority of the the program director or contracting officer, communicate serious contractor concerns, issues, disagreements at recommendations to the appropriate government personnet. Wher it quested, the Ombudsman will maintain strict confidentiality as to be source of the concern. The Ombudsman does not participate : * evaluation of proposals in the source selection process. When approval potential oflerors may contact Ombudsman James Grant, Chiel. Cote Policy Division, at 912-926-2604. Please be prepared to identity prvok contacts made by you in an attempt to resolve your concern. acquisition may/does involve technology that has a military or som application. The only US contractors who may participate at 133 that are certified and registered with OLSC (1-800-352-3577) and 228 a legitimate business purpose. US contractors must submit of their current, approved DD Form 2345 with their request for soleto To request this certification, write to the Commander, Detense Lapse Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek M 3. 3084 and request a copy of Department of Defense Form 236 call DLSC at the above number. The solicitation/data package be mailed to the data custodian identified in block 3 of the Form 2345. The extent of foreign participation has not yet beeste mined. MOU country sources must contact the Contracting Ofick eta 15 calendar days of the date of this synopsis notice to her copy of the solicitation at the time it is initially issued bene of the RFP will not be delayed to review requests from MOU OUT sources received after 15 days or from non-MOU country a Nothing in this notice contradicts other restrictions, identited the synopsis notice or solicitation, regarding eligible sources left these is a small-business set-aside, foreign sources may not parto potential prime contractors but could, it otherwise eligible, participate as subcontractors). The Data Package for this requirement is MTB on CD-ROM only. Aperture Cards are not available for this prieta The minimum set-up requirements to view this data package 37 ? follows: CAN ONLY BE VIEWED WITH AUTOCAD RELEASE 14 A SN280568)

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

Columbus, OH 43216-6595 13-PUMP, HYDRAULIC RAM, HAND DRIVEN. SOL SPO740-99-0-5396 DUE 020399 POC Contact: namesara Hansford PHONE614-692-3644 FAX number-614-692-3574 PR-NO: YPC98320001055 NSN 4320-00-3031088, CAGE 00994 Part No CJ63-0050 CAGE 00994 Part No C/630050-2 CAGE 07505 Part No P307-1 CAGE 07505 Part No P307-2 pump, hydraulic ram, hand driven. Columbus Jack Corp(CAGE-00994); P/N CJ63-0050 or CJ63-0050-2. Applied Power Inc(CAGE-07505): P/ NP307-1 or P307-2. 233 -EA Del to Tracy CA 95376 Del 30 days atter award this solicitation will be available on the internet at http: INWWW.DSCC.DLA.MIUrta/. 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 1$

500 employ ees.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 ofter which DCSC shall consider. (1-349 SN280410)

44 Furnace, Steam Plant, and Drying Equipment and Nadear Reactors

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE, GA

31098-1611 43– MC-7 COMPRESSOR SOL F09603-98-R-D7054 DUE 020399 POC For copy. MAIL TO ABOVE ADDRESS include mig code. For additional information contact lim Hudson/leka (912)926-6488 Item 0001 NSN 4310-00-595-3866 P/N: JAW PD971EC15, Desc: The MC-7 air compressor is a trailer mounted, engine driven unit that pumps 100 PSI @ 125 CFM. Item is used in roads and grounds maintenance, sand blasting (bead diasting booths), spray painting, pneumatic tools, and purging of aircraft fuel tanks, 4ea. Applicable to: N/A. Destn: Ship to will be furnished at time of award Delivery 30 Sep 1999 4 ea Fax No: 912-926-7572 The approximate issue/response date will be 04 JAN 1999. First article test required. No telephone requests. Only written of 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 ofterors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. Il 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 of 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 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 mayidoes involve technology that has a military of space application. The only US contractors who may participate are those that are certified and registered with OLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of the current, approved DD Form 2345 with their request for solicitation To request this certification, write to the Commander. Delense Logistics Services Center, ATIN: DLSC-FEB. Federal Center, Battle Creek MI 490173084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact live Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time is initially issued. Issuance

Commander Naval Forces, Marianas, Contracting Officer. Cader!

PSC 455, Box 190, FPO AP 96540-1500 44-DEHUMIDIFIER SOL N61755-99-5-5200 DUE 123098 POCUS RAINE UNPINGCO, PURCHASING AGENT. TEL: (671) 339-5188. SALT 3234 OR EMAIL @N8152@guam.navy.mil This is a modifcation to see tion N61755-99-5-5200: Change the quantity from 200 mm ea. The Manufacturer's for the Dehumidifier is Whuripal SN280209)

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

Columbus, OH 43216-6595 43—PISTON SHOE ASSEMBLY. ON MCDONNELL DOUGLAS MODEL F15 AIRCRAFT. SOL SP0740-98-R-2006 DUE 020499 POC Contact: namedee Schneider PHONE614-692-3483 FAX number-614-692-3574 PR-NO YPC98201001245 NSN 4320-00-288-6005, CAGE 93835 Part No 61287 piston shoe Assembly. VAW Abex/NWL Aerospace part number 61287. 5,999 -EA Del to Tracy CA 95376 Del 330 days after date of award 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 750 emchy. 's upccifications plans or drawings are not available this is an unrestricted acquisition with A 10% preference for SDB cocerns 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: ParkerHannifin Corp(93835) while price may be A significant factor in the evaluation of oilers the final award decis n will be based upon À combination of price delivery past pesmu no tra and other evaluation

45 Plumbing. Heating and Sanitation Equipment

Defense Industrial Supply Center, 700 Robbins Avenue, Philade

PA 19111-5096 45--ELBOW, AIR CONDITIONING-H SOL SPO5609904387 DUE POC KO Name: Ann Keele, WAC05.1215)697-5572, Buyei tan sust PR NO: YP198294000823 NSN 4520-01-352-5652, Elbow Act condem Heating, IAW TACOM Drawing Number 19207 12369511 5 To Sa: Di CA 92136-0000 Del By 17 JUL 5 )

i Deliveries To Conus (Excluding Alaska). Delivery Schedule 140 ADO. Size * Standard:500 Notes 1.9 Applies. While Price Will Be a Significant Factor 0 In The Evaluation Of Offers. The Final Contract Award Price will Be u Based Upon A Combination Of Price And Delivery As Described in

Section M Of This Solicitation. To Obtain Copy Of Solicitation Please
Send Fax To (215)697-6333. (W-349 SN280236)

46 Water, Purification and Sowage Treatment Equipment

Detense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 47–TUBE, METALLIC. COPPER ALLOY MATERIAL(70-30), 8-5/8 INCH 0.D., 0.148 INCH WALL THICKNESS, SOL SPO760-99-Q-3692 DUE 012999 POC Contact: NAME-KAREN BANE@OSCC DLA MIL PHONE-614-692-1373 FAX NUMBER-614-692-4672 PR-NO YPC98327000892 NSN 4710-00604-8368, tube, metallic. Copper alloy material, 8-5/8 inch 0.D. tube, 0.148 inch wall thickness, annealed, MIL length, in accordance with MIL-T-16420, 406 ft Del to Mechanicsburg PA 17055 Del by 12 Apr 99 or deliver within 100 days after award. 193 Ft Del to Tracy CA 95376 Der by 12 Apr 99 or deliver within 100 days after award. All responsible sources may submit an offer/quote which shall be considered. See NOTE(S): 26. This solicitation will be available on the internet at http: INWWW.DSCC.DLA MIUra/, 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, attn: PO Box 3990. Columbus, OH 43216-5000; by FAX (614) 692-2998 or call (614) 692-2344. requests should include the IFB/ fb/ RFQ number, opening/closing date, NSN, purchase request number (E.G. YPCAPE). 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. (1-349 SN280411)

DUE 012899 POC Contact: namej

. wise PHONE 614-692-3741 FAX numberPR-NO YPC98279002360 NSN 4820-00-489-5314, CAGE 80064 Part No 803-1385637-042 valve, Check size 4 inches, copper alloy body. 250 PSI IAW Navy dwg 803-1385637 and all latest revisions. 37 -EA Del to Tracy CA 95376 Det by 120 days after date of award. See NOTES I, 9, and 26. This solicitation will be available on the internet at http: IWWW.DSCE DLAMIU:fa/. 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, attn: OSCC-VTCD, PO Box 3990, Columbus, OH 432165000: by FAX 614-692-2998 or call 614-692-2344. Requests should include the RFQ number, opening/closing date, NSN, puchase requests number (EGYPC). er'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 factor as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-349 SN 280400)

Bureau of Prisons, Foderal Correctional Complex, 846 NE 54th

Tara, Coloman, FL 33521-1029 KO

46–SUPPLY AND INSTALL MECHANICAL BELT FILTER SCREEN, SPIRAL DEWATERING PRESS/CONVEYOR AND OZONE GENERATOR SOL RFQ-4520009-9 DUE 012199 POC Rebecca Canfield, Contract Specialist, (678) 686-1413, FAX: (678) 686-1448 The Bureau of Prisons/Southeast Regional Office is soliciting quotes on a full and open competitive basis from qualified companies/contractors to furnish and install materials, equipment, accessories, and services for the master wastewater pumping station, pretreatment wet well located at the Federal Correctional Complex, Coleman, Florida. A form-fixed price contract will be issued under the simplified acquisition procedures "best value procurement". The Contractor shall provide the following: (a) Line item 0001-furnish and Install One Mechanical Filter Screen; (b) Line item 0002-furnish and Install One Spiral Dewatering Press; (c) Line item 0003-furnish and Install One Ozone Generator; (d) Line Item 0004-Provide All Necessary Electrical Connections to Existing Electrical Supply: (e) line item 0005-Provide Technical Service Training. The Bureau of Prisons, Southeast Regional Office will be accepting quotes from interested contractors for providing

a continuous filter screen and shaftless screw conveyor/dewatering press ass for the federal Correctional Complex, Coleman, Florida facility's master r9 wastewater pump station. The Contractor shall be responsible for the

removal and salvage to the owner, of the installed sewage grinder,

and the installation and hook-up of the new belt filter screen, in its place. Prospective Contractors shall submit quotes which shall include complete description of the change out process, anticipated impacts to facility operation and complete product information for the equipment to be provided. Products shall be as provided by the Parkson Corp.. Artat Technologies, TS-500, or other manufacturer having identical salient characteristics as the Aquaguard by Parkson Corp. Odor control system shall be by Hydropure or other manufacturers having identical salient

characteristics as the Hydropure Model 811. Provided items shall include e the 22" belt filter screen in 304 stainless steel construction, complete

with covers, 304 stainless steel, shaltless screw, spiral dewatering es dess and conveyor, and low concentration ozone odor control system. the sewage grinder wet well shall be modified to provide channeling

of wastewater through the new belt filter screen without short circuiting,

e-routing of incoming wastewater lines which conflict with the installai lon, and installation of the low concentration ozone odor control system

hiffuser downstream of the belt filter screen in the flow exiting to she pump station. New electrical controls shall be provided to replace

he eristing controls in the same control location, and the entire system

thall be placed into operation and demonstrated to the owner prior co owner acceptance. Site visits are required by appointment only,

nade in advance with Ron Cundiff, Facilities Manager, by calling (352) * 30-3030. Award will be based on the following evaluation factors: *trice, Technical, and Past performance. Price will be significantly more important that Technical and Past Performance. Estimated issue date

t the solicitation will be December 22, 1998. All request for solicitation * information must be in writing and include the RFQ No, Name,

ddress and telephone number. Fax requests are accepted. cc: OSOBU OA (W-349 SN280233)

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

Columbus, OH 43216-6595 48_VALVE, GATE. SOL SPO760-99-Q-3793 DUE 012899 POC Contact: namej. wise PHONE614-692-3741 FAX number - PR-NO: YPC98308002345 NSN 4820-01-101-6129. CAGE 80064 Part No 803-2177917-12 valve, Gate. Material is A valve bronze. In accordance with Navy drawing 803-2177917: P/N 803-2177917-12.8 EA Del to New Cumberland PA 17070 Del by 240 days after date of award See NOIES 1, 9, and 26. This solicitation will be available on the internet at http: IWWW.DSCC. DLA MIUTIQ). 15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted. Written requests for drawing are to be submitted to Delense 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 RFQ number, opening closing date, NSN, purchase request number (E G.YPC), 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 lactor in the evaluation of offers, the final award decision will be based upon A combination of price deliver, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-349 SN280404)

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

Columbus, OH 43216-6595 47-HOSE, NONMETALLIC. 1-3/8 IN, INSIDE DIAMETER, BULK LENGTH. PER MIL-SPEC TITLED "HOSE, SOL SPO760-99-0-3753 DUE 012899 POC Contact: name

Wise PHONE 614-692-3714 FAX number PR-NO: YPC98302000623 NSN 4720-00-624-4058, CAGE C2254 Part No 510580377 CAGE 14310 Part No 927139 CAGE 00365 Part No 1003413024 CAGE 00624 Part No 2651-24 CAGE 01276 Part No AE369-24 CAGE 81349 Part No M24135/10-24 hose, nonmetallic. 1-3/8 IN, inside diameter, bulk length. VAN M24135/10-24 2.444 -Ft Del to Tracy CA 95376 Del by 90 days after date of award. 7,332-Ft Del to Mechanicsburg PA 17055 Del by 90 days after date of award. See NOTES 9. 23 and 26. This solicitation will be available on the internet AAT http://WWW.DSCC.DLA.Miunta. 15 days after 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 Detense Supply Center Columbus, attn: DSCC-VICO, PO Box 3990, Columbus, OH 43216-5000; by FAX 614-692-2998 or call 614-6922344. Requests should include the RFQ number, opening/ closing date, NSN puchase request number (E.G. YPC) 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. (1-349 SN280502)

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

Columbus, OH 43216-6595 48_VALVE, SOLENOID. MATERIAL: COPPER ALLOY OVERALL. 115.0 VOLTS AC, 60.0 HZ, 0.170 AMPS. SIZE: 3/4 SOL SPO760-99-0-3768 DUE 012899 POC Contact: namej. wise PHONE 614-692-3741 FAX numberPR-NO: YPC98313001034 NSN 4810-00-007-4738, CAGE 04845 Part No AV160-700-8 valve, solenoid, copper alloy, 115 V A/C, 60 Hertz, size 3/4 inch, unthreaded END connections. CAGE 04845, P/N AV160700-8. ** 96 -EA Del to Tracy CA 95376 Det by 180 days after date of award. See NOTES 1, 22, and 26. This solicitation will be available on the internet at http: INWW.OSCC. DLA MIUnid/. 15 days * after this notice is published in the CBD. Requests for hard copies

Fo this solicitation will not be accepted. The 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 Dossess complete unrestrictive, technical data; therefore, the government intends to solicit and contract with only approved sources unde the authority of 10 V.S.C.2304(C)(1). Approved sources are Automatic Switch CO (04945). While price may be A significant factor in the evaluation offes, the final award decision willbe based upon A combination of price, deliver, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit ofter which DCSC shall consider. (1-349 SN280407)

17 Pipe, Tubing, Hose and Fittings

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

Columbus, OH 43216-6595 41—HIPPLE, TUBE. CARBON STEEL, WITH 5/8 IN. OD TUBING: MIL PEC TITLED; "FITTINGS, FLARELESS SOL SPO760-99-0-3840 DUE 012899 OC Contact: namej. wise PHONE614-692-3741 FAX number- PR-NO: PC98317000683 NSN 4730-00-554-7617, CAGE 00624 Part No MS21902

CAGE 14397 Part No M$21902-10 CAGE 96906 Part No MS21902nipple. MFG.VAN MS21902-10 4,487 -ŁA Del to Mechanicsburg

17055 Del by 210 days after date of award. See NOTES I, 9, s, and 26. This solicitation will be available on the internet at http: WWW.DSCC.DLA.MIUrta/. 15 days after this notice is published in = CBD. Requests for hard copies of this solicitation will not be cepted. The small Business size standard is 500 employees. Written cuests for drawings are to be subumilted to DSCC-VICD, PO Box 20, Columbus, OH 43216-5000; by FAX 614-692-2998 or call 6142-2344. Requests should include the RFQ number, opening/closing e, NSN, purchase number (E.G. YPC), buyer's name and your complete ne and address. Federal, Military and commercial specifications cannot provided by DSCC. While price may be. A significant factor in evaluation offfers, the final award decision will be based upon ombination of price, delivery, past performance and other evaluation ors as described in the solicitation. All responsible sources may mit offer which DCSC shall consider. (1-349 SN280409)

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

Columbus, OH 43216-6595 48—VALVE, SAFETY RELIEF (THIS MOD CHANGES OPEN/CLOSE DATE OF PREV. SOL.) SOL SPO74099R3088 DUE 020499 POC For Into Only. P.O.C.-Name: E. Hayden Phone: 614-692-4727, fax 614-692-3734 PLEASE NOTE THIS MODIFICAITON IS ISSUED TO CORRECT THE OPENING DATE OF ABOVE SOLICITATION FROM 01/01/99 T0 01/05/99, AND THE RESPONSE DATE HAS BEEN CHANGED FROM 01/31/99.TO 02/04/99, EVERYTHING ELSE REMAINS THE SAME. ALL responsible sources may submit an offer/quote which shall be considered. NSN 1820-00-2794923, Valve, Safety Relief. VANW Essec Cryogenics (19062) PN 20C0050-2. 180 Ea. to be delivered to Tinker AFB, OK, 287 to Texarkana TX. 415 to Tracy, CA and 198 to New Cumberland PA 150 Days After Date of Award. Please 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 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. 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: Essex Cryogenics (19062). While 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 the solicitation,

http://www.dscc dla millila dscc sol on the web site (W-349 SN280295)

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

Columbus, OH 43216-6595 48—DISK, VALVE (ACFT ENGINE 185-5) SOL SP0740-99-0-5391 DUE 020399 POC Contact: namesara Hansford PHONE 614-692-3644 FAX number-614-692-3574 PR-NO: FPC98310000963 NSN 4820-01-339-9478, CAGE 11245 Part No 378P41 disk, valve Lytron Inc (11245) PAN 378P41. 395 -EA Del to Tracy CA 95376 Del 30 days after award 139 -EA Del to New Cumberland PA 17070 Del 30 days after award 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 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 offer which DCSC shall consider. (1-349 SN280497)

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

Columbus, OH 43216-6595 48_VALVE, CHECK, SIZE 4 INCHES, COPPER ALLOY BODY, 250 PSI, IDENTIFICATION PLATE SHALL BE SECURLEY SOL SPO760-99-0-3806

Issue No. PSA-2244; Thursday, December 17, 1998

Installation will be performed by the U.$. National Park Service persoane This procurement is NOT restricted. It is a small business set de for Standard Industrial Code 5039. The National Park Service encourage the participation of small, minority and woman-owned businesses prises. Documents will be available on or about December 22, 1993 Refer to the solicitation for actual dates.

carol__ click here to contact the contracting officer via e-mail (W-348 SN280200)

Datense Supply Cunter Columbus, PO BX 16595, DSCC-PBAB

Columbus, ON 43216-6595 4-KALVE, GLOBE. EXCEPTIONS TO OWG 803-438453 ARE AS FOLLOWS: SOL SPO760-99-Q-3802 DUE 012899 POC Contact: namej. wise PHONE614-692-3741 FAX number- PR-NO: YPC98301000775 NSN 482000-495-6228, CAGE 48422 Part No 1776A10WG CAGE 80064 Part No 803-4384536-71A CAGE 90664 Part No 145WS-1-1-2 valve, globe. I 1/2 inch in-line stop bronze valve. In accordance with Navy Dwg 8034384536; PIN 803-4384536-71A. 229 -EA Del to Tracy CA 95376 Del by 200 days after date of award. 138 - EA Del to Norfolk VA 235120001 Del by 200 days after date of award. See NOTES 9 and 26. This solicitation will be available on the internet at http:// WWW.DSCC.DLA.MIUrla, 15 days after this notice is published in the C8D. Requests for hard copies of this solicitation will not be accepted. Written request for drawings are to be submitted to Defense Supply Center Columbus, attn: DSCC-VTCD, PO Box 3990, Columbus, OH 432165000; by FAX 614-692-3998 or call 614-692-2344. Request should include the RFQ number, opening/closing date, NSN, purchase request number (E.G. YPC), buyer's name and your complete name and address. fedreal, Military and commercial speficitactions cannot be provided by DSCC. While price may be A significant factor in the evaluation of offers, the final award decision willbe based upon A acombination of price, delivery, past performance and other evaluation factors as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-349 SN280501)

Detonse Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53-BOLT, MACHINE SOL SPO5409909785 DUE 010299 POC KO NAME: Glenn R. Daemer, NCBOS, 215-697-2692, BUYER: Same PR-NO: YP198303000097 NSN 5306-00-121-7788, OThread quantity per inch 32 Ofastener length 1.062 inches nominal Material. iron alloy 660 overall Head height 0.125 inches nominal Width between flats 0.367 inches minimum and 0.376 inches maximum 3,900 -ea del to New Cumberland PA 17070 del by 17 Sep 99. FSC: 5306. This solicitation contains one nsn. The nsn is 5306-00-121-7788. The total yearly estimated quantity of I nsn is 7.800 ea. Specs: MS 9489 rev A PAN MS 9489 15. CAP EQ001 CAP EQ003. Drawings are not required. Primary Qty: 3,900 ea. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. Note 6 applies. Other Notes: This item is being resolicited as a 2 yr IDPO. Minimum: 1,950 ea. Maximum: 7,800 ea. Award will be made to a QSL vendor, Fax: 215-697-3636. Delivery is 120 days after date of delivery order to Conus destinations. To obtain a copy of this solicitation please send fax request to 215697-6333. (W-349 SN280237)

Datonse Industrial Supply Conter, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53— WASHER, CONVEX SOL SPO5409909780 DUE 011599 POC KO Name: Betty Diamond, JAB31.(215)697-3200, Buyer Name:Carmen Anderson, JAB37.(215)697-5843 PR NO: YP198209000836 NSN 5310-00-6137435, 675 -EA Del To New Cumberland PA 17070. Del By 31 JAN 99. Primary Quantity:675, Delivery Schedule: 90 Days. Offers Will Be Evaluated With A 10% Preference For Small Disadvantaged Business Concerns. While Price Will Be A Significant factor in The Evaluation Of 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 To (215)697-6333. (W-349 SN280451)

NASMangley Research Center, Mall Stop 144, Industry Assistana

Offica, Hampton, VA 23681-0001 54-12 FT X 20 FT, 2-STORY, 4 OFFICE, MODULAR FACIUTY SAL 1.168-GKG.1146 DUE 011299 POC Kimberly D. Duncan, Purchasing Agent Phone (757) 864-3566, Fax (757) 864-8863, EN k.d.duncanlarc.nasa.gov.-James W. Cresawn, Contracting for Phone (757)-864-2500, Fax (757) 864-7898, NASMLARC plans to issue a Resues to Quote (RFQ) for 12' x 28', 2-story. 4 office, modular facility- each This procurement is being conducted under the Simplified Acousta Procedures (SAP). The Government intends to acquire a communa item using FAR PART 12. This procurement is a total small stre:

set-aside. See Note 1. The SIC Code and Size Standard are w and 500 employees, respectively. The DPAS Rating for this pricu met is DO C9. The anticipated release date of RFO 1-168 GXG1/4 on or about December 16, 1998, with an anticipated quote de of on or about January 12, 1999. All qualified responsible w may submit a quote which shall be considered by the ages ombudsman has been appointedSee Internet Note 8". The skette and any documents related to this procurement will be available we the Internet. These documents will be in Microsoft Office Sets kort 6.0, Excel 5.0, or PowerPoint 4.0) format and will reside o 3 tert Wide Web (WWW) server, which may be accessed using a WW breg application. The WWW address, or URL of the NASMLARC Busce Opportunities home page is http://procurement.nasa.gov. class.html. Prospective ofterors shall notify this office of their mint to submit an offer. It is the offeror's responsibility to meet » site for the release of the solicitation and amendments (if any). Peter a quolers will be responsible for downloading their own copy solicitation and amendments (if any). Any referenced notes viewed at the following URL: http://genesis.gsfc.nasa.gov/nasance in

http://nais.nasa.gov/EPS/LaRC/date.html#1-168-GKG.1146 Cla for the latest information about this notice

k.d. Kimberly D. Duncan (D-349 SN28059

Detonse Supply Conter Columbus, PO BX 16595, DSCC-PBAB

Columbus, ON 43216-6595 41-DISTRIBUTOR ASSEMBLY, END ITEM: DUAL SOLENOID CONTROL CSM SM. SOL SPO760-99-Q-3801 DUE 012899 POC Contact: namej. wise PHONE614-692-3741 FAX number- PR-NO: YPC98303000827 NSN 4810-01-080-0449, CAGE 86184 Part No 63225H distributor Assembly. END item: dual solenoid Control csm SM. Cla-Val Co. (CAGE 86184) PAN 63225H. 116 -EA Del to Tracy CA 95376 Del by 140 days after date of award. 49 EA Del to Norfolk VA 23512-0001 Del by 140 days after date of award. See NOTES 1, 22, and 26. This solicitation will be available on the internet at http: //WWW.DSCC.DLA, MIURIO/

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 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 CAL Val CO (86184). While price may be A significant factor in the evaluation of offes, the final award decision will be based upon A combination of price, delivery, past performance and other evaluation facators as described in the solicitation. All responsible sources may submit offer which DCSC shall consider. (1-349 SN280505)

55 Lumbar, Millwork, Plywood and Veneer

Detonse Industrial Supply Conter, 700 Robbins Avenue, Philadelphia,

PA 19111-5096 53-SEAL, PLAIN ENCASED SOL SPOS409909566 QUE 122398 POC KO NAME: C. Osborne, LM22, 215-697-5890, BUYER: Same PR-NO: YP198216002161 NSN 5330-01-187-8600, mtri; compatable with magnesium alloy VMW 00-56. Bore dia; 2.8125 in. +/-0.001 in. shaft dia; 2.248 in +/- 0.001 in width: 0.824 in max. 250 ea del to Corpus Christi TX 78419 del by 01 Dec 98. See notes 9. 22. Specs: Pl N 7-211320161-3. Primary Qty: 250. Deliveries to Conus (excluding Alaska). Delivery Schedule: 120 days ado. Offers will be evaluated with a 10% preference for small disadvantaged business concerns. This contract action is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C 2304 (c)(1). Approved Sources are: Magnetic Seal Corp. This purchase is for a national delense item and therefore restricted to U.S. sources. This purchase is subject to the Boeing Rights Guard Program. While price will be a significant factor in the evaluation of offers, the final contract award price will be based upon a combination of price and delivery as described in section Mof this solicitation. Drawings are not required. To obtain a copy of this solicitation please send fax request to 215-697-6333. (W-349 SN280452)

USDA Forest Service, Allegheny NF, P.O. Box 847, Warren, MA

16365 55—f' WOODEN STAKES SOL R9-19-99-16 DUE 020499 POC Spa** Font, Proc. Ass't or Pat Hogston, CO at (814) 723-5150 6 KB Stakes. This supply is used as a support for the plastic tree shes for tree plantings on the Allegheny National Forest, Elk, foresi, #37 and McKean Counties, Pennsylvania. This is a 100% Set Aside by Small Businesses. For solicitation package contact Sandy font

, font ment Assistant, 222 Liberty Street, Warren, PA 16365. (W-3490

58 Communication, Detection, and Coherent Radiation Equipment

Detonse Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, ON 43216-6595 46_VALVE, CHECK APPLICATION IS ON THE BRAKE CONTROL OF THE SOL SPO740-99-Q-5410 DUE 020399 POC Contact: namesara Hansford PHONE614-692-3644 FAX number-614-692-3574 PR-NO: YPC98320001175 NSN 4820-01-298-4475, CAGE OB9R9 Part No 9534011I CAGE 25500 Part No 9534011-1 valve, Check 73242 Goodyear Pl N 9534011-1 25500 Loral PAN 9534011-1 the only source lett is Aircraft braking Systems PNN 9534011-1 32 -EA Del to Jacksonville FL 322120097 Del 30 days after award 240 EA Del to Tracy CA 95376 Del 30 days after award this solicitation will be available on the internet at http://WWW.DSCC.DLA MIUrto, 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 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. (1-349 SN280506)

Float and Industrial Supply Center, Contracting Department, PO

Box 97, Jacksonville, Florida 32212-0097 53-KIVETS, BOLTS AND FASTENERS SOL N68836-99-R-0006 DUE 011599 POC Contact Audra Herring, Code ACL.76, (904) 542-1268 or Margaret fenn, ACL.18. (904) 542-1070 The V. S. Navy requires Rivets, in accordance with Grumman Drawing Number GF511)4-9X, Qty: 100 ea: Blind fasteners, in accordance with Grumman Drawing Number GF511J4-7X, Qty: 1500 ea; Bolts, in accordance with Grumman Drawing Number GBS11EW3-12, Qty: 50 ea; Bolts, in accordance with Grumman Drawing Number G8511EW3-14, Qty: 100 ea; Rivets, in accordance with Grumman Drawing Number GBS11EW3-1, Qty: 100 ea. This procurement is unrestricted and all responsible business concerns may request, in writing, a copy of the solicitation by mail or facsimile, (904) 5421098. Request for the solicitation should be sent to the attention of Audra ). Herring. Contract Specialist, Code ACL. 76. (W-349 SN280577)

Defense Supply Conter Columbus, PO Box 16595, OSCC-PAL

Columbus, OH 43216-6595 56-COVER, ELECTRONIC CO SOL SP0970-99-Q-A058 DUE OF Pác Robert Slitor, PCCC-GIF, (614) 692-8524. FA (614) 634 PR#: YPE98327000471 and YPE 98337000815. NSN: 5895-01-45.5 Item description: Cover, electronic co. Approved source. Ericsson 1 Private Radio Systems (ODJF6) PAN PAFCIB. 101 each to be tarts to Richmond, VA (SW0400) and Mechanicsburg, PA (SW3106 schedule: 101 each within 30 days. Increments solicited 25-49.* 99, 100-249 and 250-499. Set-Aside: Unrestricted. All responsible way may submit an offer/quote which shall be considered. See note This solicitation is available on the Internet at: http://www.dsce. Od 5 rlo. Requests for hard copies of this RFQ will not be accepted S tions, plans or drawings are not available.

http://www.dscc.dla.mil/rtal. Delense Supply Center Columbia DSC Solicitation on WE8. (W-348 SN280197)

53 Hardware and Abrasivas

54 Prefabricatod Structures and Scattolding

Detonso Industrial Supply Center, 700 Robbins Avenue, Philadelphia,

PA 19111-5008 53— COUPLER, FLEXIBLE SHAFT SOL SPO5609906925 DUE 122198 POC KO Name: James L. Eagen, MBA25,(215)697-6425. Buyer Name:David Palumbo, MBA 19,(215)697-3173 PR NO: YP198216001190 NSN 534201-256-0491, 13 - EA Del To ( Call Contracting Officer). Det By 03 AUG 98. Specs: Triumph Controls PAN 7-44380-107. Primary Quantity:13, Delivery Schedule: 120 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 far To (215)697. 6333. (W-349 SN280232)


Page 22

A P/N 360687). FOB, Inspection and Acceptance at Destination. Quantity: 128 each. Delivery: 60 days. Deliver 10 to Stockton, CA and 18 to Mechanicsburg, PA. Small Business Size Standard 4$ 750 employees. Phot Items screened and determined not suitable for competitive purchase it or direct purchase which continue to be procured from a prime contractor

who is not the actual manufacturer, loadequate/illegible data. This solicitation will be ayailable on the Internet at http://dscc.dia.milita/

15 days after this notice is published in the CBD. Requests for hard copies of this solicitation will not be accepted,

http://dsce.dla. milita/DSCC Solicitations on the Web (W-349 SN280229)

YPE98337000813 NSN: 5895 01 099 8220. Approved sources SC Electronics Inc (OYGA2) P/N PA250 and Julie Research Laboratories (23405) P/N PA250AC. Commercial off the shelf item. Adequate catalog data is available at DESC for the evaluation of of alternate offers. Quantity: 3 each to be delivered 150 days after date of order. Ship to: Richmond VA 23297. NOTE: This is a possible indefinite delivery purchase order.

http://www.dscc dla mil Click here to download a copy of the RFQ.

Click here for more info. (W-349 SN280541)

AMSEL-ACCC-C-CR Yvonne Bova, Contracting Officer Ft. Monmouth, NJ 07703-5000 SPONSOR: PM Signals Wartare ATTN: SFAE-IEW&S-SĄ Building 296 Ft. Monmouth, NJ 07703-5003;

http://www.jta.itsi.disa.mill Joint Technical Architecture-Army, Version 2

army.mil Click here to contact the contract specialist via e-mail (W-349 SN280515)

59 Electrical and Electronic Equipment Components

58 Communication, Detection, and Coherent Radiation Equipment-Potential Sources Sought

Federal Communications Commission, Acquisitions Branch, 1919 1

M St., NW, Room 404, Washington, DC 20554 · 58-COMMUNICATIONS EQUIPMENT SOL 599150043 DUE 022099 POC Delores F. Hudson, Contract Specialist, (202) 418-0935, Sonna Stampone,

Contracting Officer The Federal Communications Commission intends to issue an 1FB for Surveillance/Monitoring Receivers which cover a continuous frequency range of a least 100kHz to 1999.999MHz. The Teceivers shall have digital frequency readout and have a port for computer control of all operating parameters that is completely compatible with the ICOM R-8500 command set and data transfer protocol. The eceivers shall also be completely compatible with the electrical and mechanical specifications of the ICOM R-8500 receivers. The receivers chall be capable of receiving signals in the 800-1000 MHz range i and shall not be "cell blocked.* Quantity of thirty five (35)receivers

with an option of thirty five (35) additional receivers at a later date. delivery with 30 days after receipt of order. IFB-999150043 will be ssued on or about January 18, 1999. Solicitations provided upon written equest. Please furnish a self-addressed, gummed label with our request. W-349 SN280310)

SA-ALC/Contracting Directorate/SA-ALCALDKAC; 485 Quentin

Roosevelt Road Suito 12; Kelly AFB, TX 78241-6419 59-ELECTIRC TEST CONTROLLER SOL F41608-99-R-26508 DUE 121898 POC The Point of contact is Vera F. Wilder, SA-ALCALOKAC, Phone: (210) 925-4651, FAX: (210) 925-1054, E-Mail: vera wilder@ldgatel NOUN: Electric Test Controller NSN: 6625-01-451-3436DQ P/N: 3000169 SIZE: 18" X 17" X 15" WT: 42 lbs FUNCTION: Controller unit of the AN/ GYQ-79. PRED MATL: Electronics 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 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: . 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) 22.26

vera.wilder@ldgatel Send your E-Mail request to the POC (D-348 SN280174)

Panama Canal Commission, Contracting Division, UNIT 2300 APO,

MA 3401 1-2300 58_MOTOROL MAXTRAC RADIOS SOL RFQ-169-ujß Due 123198 OC Armando Calvo, Cootract Specialist. (507) 272-4687, Armando Calvo, ontracting Officer, (507) 272-4687 Three different types required, s well as, desk microphone and power supply. Quantity: various. Delivery: 3 days FOR New Orleans, LA. Dr 60 days CIF Balboa, Republic of anama after receipt of Notice of Award. This is a brand name only archase. Equal or similar items will not be accepted. When requesting Request for Quotation (RFQ), state name of company and point

contact, address, fax and telephone number, as well as, the RFQ imber. Requests will be accepted by fax at 011-507-272-7661 or, mail: . All responsible sources may submit quotation which, it timely received, shall be considered by the Commison. (-349 SN280419)

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

NJ 07703-5008 58 COTS/NDI FOR ELECTRONIC ATTACK SYSTEMS TO SUPPORT TACTICAL OPERATIONS SOL NA DUE 011599 POC Suzanne Anderson, Contract Specialist, 732-427-1337 THIS ANNOUNCEMENT WAS PREVIOUSLY RELEASED UNDER CLASSIFICATION CODE B ON 01 DECEMBER 1998 AND MODIFIED ON 15 DECEMBER 1998. COMMERCIAL OFF-THE-SHELF (COTS) OR NON-DEVELOPMENTAL ITEM (NDI) ELECTRONIC ATTACK SYSTEMS TO SUPPORT TACTICAL OPERATIONS. The U.S. Army, Product Manager Signal Warfare is seeking industry information on commercial off-theshelf or non-developmental items (NDI) electronic attack systems that can support TACTICAL operations. These electronic systems may be considered for integration into heliborne and/or ground vehicle platforms. Respondents are requested to address the specific capabilities described in this document and are encouraged to provide detailed descriptions ot any additional capabilities and features of their systems. Specific areas of noncompliance should also be addressed by the respondent along with the potential growth plan to achieve comphance. All proprietary information should be marked as such. This Request for Information (RFI/Sources Sought (SS) Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation of the part of the US Army CECOM. The purpose of this RFI/SS is to identity potential sources that may be interested in and capable of performing the work described herein. US Army CECOM does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or for PM GBCS/ AQF's use of such information Acknowledgement of reciept of responses will not be made, nor will respondents be notified of PM GBCS/AQF'S evaluation of the information. Those respondents having systems that meet these requirements will be contacted in the future to describe availability, cost, and capability. AREAS OF INTEREST: Under this Request for Information (RFI), the U.S. Army is soliciting information on currently available systems or systems that can be modified in a quick and economical fashion. In addition, information should be submitted that shows the maturity level of the system (e. present customer test results, fielding data, etc.) or a demonstration could be provided in the near future. 1. The respondent should describe the extent to which their system meets the following characteristics: provide capability to jam fixed frequency, burst, and low probability of intercept signals within the VHF band (frequency extension will be a future desire) with a minimum effective radiated power of 550W out of a directional antenna, jam signals having voice and data content with various modulation. jam signals while on the move, and operate independently of any other systems. The respondent should describe the signal environment and emitter density in which the system was evaluated. The respondent should provide the maximum number of simultaneous emitters that the system can jam (convention or low probability of intercept signals or a combinations of the two) and provide the time allotted for lookthrough. 2. The respondent should describe the types of jamming techniques and modulation types used, and report jammer effectiveness to the operator. The respondent should describe harmonic suppression and inter modulation prevention characteristics and methods. The respondent should describe the suitability for mounting their system in a single light tactical vehicle (i.e., HMMWV, amphibious) and in an Army helicopter. 3. Respondents should describe current compliance to Do standards, specifically Joint Technical Architecture-Army. Version 2. (This JTA may be viewed at the following website address: http://wwwjaitsi disa.mill) The system should be capable of operation in a tactical environment. This includes heat, cold, rain, fog, dust, sand, wind, shock and vibration, explosive atmosphere, and other conditions found on the battlefield. 5. The respondent should describe the system power requirements. 6. The respondent should provide mean time between failure data for hardware and software, and provide a concept of operations. In addition, a description of any special maintainability requirements and built-in-test (BIT) capability should be provided. REVIEW OF RESPONSES: Responses should consist of a summary, not to exceed 15 pages, and any supporting data, literature, or reports. The respondents may be invited to brief the Army and provide answers to questions concerning the responses. Respondents should provide sales price history and indicate the quantities sold, to whom the systems were sold, and provide a point of contact for the purchasing activity. POC information should include name, title, contract number, telephone and fax number. In addition, include the procurement period (in months) necessary to acquire a system from contract initiation to delivery. SUBMISSION: Responses to this RFI are due by 1600 on 15 January 1999. An original and I copy of the response should be submitted to: ATTN: Mark Conrad, US ARMY-CECOM, BLDG. 600. RM. 147, Fort Monmouth, NJ 08701. COMMUNICATION WITH THE U.S. ARMY: All administrative correspondence and questions concerning this RFI should be directed to: AITN: Mark Conrad, US ARMY-CECOM, BLDG. 600. RM. 141, fort Monmouth, NJ 08701. Questions that require the Contracting Officer's attention should be directed in writing to: U.S. Army CECOM ATTN:

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

Columbus, OH 43216-6595 58_TARGET ASSEMBLY SOL SP0970-99-Q-A059 DUE 011999 POC san Bland/CCBG-GLK (614)692-8517 PR No.: YPE 98295000452. NSN: 55-01-081-4025. Target Assembly. Approved sources: Raytheon TI stems (96214) and Alek Industries (65534). 17 each to delivered SW3100 Mechanicsburg, PA within 60 days ARO. Various increments icited: 10-24, 25-49, 50-99, 100-199. Other than fult and open mpetition. See notes I, 22 and 26. Copies of this solicitation are ailable at the above address. The small business size standard is

employees. This is an anticipated 12-month (365 days) IDPO www dscc.dla.mil/b/rta_search.html Defense Supply Center Columbus citation on WEB **** Defense Supply Center Columbus tract Specialist (W-349 SN280518)

SA-ALC/Contracting Directorate/SA-ALCALDKAC; 485 Quentin

Roosevelt Road Suite 12; Kelly AFB, TX 78241-6419 59_VARIABLE ATTENUATOR SOL F41608-99-R-0036 DUE 010499 POC The point of contact is Ignacio L. Martinez, SA-ALC/LOKAC, Phone: (210) 925-4651, FAX: (210) 925-1054, E-Mail: ignacio.martinez@LDGATEI NOUN: Variable Attentuator NSN: 5985-01-064-5907DQ P/N: 21318655 SIZE: 7.562 " L X 2.719" H FUNCTION: This instrument is an infine attentuator that provides precision attentuator, flat frequency response and low standing wave ration (SWR) over a broad frequency range typically in the OC 18 gigaherts of high frequency signals. These signals are utilized to test and repair F-15 acft line replaceable rådar units. PRED MATL: Alloy STATUTORY AUTHORITY: 10 USC 2304 (c)(1) 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 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: . 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, 26,26

ignacio.martinez @LDGATEJ Send your E-Mail request to the POC (D348 SN280186)

USDA Forest Service, PO BOX 2750, Asheville, NC 28802 3- FIELD KITS FOR GPS SOL REQ SE-99-21 DUE 021099 POC Conce Gist, Purchasing Agent. 828/257-4295; FAX 828/257-4876 The st Health Unit of the Southern Research Station is proposing to hase 46 field kits for GPS tron Thimble Navigation (#17737-45 tmaster Flash and #19638-03 Accessory Kit-Magnetic). Estimated = range is $25,000 to $100,000. All responsible parties may submit offer which will be considered. Submit requests for solicitation, enting or by fax. to Constance Gist at the address shown in

7. See Note 22. (W-349 SN280524)

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

Columbus, OH 43216-6595 59_RELAY, ELECTROMAGNETIC SOL SP0930-99-Q-A122 DUE 122398 POC lett Laird 614-692-7787;' fax 614-692-6912 DESC: PR# YPE97302000058 ET AL; Nśn 5945-00-768-0120, Idll (18876) dwg 9174664 Aplicable Documents:iaw (18876) dwg 9174664 rev i did 0726-63 and MIL-R-5757G dtd 03-22-82 Amend 11-16-94: Acceptance Testing: iaw para 4.7 thru 4.7.1.2.1 of MIL-R-5757: First Article Contractor Testing:jaw para 4.6.2 of MIL-R-57576 exceptas modified by (18876) twg 9174664. Quantity is 140 varios FMS locations, delivery 150 days with F/A waiver delivery 240 days without F/A.Drawing is available. Approved sources:none. 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 evalaution as described in the solicitation. All responsible sources may submit an offer which DSCC shal consider. This solicitation is available on the Internet at:http://www.dscc.dla.millilol. The small business size standard is 750 employees. (W-348 SN280187) in

SA-ALC/Contracting Directorate/SA-ALCALDKAC; 485 Quentin

Roosvelt Road Suite 12, Kelly AFB, TX 78241-6419 59-DATA SIGNAL CONVERTER SOL F41608-99-R-0043 DUE 121898 POC The Point of Contact is Vera F. Wilder, SA-ALC/LOKAC, Phone: (210) 925-4651, FAX: (210) 925-1054, E-Mail: vera.wilder@ldgatel Noun: Data Signal Converter NSN: 6625-01-338-5199DQ P/N: 3597141-2 SIZE: 18" W X 12" H X 24" FUNCTION: Provides 400 and 800 Hz signals PRED MATL: Electronics STATUTORY AUTHORITY: 10 U.S.C. 2304(c)(1) All potential offerors should contact the buyer/PCO identified in this notice for additional information and/or to communicate concerns, it 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 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: . 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) 22,26,26

vera.wilder@ldgatel Send your E-Mail request to the POC (D-348 SN280193)

Dufonso Supply Cantar Richmond, 1000 Jotterson Dans llighet,

Richmond, VA 23297-5000 58SPLICE, CONDUCTOR SOL SPO430-99-0-0190 DUE 020599 PX Bobbi Smith/zW130/DSCR-JEP/804-279-3776, FAX 804-279-4297 0 NSN 5940-01-135-7077, YPG98338002140, Splice, Conducta, lai LAW MIL S-83519/10, Specifications, plans or drawings relating the procurement described are not available and cannot be furnished the Govt. Del-2800 HD by 150 days Mechanicsburg, PA 17055-471 Qualifying activity: Naval Air Systems Comínand, Hughes Technical Sony ices, 6125 E. 21st St., CNE550. Mail Stop 60, Indianapolis, 462!! The final contract award decision may be based upon a combinato of price, past performance and other evaluation factors as desorter in the solicitation.

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

bmsmithOdscr.dla.mil Contract Specialist: Bobbi Smith2w130Man RFQ No. and YPG No. available (W-349 SN280589)

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

4488, Radstone Arsenal, AL 35898-5280 59_CIRCUIT CARD ASSEMBLY SOL DAAH01-99-R-0054 DUE 010699 POC AMSAM-AC-ML-AA, Jo Anne Mankoski, Contracting Officer, 256842-7630 Noun: Circuit Card Assembly, NSN: 5998-01-228-4277, Army Part Number (APNY 11474311, PRON: 01839543, Qty: 33. This item as been identified as having a potential for significant quantity fluctuation due to the customer's changing supply demands. As such, an Incremental Quantity Program solicitation will be issued utilizing Incremental Quantity Program provisions to reflect a minimum quantity of 2, known quantity of 33, and a maximum quantity of 40. Also, includes outyear requirements for 5 years with orders to be issued one or more times as requirements materialize. Destination to be furnished. Delivery schedule 85 days after contract award. Offerors must be approved and qualified. This proposed contract action is for supplies or services for which the government intends to solicit and negotiate with only one, or a limited number of sources. Suggest that small business firms or others interested in subcontracting opportunities in the connection with this procurement, make contact with the firm(s) listed. The government does not possess sufficient documentation to acquire this item from other than the qualified sources. Request for Proposal will be issued to Raytheon Company, Electronics Systems Division, 350 Lowell Street, Andover, Massachusetts 01810. All responsible sources may submit a bid, proposal, or quotation which shall be considered by this agency. Request solicitation package from address above, Attn: AMSAM-AC-ML-L(fax 256-8426302). "The most recent representative unit price and quantity relative to this acquisition is NSN: 5998-01-428-4277, Awd Date: 041996, Qty: 65, Unit rice: $7,957,72. The government provides this price history without assuming the responsibility for any resulting conclusions or interpretations only and should not be relied upon as a basis for offer/bid. Adequate drawings, specifications or other technical data are not available and will not be furnished. Potential offerors are encouraged to pursue qualification for future buys in accordance with MICOM pamphlet 702-1 available through the internet. ***See Note 22*** (W-349 SN280424)

61 Electrical Wire, and Power and Distribution Equipment

20 CONSALGCC, PO Drawer 52810, Shaw AFB, SC 29152-8810 61-GENERATOR ASSEMBLY USED ON MFP-IZA GENERATOR SET SOL F38601-99-RO002 DUE 121798 POC Caroline Dailey or Jodith Cota (803) 895-6000 ext 234 or 230 This is amendment to the combini synopsis/solicitation #F38601-99-RO0O2. Required delivery date is here corrected to read 10 Jan 99 in lieu of 10 Jan 98.

http://www.shaw.al.mil/20lw/20log/contracting/index.htm Click here to download a copy of the Representations and Certifications

or Cid bent to contact the contract administrator of the contracting officm. ( 349 SN280334)

SA-ALC/Contracting Directorato/SA-ALC/LDKAC; 485 Quentin

Roosevelt Road Suite 12; Kelly AFB, TX 78241-6419 59—RELAY TEST SET SOL F41608-99-R-36508 DUE 010499 POC The Point of contact is Vera F. Wilder, SA-ALC/LOKAC, Phone: (210) 9254651, FAX: (210) 925-1054, E-Mail: vera.wilder@ldgatel Noun: Relay Test Set NSN: 6625-01-172-0130DQ P/N: 16042545-3 SIZE: 22.75" W X 21.75" H X 23.75" L FUNCTION: Performs a variety of relay testing procedures for F-16 relay assemblies both on and off the aircraft. PRED MATL: Electronics/aluminum STATUTORY AUTHORITY: 10 U.S.C. 2304(c)(1) 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 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: . 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. 26,26

vera.wilder@ldgatel Send your E-Mail request to the POC (D-348 SN280194)

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

Columbus, OH 43216-6595 59 DISCRIMINATOR, LODI SOL SPO920990A140 DUE 011299 POC Joseph Smith, Contract Specialist, 614-692-0681 PR NO:YPE 98337000927 NSN: 5985 00 247 5217. Approved source Harris Corp (14304) PI N 0902-1500 or P/N 902-0500 JAW (14304) 0902-0500. Adequate data for the evaluation of alternate offers is not available at the procurement agency. The offeror must provide data for both the approved and alternate item for evaluation. Quantity: 18 each to be delivered 150 days after date of order. Ship to: Lathrop, CA 95330. Other than full and open-part numbered item. This buy is unrestricted. NOTE: This is a possible indefinite delivery purchase order.

http://www.dscc.dla mil Click here to download a'copy of the RFQ.

Joseph Click here for more info. (W-349 SN280442)

Defense Supply Contor Richmond, 1000 Jofterson Davis Wilgta,

Richmond, VA 23297-5000 61-ELECTRIC WIRE & POWER & DISTRIBUTION EQUIPPETT 1 SP0451-99-0-4176 POC Leon Coleman/BH722/804-279-3951 PRO YPG98287000987, NSN 6150-01-115-3724, Bus, Conductor, Source trolled Item: Semco Instruments Inc, Cage 24735, PAN MSC32000. Am Aerospace Products Inc, Cage 97424, PIN 42976-2. Identity

Identification marking of US win Property. Line, Item 0001, Oty 23" Each, Ship

to: Defense Distiller Depot Susquehanna, PA, Mechanicsburg. PA 17055-0789 and Light 0002, Qty 13 Each. Ship to: Defense Distribution Depot See leap Tracy, CA 95376-5000, Automated Best Value Model (ABW) offers will be evaluated on the basis of price offered and past person All responsible sources may submit an offer, which will be conside Anticipated award date is February 02, 1999. For copies of the solicitation, contact the Contract Specialist, Leon Coleman IV. 279-3961, FAX 804-279-6010; KO: Michael L Whitfield/804-279-30 (W-349 SN280336)

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

Columbus, OH 43216-6595 59-SWITCH, RADIO FREQUENCY SOL SPO920990A 141 DUE 011299 POC Joseph Smith, Contract Specialist, 614-692-0681 PR NO: YPE98337000931 NSN: 5985 00 815 3505. Approved sources DowKey Microwave (00471) P/N CS319B and Lockheed Martin (98897) PI N. 616228-1. Adequate data tor the evaluation of alternate offers is not available at the procurement agency. The offeror must provide data for both the approved and alternate item for evaluation. Quantity: 5 each to be delivered 150 days after date of order. Ship to: Lathrop. CA 95330. Other than full and open-part numbered item. This buy is a small business set-aside. NOTE: This is a possible indelinite delivery purchase order.

http://www.dscc.dla.mil Click here to download a copy of the RFQ

Joseph_SmithOdscc.dla.mil Click here for more info. (W-349 .. SN280447)

Datense Supply Center Richmond, 8000 Jatterson Bois Iran

Richmond, VA 23297-5000 61-ELECTRIC WIRE & POWER & DISTRIBUTION EQUIPMENT $ SP0451-99-R-0829 POC Ellen Steinmetz/BG4357804-279-32792 When mich/KO PR NPG98316000916, NSN 6150-01-347-5681, Cable Assement Special Purpose, Electrical. Atlas-Aero Corp Ah AA3080-6 and Sara Aircraft Corp pin 65562-11900-106. Specifications, plans e trat relating to the procurement described are not available and can be furnished by the Government. Item 0001 for aty of 122 u. 3 to Tracy CA, item 0002 for aty of 36 ea, ship to Tracy Conde and acceptance point is destination, See Note 22. 100% option appies A written solicitation will issued on 5 Jan 99 with a close ani 5 Feb 99. Anticipated award date is 19 Feb 99. For copies o RFQ solicitation, contact the Contract Specialist, Elen Steinmetz 804-279-3275. Fax 804-279-6095; Contracting Officer Lynn McCarmi 804-279-4230. (W-349 SN280413)

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

Columbus, OH 43216-6595 59-COVER, ELECTRICAL, CONNECTOR SOL SP0935-99-R-X102 DUE 021999 POC POC for information only: David Nelson Phone: (614) 6927893; Fax (614) 692-6924 Description: 5935-00-775-359) Nomenclature: Cover, Electrical, Connector To be manufactured IAW U.S. Navy (10001) dwg. 58A1648522 Approved Sources (1)ITT Cannon(71468)P/N KRO-21, (2)ESC (24805) P/N 229874, (3)Avion (27729)P/N 78185-1 and (4) Elite Connection (OEGM7)PAN 999-5000-0005 Delivery schedule: 1,000 each within 180 days after effective date of contract. Various Destinations (See clause f.la in the Solicitation). All responsible sources may submit an offer/quote which shall be considered. See Notes: 1 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 published in the CBD. The Small Business size standard is 500 employees. Written requests for drawings are to be submitted to Defense Supply Center Columbus, ATTN: DSCC-VTCO, PO Box 3990, Columbus, OH 432165000; 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, MIUTARY 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 proposed procurement includes a family group of items within the Federal Supply Class 5935.. - Various increments Solicited: FROM: 100 TO: 7,500

http://www.dsce dla.milb/rta__search.html 59—Cover, Electrical, Connector (W-349 SN280318)

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

Columbus, OH 43216-6595 59/ANTENNA SOL SP0920990A 143 DUE 011599 POC Joseph Smith, Contract Specialist, 614-692-0681 PR NO: YPE 98337000929 NSN: 5985 00 656 3319. Approved sources IP Associates (17865) P/N 22210000 and Datron Transco Inc (82151) P/N 11000100. Adequate data for the evaluation of alternate offers is not available at the procurement agency. The offeror must provide data for both the approved and alternate item for evaluation. Quantity: 4 each to be delivered 200 days after date of order. Ship to: Lathrop, CA 95330, Other than full and open-part numbered item. This buy is unrestricted, NOTE: This is a possible indefinite delivery purchase order.

http://www.dscc.dla.mil Click here to download a copy of the RFQ: :

Click here for more info. (W-349. SN280522)

Detonse Supply Canter Columbus, PO Box 16595, OSCC-NIA,

Columbus, ON 43216-6595 61-CABLE, POWER, ELECTRIC SOL SP090598RX019 DUE ILU POC Carol Knierim (614)692-7712 PHONE (6143692-6924 FAX Same solicitation is reopened and amendended to increase the man quantity for each NSN as follows: 6145-01-241-7695 the sun quantity is increased from 49,500 it to 102,300 # 6144 6741 the maximum quantity is increased from 160.38 to *t: 6145-01-242-4462 the maximum quantity is increased the # it to 135,300 ft. (W-349 SN280429)

Issue No. PSA-2244; Thurauay,

Turkish Embassy, Office of Defense Attache, Naval Procurement

Office, 2202 Massachusetts Ave., NW, Washington, DC 20008 65-1 EACH ASSEMBLED AUTOPSY SET SOL 6-48 DUE 122198 POC Mr.Ozgur Vural Tel# (202) 939 1875 Turkish MOD will purchase 1 each assemleu Autopsy Set from U.S. sources You can request general

and technical specifications by fax letter. Your FedEx account must


be indicated for authorization to use, otherwise it will not be possible
for us to mail the necessary documentations. Our fax #:(202) 265
8983, by telephone will not be accepted. (W-349 SN280316)

Sacramento Alc/Pkxd, 3237 Peacokooper Way/Suite 17, McClellan

Air Force Base CA 95652-1060 61-POWER SUPPLY SOL F04606-99-0-41010 DUE 020899 POC For Copy, contact the info office indicated., for additional information contact Walter Saw/Pk1-1/1916)643-5272 Item 0001 NSN 6130-01-360-40610G P/N: 02017005-3, Power Supply, applicable to the strobe light for the tc-135 & C-130. Slea. Applicable to KC-135 & C-130. Destn: 44 different sites for the 81 power supply's.. Delivery:01 Mar 1999 81 ea This is a repair contract for the repair of 81 power supply's for the strobe light applicable to the KC-135 & C-130 aircraft. The approximate issue/response date will be 08 JAN 1999. To: Aero Electronics, Inc., Memphis/IN/38118. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All respon

sible sources solicited may submit a bid, proposal, or quotation which xalar shall be considered. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies

for 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. (1-349 SN280569)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 66-DIAPHRAGM ASSEMBLY SOL SP0440-99-0-L541 DUE 020599 POC Contact: tor copies of RFO solicitations, contact: Chuck PA rker/AY706/ 804-279-3925. FAX your request to (804)279 -6014, atin: AY706. PRNO: YPG98316001058 NSN 6610-01-038-6780, diaphragm Assembly, Sequa Corp.. Kollsman Div., CAGE 89944, P/N 40413202010(500) critical application item. 9-PR Del to Tracy CA 95376 Del by 135 days. Unrestricted. See NOTE 23. Option to extend term of contract 60 months. Intend to award as idpo. Please respond by hard copy RFQ only. 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. (1-349 SN280284)

Department of Veterans Affairs, VA Medical Center, 2501 West

22nd Street, Siour Falls, SD 57105 65–UNIT DOSE RADIOPHARMACEUTICALS SOL 438-20-99 DUE 020599

POC Janie i Nordling. Contracting Officer. 605-333-6819, FAX 605-


333-6829 Radiopharmaceuticals in unit doses to be delivered to VA
by NRC approved radiopharmacy approximately twice daily. Items include
TC99M, cardiolite, MDP, DIPA, MAA, Mag 3. PYP, sulpher colloid, disofenin,
1123, 1131 and others. Contract for one year with option to extend for two additional years. (W-349 SN280553)

63 Alarm and Signal, and Security Detection Systems

National Cancer Institute, Research Contracts Branch, PSAS, 6120

Executive Blvd, EPS/Room 638, Bethesda, MD 20892-1227 63-ALARM, SIGNAL & SECURITY DETECTION EQUIPMENT SOL RFQNCI-90021 DUE 010899 POC Cynthia Brown, Purchasing Agent, 301402-4509, Todd Cole, Contracting Officer RFQ-NCI-90021-NQ for "Alarm,

Signal & Security Detection Equipment," which was issued as a combined ista synopsis/solicitation in the Commerce Business Daily (CBDNet) on

Novermber 30, 1998, amended to provide additional time to answer w questions from ofterors. All offers and related materials must now

be received by the revised deadline of 3:00 PM EST on January 8, 1999. Answers to questions that have already been received by the contracting office will be provided in another amendment that will be issued prior to December 22, 1998. In additional, a deadline for additional questions has been set for December 30,1998. **Previous Submission 1 275568** (W-349 SN 280602)

USDA, Food Safety and Inspection Service, ASD, AAS, Room 2158 South Building, 1400 Independence Avenue SW, Washington, DC 20250-3700 66—WHIRL-PAK SAMPLING BAGS (1 1/2" X 15") SOL FSIS-6-W99 DUE 123198 POC Claudia Andrews The U.S. Department of Agriculture, Food Safety and Inspection Service (FSIS) intends to award a contract to Nasco International, Inc. 901 Janesville Ave., Fort Atkinson, WI 535380901, for the purchase of 900 boxes of Whirl-Pak sampling bags. This product is a sterilized filter bag measuring 1 1/2" X 15". Nasco International is the only known source for this product. THERE IS NO SOLICITATION DOCUMENT AVAILABLE. All interested concerns must identify their interest in writing and fully document their capability to meet the agency's requirements by forwarding a detailed response by December 31, 1998. All responses must be in writing and may be faxed to 202-690-1814. All proposals from responsible sources will be considered by the Agency. If no affirmative written response is received by December 31, 1998, to determine that a comparable source is available, or is more advantageous to the Government, negotiation will take place with Nasco. International. There is no solicitation document available. (1-349 SN280328)

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

VA 22209. An action for the USAID program. 65-MEDICAL EQUIPMENT SOL IFB No.608223MOR-08 DUE 122198

POC Contact Point: Hamady Tall, Fax: 703-528-7480 Correction: This


action originally publicized in the CBD 11/02/98. amendment 2: Item
1. Examination table: Delete specification in its entirety and replace with "Folding and/or knock down type, three section, heavy gauge steel top, baked enamel finish, each section separately adjustable by means of ratchet and clutch mechanisms, steel framework, mounted on rubber floor feet, beei stirrups. leg holders with canvas straps, vinyl covered polyurethane filled pads, overall length approx. 180 cm,

overall width approx. 47 cm." Item 2. Examination lamp. Delete specifica-


tion in its entirety and replace with "mobile base, five composite
castors, height adjustment: 24" to 84", valox shade. swivel neck with
rotational stop, chrome plated 30" flexible arm, 35 watt, 12 volt halogen bulb with dichroic filter, two spare bulbs." Item 4. Stethoscope. Delete "aneroid“ and replace with "dual head," delete "binaturala" and replace with "binatural." Item 5. Footstool. Delete specilication and replace with "two step footstool, stainless steel, textured rupper matted top. overall dimensions approx. 28" x 17 3/4", height of stop stool approx 13 1/8", height of bottom stool approx. 9 1/8“.” Item 6. Ward screen divider. Delete specification and replace with: "Tubular stainless steel, three panel screen, 30 mm castors on center panel, fire retardant

vinyl curtains, panel size approx, 33" wide and 60-66" high." Note


that the bid closing date is now 12/21/98 5:00 PM Washington, DC
time. All other terms and conditions of the IFB remain unchanged. (1-349 SN280561)

65 Madical, Dental and Veterinary Equipment and Supplies

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392 65— MEDICAL EQUIPMENT, LIGHT, EXAMINATION, FIELD SOL NOO189.

99-0-0630 DUE 011999 POC David C. Zareczny, Contracting Officer, 4 S Code 02H5BG (757) 443-1431 Light, Examination, Field, NSN 6530

01-412-5988, Defiance Electronics, Loudon, IN, Part Number 110654.

Model Number 171039. Qly required 198 each by Fleet Hospital Support of Unit, Williamsburg. VA 23185. FOB Point Destination. Complete (RFQ) package to be issued on December 31,1998. Responsible sources may

request a copy of (RFQ) N00189-99-0-0630, either in writing or by Far (757) 443-1389. When requesting a copy of (RFQ) package responsible sources must state that neither the requestor nor principle corporate

ollicials and owners are currently suspended, debarred, or otherwise ineligible to receive a contract from any federal agency. (W-348 SN280172)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 66—THERMOSTAT SOL SP0440-99-Q-L540 DUE 020599 POC Contact: for copies of RFQ solicitations, contact: Chuck PA rker/AY706/ 804. 279-3925. FAX your request to (804)279 -6014, atin: AY706. PR-NO. YPG98328000658 NSN 6620-01-201-5221, thermostat. Alliedsignal Inc., Aerospace equip. Systems, Tempe site, CAGE 59364, P/N 129552-11, Service & Sales Inc., CAGE 59915, P/N 129552-1 51 EA Del to Mechanicsburg PA 17055 Del by 195 days. Unrestricted. See NOTE 23. Specifications, plans or drawings relating to the procurement described are not available and cannot be furnished by the Gov't The fina 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 sha consider. (1-349 SN280370)

Department of Veterans Affairs, VA Puget Sound Health Care

System (663/90C),"1660 S. Columbian Way, Seattle, WA 98108 65—REAGENTS SOL 663-19-99 POC Susan Cowin, Contracting Ollicer, (206)764-2508 The VA Puget Sound Healthcare System, 1660 South Columbian Way. Seattle, Washington, hereby cancels RIQ 663-19-99 in its entirety. (W-348 SN280183)

VA Medical Center, 800 Zorn Avenue, Louisville, KY 40206-1499 65-RADIOPHARMACEUTICALS SOL 603-45-99 DUE 020999 POC Vic-

toria S Caudill (502)894-6108 The VA Medical Center, Louisville, KY


is seeking to procure radioisotopes/radiopharmaceuticals for delivery
to the VA Medical Center, 800 Zorn Avenue. Louisville, KY. Contract
period shall be date of award thru September 30. 1999 with three
one year renewal options. SIC code 2834 applies to this procurement
This is a full and open competitive procurement. Copies of the solicitation
will be available o/a 1/8/99 and must be requested in writing on
FIRMS's letterhead, NO telephone requests will be accepted however:
you may fax your request to (502) 894-6115, to the attention of
the contracting officer listed in this announcement Contract award
is subject to availability of funding.

caudill.victoria click here to contact the contracting officer via e-mail (W-349 SN280578)

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 66—MOUNT ASSEMBLY SOL SP044099QK335 DUE 011599 POC Buyer Mechelle McNew/AX608, 804-279-3685/60--Steve Allgeier, 804-27 4105. To request a copy, fax to 804-279-6303. NSN 6660-01-18 9734, Mount Assembly Belfort Instrument Co, Sub of TranstechnolCorp Cage 82205 P/N 49394-2. This solicitation will result in a Indelio Delivery Purchase Order (IDPO) with 4 option years. The Guarant Min Qty for year I 10 ea. Delivery is 110 days aro. This solicita will be made in writing and is unrestricted. Destination and sh addresses will be on each delivery order. Issue date is: 30 Dec 199 closing date: 15 Jan 1999. ABVM will apply for the final cont award decision based upon a combi. nation of price, past perform. and other evaluation factors. (W-349 SN280430)

66 Instruments and Laboratory Equipment

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

Box 76, Bldg. 37. Hines, IL 60141-0076 65 SOURCES SOUGHT FOR NUMEROUS MEDICAL

SURGICAL ITEMS DUE 122998 POC 'Burnell Brusveen, Contracting Officer, (708) 786

5139, or Carl L. Hunter (708) 786-7783 Sources Sought CBD Submission No. 279985 dated December 14, 1998 is amended to seek sources and to request product samples for the following additional product in support of Department of Veterans Affairs national standardization program for medical and surgical products. Skin Preparation Barrier Wipe. Protective skin pad, a saturated item when applied to the skin dries to form a clear plastic-like barrier to protect the skin against contact irritants and facilitates easy removal. This is not a request For proposals. A solicitation will be issued once samples are evaluated,

nterested parties should submit their product samples to reach the Following address no later than December 29, 1998: CARL L. HUNTER

9018) ITEM MANAGEMENT DIVISION VA SUPPLY DEPOT, BLOG #37 IST AVENUE, NORTH OF CERMAK ROAD HINES, IL 60141 TELEPHONE: 708) 786-7783 FACSIMILE (708) 786-7784 Please fax to Burnell Brusveen, FAX (708) 786-497, no later than January 31, 1999, the

and telephone number, if you wish

Defense Supply Center Columbus, PO Box 16595 DSCC-PBAB

Columbus, OH 43216-6595 66—INDICATOR, FAULT LOCATING SOL SPO920-99-Q-A139 DUE 012999 POC Contact: name-diane Jackson PHONE-(614)692-7631 FAX num- ber(614)692-6911 PR-NO: YPE 98331000389 NSN 6625-00-252-6234,

CAGE 81349 Part No M83287/02-04 @GENERAL characteristics item


description 1.2 in LG, 0.593 in dia, 0.4687-32 THD mtg bushing. 4
solderterminals, black and white fault indication, black no-faultindication,
28VDC input 175 EA Del to Mechanicsburg PA 17055 Del by 26
Jan 99. 113 -EA Del to Lathrop CA 95330 Del by 26 Jan 99. *** notice *** RFQ avail from DSCC web Site on or about issue date

12/31/98. MIL spec MIL-1-83287/2C POC DSCC-VQ source(s) must be


approved prior to award. 12 MO idpo anticipated max value $100K see RFQ clauses all responsible sources may submit ofter which DESC shall consider. (1-349 SN210211)

National Cancer Institute, Research Contracts Branch, PSAS, 61

Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 66-HIGN DENSITY ONA MICRO-ARRAYS SOL RFQ-NCI-90028-N 011599 POC Debbie Moore, Purchasing Agent, (301) 402-4509, Cole, Contracting Officer (301) 402-4509 &#65279;This is a con synopsis/solicitation for commercial items, prepared in accordanc the format in FAR 12.6, as supplemented with additional infor included in this notice. This announcement constitutes the only solic and a separate solicitation will not be issued. This solicitatic RFQ-NC1-90028-NV includes applicable provisions and clauses in through FAR FAC 97-09. The acquisition is being made in acce with the test program for using simplified procedures for certain c cial items authorized in FAR 13.5. The solicitation is set as small businesses. The Standard Industrial Classification Code 1

UATION-COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR REPRESENTATION AND CERTIFICATIONS--COMMERCIAL ITEMS, along with the DUNS NUMERO ADDENDUM; and FAR 52.217-5 EVALUATION OF OPTIONS. eat contract will incorporate either acceptable Commercial Terms and Custom tions of the offeror or FAR 52.212-4, CONTRACT TERMS AND CON3 TIONS- COMMERCIAL ITEMS. In addition, the resulting contracte incorporate FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRE TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-CONVERON ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS. The following FM clauses cited in paragraph (b) of the clause al FAR 52.2125 # applicable to this acquisition: FAR 52.222-26, EQUAL OPPORTUNITY FAR 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AO VETERANS OF THE VIETNAM ERA; FAR 52.222-36, AFFIRMATNE ACTO FOR WORKERS WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT RECORDS ON DISABLED VETERANS AND VETERANS OF VIETNAM ERA; IN M 52.225-3, BUY AMERICAN ACT SUPPLIES. in addition, FAR 52711 18 Ordering, FAR 52.216-19 Order Limitations, FAR 52.216-22 Info Quantity, and FAR 52.217-6 Option for increased Quantity shal to any resulting contract. Interested Offerors may contact Debbie Watz Purchasing Agent, at (301)-402-4509 (fax: (301)-402-4513) for the mandatory "Schedule of Pricing for Microarrays and Training receive full text copies of the representations and certificates other cited provisions and clauses Any questions pertaining be solicitation and requirement shall be submitted by January 5, 19 Otters and related materials must be received in this office u than 3:00 pm EST on January 15, 1999. Please cite the solctan number, RFQ-NCI-90028-NV, on your offer. (W-349 SN280458)

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

, lite 4488, Redstone Arsenal, AL 35898-5280 66-DEEP MID RANG BATH POC Stephanie Scrugg. Contract Speciala 256-876-4155, Shirley W. Hill, Contracting Officer, 256-876-7036 le Mid Range Bath, 12 each model 7012. Sole Source to Hart Stetz. iz 220 North 1300 West, P.O. Box 435, Pleasant Grovt. Utah 14 FOB Destination, Delivey schedule is 90 days after receipt of ste See Numbered Note 22.

(W-349 SN280525)

and the business size standard is 500 employees. BACKGROUND: The National Cancer Institute (NCI), the largest institute within the National Institutes of Health (NIH), conducts and supports research, training, and information dissemination on the cause, detection, treatment, and prevention of cancer, as well as rehabilitation and therapy of cancer patients. This requirement is to extend the research capabilities of the NIH through the use of high density DNA micro-array technology to achieve high throughput analysis of massively paralleled genomic sequences. These high density ONA micro-arrays will be used to perform expression studies, re-sequencing experiments, and genotype analysis. NCI requires the ability to specifically monitor, in a quantitative fashion, the expression levels of human, murine, and yeast genes. In addition to the noted commercially available arrays, NCI also requires services to create custom arrays to monitor expression levels in other genes. Additional components within NCI's requirement include training and support in utilizing the arrays. REQUIREMENTS: An indefinite quantity contract with a one year base period of performance and two oneyear option periods is anticipated under this solicitation. The requirements for the array technology and related training follow: Commercially Available Arrays: Any arrays that are considered to be commercially available under this procurement shall have the minimum characteristics herein. The high density DNA micro-arrays must contain at least 10,000 different target sequences per square centimeter of solid support substrate. The sequences will be represented as 25-mer oligonucleotide probes immobilized on a glass support using light directed solid phase combinatorial chemistry. Arrays will utilize approximately 20 paired oligonucleotide probes per gene for analysis. Per and single-base mismatch probes correlated to target genes shall be used on adjacent array areas. Arrays will contain sequences from UniGene, GenBank, Saccharomyces Genome Database, or the TIGR databases as most currently available. The arrays must be sensitive enough to detect mRNA transcripts at the rate of 2-3 copies per cell. Arrays will also be sensitive enough to identify mRNA concentration level changes 2-3 fold and greater for high sensitivity expression comparison. The Contractor shall have available high density arrays containing entire coding sequences from known genes, such as the p53 tumor suppressor gene, for use in re-sequencing experiments. These particular arrays must be able to detect any mutant sequence in the coding region of the gene that the array was designed for. Of the currently available arrays, NCI requires 1) human gene analysis, 2) murine gene analysis, 3) Saccharomyces cerevisiae yeast gene analysis arrays, and 4) sample control arrays for quality assurance. The following specifications are required for each: 1) for human gene analysis, the following minimum characteristics and features shall be met: A. Utilized paired oligonucleotide probes for analysis; 8. Capable of monitoring expression levels of greater than 6,800 full length human genes; C. Sources for infromation databases shall include GenBank. TIGR, and Unigene as most currently available: D. Microchip array synthesis area of 1.28 cm x 1.28 cm; E. Probe lengths of 25 mer; F. Perfect and single-base mismatch probes correlated to target genes shall be used on adjacent array areas; G. Includes the use of approximately 20 probe pairs per gene, H. Array oligonucleotides shall be synthesized in-situ on a glass substrate using light directed solid phase combinatorial chemistry. 2.) For murine gene analysis, the following minimum characteristics and features shall be met: A. Utilize paired oligonucleotide probes for analysis; B. Capable of monitoring expression levels of approximately 6.500 murine genes and ESTs; C. Sources for information shall be as described in the GenBank database as most currently available: D. Microchip array synthesis area of 1.28 cm x 1.28 cm; E. Probe lengths of 25 mer; F. Perfect and singlebase mismatch probes correlated to target genes shall be used on adjacent array areas, G Includes the use of approximately 20 probe pairs per gene, H. Array Oligonucleotides shall be synthesized in-situ on a glass substrate using light directed solid phase combinatorial chemistry 3.) For Saccharomyces cerevisiae yeast gene analysis, the following minimum characteristics and features shall be met: A. Ulilize Daired oligonucleotide probes for analysis; B. Capable of monitoring expression levels of approximately 6,100 Saccharomyces cerevisiae yeast genes; C. Sources for information shall be as described in the Saccharomyces Genome Database as most currently available: D. Microchip array synthesis area of 128 cm x 1.28 cm; E Probe lengths of 25 mer; F. Perfect and single-base mismatch probes correlated to target genes shall be used on adjacent array areas; G. Includes the use of approximately 20 probe pairs per gene, H. Array oligonucleotides shall be synthesized in-situ on a glass substrate using light directed solid phase combinatorial chemistry. 4.) The Contractor shall provide test arrays (Sample Control Arrays for Quality Assurance) as required. which allow the researcher to analyze sample RNA target preparations for hybriduation acceptability for the high density micro-arrays. Custom Array Services Services to create custom micro-arrays shall be performed on an as needed basis. The NCI will identify custom sequences to create the specified arrays. The custom arrays shall carry a probe dens:ly specified by the NC! Custom arrays shall be synthesized using light directed solid phase combinatonal chemistry on a glass support. Training Training services shall be provided to NCI in order to instruct personne on how to doticonately use array technology Training shall consist of instructing bersonne in the handling and execution of experimertal procedures using the arrays Training services shall include

erimental sample paratson, system operation, probe array processing and data analysis Advanced training in data analysis, tab management, t'ouble shooting of recures, and array maintenance shall be provided to NCI. To accon it be above training needs the Contractor shall have established modules for the above areas Period of Performance: The base period of performance will begin in February 1999 and end In February 2000. During this penod, NCI anticipates procuring the tollowing ranges of arrays ard training through the anticipated purchase order 1) Human Gene Analysi» Arrays-Minimum Quantity 33 and Maximum Quantity: 502) Murine Gene Analysis Arrays- Minimum Quantity 32 and Maximum Quantity: 45; 3.) Saccharomyces cerevisiae Yeast Gene Analysis Arrays Minimum Quantity: 10 and Maximum Quantity:

20; 4.) Sample Control Arrays for Quality Assurance Minimum Quantity: 30 and Maximum Quantity: 50; 5.) Other Commercially Available ArraysMinimum Quantity: 5 and Maximum Quantity: 50: 6.) Custom ArraysMinimum Quantity: 0 and Maximum Quantity: 5; and 7.) Training-Minimum Hours: 28 and Maximum Hours: 56. The period of performance for Option Year I will begin in February 2000 and end in February 2001. During this period, the following estimated minimum and maximum quantities are applicable: 1.) Human Gene Analysis Arrays-Minimum Quantity: 35 and Maximum Quantity: 60; 2.) Murine Gene Analysis Arrays-Minimum Quantity: 35 and Maximum Quantity: 60; 3.) Saccharomyces Cerevisiae Yeast Gene Analysis Arrays--Minimum Quantity: 10 and Maximum Quantity: 20; 4.) Sample Control Arrays for Quality Assurance

Minimum Quantity: 30 and Maximum Quantity: 60; 5.) Other Commercially Available Arrays - Minimum Quantity: 5 and Maximum Quantity: 50; 6.) Custom Arrays—Minimum Quantity: 0 and Maximum Quantity: 5; and 7.) Training-Minimum Hours: 5 and Maximum Hours: 56. The period of performance for Option Year 2 will begin in February 2001 and end in February 2002. During this period, the following estimated minimum and maximum quantities are applicable: 1.) Human Gene Analysis Arrays-Minimum Quantity: 35 and Maximum Quantity: 60; 2.) Murine Gene Analysis Arrays. Minimum Quantity: 35 and Maximum Quantity: 60; 3.) Saccharomyces cerevisiae Yeast Gene Analysis ArraysMinimum Quantity: 10 and Maximum Quantity: 20: 4.) Sample Control Arrays for Quality Assurance-Minimum Quantity: 30 and Maximum Quantity: 60; 5.) Other Commercially Available Arrays-Minimum Quantity: 5 and Maximum Quantity: 50; 6.) Custom Arrays-Minimum Quantity: 0 and Maximum Quantity: and 7.) Training - Minimum Hours: 5 and Maximum Hours: 56. Shipping of Arrays: Arrays shall be packaged in an appropriate manner to ensure sale delivery. Unless otherwise agreed upon, the arrays shall be shipped. to NCI within 10 working days after receiving an order for commercially available arrays. Custom arrays, depending upon the nature of the request and the Contractor's ability to produce the desired array, shall be shipped within a reasonable time frame as agreed upon by NCI and the vendor. NCI shall be notified of the construction date of the array(s) and the shipping date upon the vendor's receipt of a given order. PRICING: Ollerors must complete a MANDATORY "Schedule of Pricing for Microarrays and Training and submit it with their proposal. Based on the schedule. the Otteror shall provide unit pricing for all categories of microarrays documented herein for the base and each option period. The Ofleror may propose a single price for a particular array, regardless of the quantity purchased, or separate prices for the minimum and maximum quantities. For the training, the offeror shall list each training module that is required to fully meet the requirement, and provide the foregoing unit pricing for the base and all options. Also, the offeror shall provide a minimum and maximum amount for each item, as well as appropriate total amounts and pricing summary amounts as instructed in the mandatory "Schedule of Pricing for Microarrays and Training". EVALUATION CRITERIA: The technical portion of quotations will be reviewed by a Danel of at least three NIH experts. The technical portion of quotations will receive paramount consideration in selecting a vendor. However, price will also be a significant factor in the event that two or more vendors are determined to be essentially equal following evaluation of the technical portion of quotations. The final price that may be used for source selection purposes will be the amount logically derived and shown in the "Pricing Summary's" block entitled, "Average of Total Minimum and Maximum Amounts within the Schedule of Pricing for Microarrays and Training. The respective minimum and maximum costs as averaged on the Schedule of Pricing for Microarrays and Training (labeled as "Average of Total Minimum and Maximum Pricing Amounts”) will be the basis for any decision involving price. Offerors shall also provide three references of organizations that have purchased array technology within the past year. The references may be used in the event that two or more offerors are considered essentially equal after the technical and price evaluations. In any event, the Government reserves the right to make award to the vendor whose offer provides the greatest overall value to the Government. Ollers will be evaluated on the following technical evaluation criteria: 1) Demonstrate and provide evidence that the proposed microarrays (human gene analysis arrays, murine gene analysis arrays, Saccharomyces cerevisiae yeast gene analySiS arrays, sample control arrays for quality assurance, and other commercially available arrays) meet the minimum specifications herein (50% weight); 2) Demonstrated corporale experience in producing and providing the required, commercially available microarrays, custom microarray production services, and training in quantities similar to the amounts required within this solicitation (25% weight); 3) Demonstrate the capability to train and instruct personnel on how to use array technology, and provide training modules that encompass the areas described within this solicitation (15% weight); 4) Demonstrate and provide evidence of the ability to create custom arrays for custom sequences and that meet the minimum characteristics herein (10% weight). All arrays shall be shipped FOB. destination or F.O.B. Origin with transportation insurance (provided by the vendor) and inside delivery to the location specified within each order that is placed against the anticipated purchase order (generally within the Washington, DC metropolitan area). Offers must be submitted on an SF-18 Or SF1449 with a completed "Schedule of Offered Supplies/Services." Offers must be accompanied by a completed "Offeror Representations and Certifications. Commercial Items--with Duns Number Addendum,“ signed by an authorized representative of the ofteror. The MANDATORY "Schedule of Pricing for Microarrays and Training for the base and option periods, along with any other pertinent pricing information, must be fully completed and included with the offer. Otterors must submit an original technical proposal plus descriptive literature, warranties, and/or other materiais that demonstrate that their offer meets all of the foregoing requirements. In addition, four (4) copies of the technical proposal and all materials sha# be submitted with the original. This solicitation incorporates the provisions al FAR 52.212-1. INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS; FAR 52.212-2, EVAL.

National lastitute of Standards & Technology, Acquisition 1 Assistance Div., 100 Bureau Drive Stop 3572, Bldg. 301, lm 8111,

Gaithersburg, MD 20899-3572 66-INTERFEROMETRIC MICROSCOPE SOL 42SBNB960011 DVE IZZIES POC Contract Specialist. David J. Orris, (301) 975-4154 1 ; Contracting Officer, Pauline E. Maligrave, 2013** 6330. This is a combined synopsis/solicitation for commercial de prepared in accordance with the format in far subpart 12.6, as suck mented with additional information included in this notice. This ment constitutes the only solicitation; quotations are being request and a written solicitation document will not be issued. This so chat 42SBNB960011, is a Request for Quotation (RFQ). The solicitation to ment and incorporated provisions and clauses are those in effect itu Federal Acquisition Circular 97-06. The Standards Industrial Classic Code (SIC) for this procurement is 3827 and the small business se is 500 Employees. The National Institute of Standards and Technologi (NIST) has a requirement for an interferometric Microscope he surtzen metrology. The required microscope shall perform area-profiling at ments of surface topography and will be used for a number of 12345 in surface metrology, especially the measurement of partcles i dielectric coating, measurements of submillimeter scale parts, the # urement of the end form of probes with radius between 100 CTER and 10 mm, measurements of step heights directly traceable i wavelength of light through phase shifting interferometry, the staff of measured areas to form large-area data sets, and the identicata and measurement of surface defects. The required instrument shall employ both phase shifting interferometry and white light interterone!! methods and shall be conveniently switchable between the two paita The instrument shall include all the standard features of other the Veeco NT 2000, Phase Shift MicroXam, or Zygo New View 5030 include all of the following capabilttes: 1) 2.5x Michelsen, Her Wan 20x Mirau, and 50x Mirau objectives on a motorized turret magnification adjustment factors from 2.5x to 1.51 and from $t * 4x. The corresponding fields of view range from approrietely 10 about 62 micrometers. v) Automatic sensing of the repricat adjustment factor. iii) for the 50X Mirau objective, the focus ad ustan must be independent of the adjustment for optimum fringe com iv) low noise CCD camera with a measurement array of a 640x480 pixels. w) White light halogen source illumination of stap 50 watts. vi) Selectable filters for the different modes includes with a bandpass of 12 to 30 nanometers for the phase shutter and a neutral density filter to the scanning white light so the filters must be removable from the instrument so that the main characteristics can be checked. vii) Optical head with at least i micrometers of 2-motion for automatic fine focusing, viu) Tipy7 de capete for the specimen stage or the optical head with a range of serta

) X, Y, Z position digital readout. w 90 degree rotation tasabile for either the camera or the specimen stage. xi) Motorized X-Y transuere stage with a range of 100 mm X 100 mm and a feedback positaron encoder resolution of 6 micrometers or better for automate sa positioning and acquisition of stitched data sets. Iw300 m monitor for the array camera. xii) PC with fastest avərladte

offers/quotes will not be considered. Faxed quotations will not be accepted. NOTES: 1. This document must be created in WordPerfect for Windows for use in CBD Nel 2. A complete list of Classification Codes is on the Internet, reachable at the address: http://cbdnet access.gpo.gov/ class.html 3. The office address in CBDNet is automatic, therefore, any special addresses (other than our standard office address) must be contained in the description. Reviewer's Initials:

to the Contracting Officer, Sgt. Dunlap, voice (760) 725-3217, Fax (760) 725-8445 or 725-4346. Quotations sent via the US Postal Service should be mailed to the Contracting Division, P. O. Box 1609, Oceanside CA 92051-1609. Federal Express should be sent to Contracting Division Bldg. 22180, Camp Pendleton, CA 92055

DUNLAPW@PENDLETON USMC.MIL Click here to contact SSgt Dunlap via E-mail (W-348 SN280201)

http://www.nist.gov/admin/od/contract/contract htm NIST Contracts Homepage

NIST Contracts Office (W-349 SN280544)

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

Columbus, OH 43216-6595 66—KIT, ADAPTER, RADIO F SOL SPO920990A145 DUE 011599 POC Joseph Smith, Contract Specialist, 614-692-0681 PR NO YPE 98344000314 NSN: 6625 01 260 9227. Approved source Applied Specialties Inc (64998) P/N AS13049. Quantity: 5 each to be delivered 100 days after date of order. Ship to: Lathrop CA 95330. NOTE: This is a possible indefinite delivery purchase order. Other than full and open-part numbered item. This buy is also unrestricted.

http://www.dsce dla mil Click here to download a copy of the RFQ.

Joseph Smith@dscc dla.mil Click here for more into (W-349 SN280546)

Contracting Office, P.O. Box 1609, Oceanside, CA 92051-1609 61-HIGH-SPEED VIDEO SYSTEM SOL M00681-99-0-0065 DUE 122398 POC Stall Sergeant Dunlap. Contract Specialist, (760) 725-3217 Modification issued to change the closing date to 4:00pm PST on 23 December 1998 at vice 24 December 1998 due to the holiday season. Fax copy offers to the Contracting Officer, Sgt. Dunlap, voice (760) 725-3217, Fax (760) 725-8445 or 725-4346. Quotations sent via the US Postal Service should be mailed to the Contracting Division, P. O. Box 1609, Oceanside CA 92051-1609. Federal Express should be sent to Contracting Division Bldg. 22180. Camp Pendleton, CA 92055

DUNLAPW@PENDELTON, USMC MIL CLICK HERE TO CONTACT SSGT DUNLAP VIA E-MAIL (W-348 SN280203)

69 Training Aids and Devices

67 Photographic Equipment

* 300 MHZ) Pentium or equivalent processor and including: 430 mm

SVGA color monitor; color printer having 600 dpi or better; Windows operating system; 6 GB or larger hard drive: 100 MB or larger ZIP

drive; and OSP based video digitizer. XIV) WYKO Vision 32 or Phase e Shift MapVue or Zygo MetroPro data analysis software or equivalent I containing among its capabilities algorithms for: area-based step height E measurement; area-based radius measurement; profile-based radius

measurement; polynomial fitting; mask editing: stitching of adjacent al data sels; Fourier analysis; reference surface averaging, surface roughness 13 statistics; a statistical analysis package for detects; calibration software 22 for the phase shifting mode based on the wavelength of light; and la capability for formatting and reading surface data in the SDF format. 1.xv) Vertical Scanning Range of at least 100 micrometers with LVDT

o capacitance 2-position feedback control having a resolution of 3 1 a nanometers or better when operating in the scanning white light mode. XVI) Vertical scan speeds up to 1.2 micrometers/sec. XVII) Nonlinearity w zot 0.1% over the z-range of 100 micrometers. Vendor must describe either in a special write up or his/her standard intormation what

the nonlinearity specification means, (ie. how it is calculated). xvni) inn Reference surface with a reflectivity of 15-30%. XIV) Microscope stand

is to allow specimens up to 126 mm tall to be measurable at all magnificarefions. xx) Capability of blocking the interference fringes to allow use

purely as an optical microscope. xxi) Trinocular head with approximately a 10X eyepiece. xxii) Vertical noise resolution of 0.15 nanometers rms v over a field of view of 500 micrometers in the phase shifting mode.

ani) Optical lateral resolution of 0.55 micrometers or better with a 90x or 50x objective. xxiv) Z positioning stability better than 20 nanometers ver a time of 30 seconds in close proximity to a l-person heat source, equivalent to that of the operator, xxv) A vibration isolation able with air suspension. xxvi) Tilt insensitivity in the phase shifting

node: step height measurements to vary systematically by less than 39.5 nanometers as the surface tult changes from zero to that having

hree fringes in the field of view. This feature must have been deminstrated by measurements and charts before or at the same time as the submission of a bid vii) Capability for measuring surface

slopes up to 22.5 with the 40x or 50x objective. The equipment shall plave at least a one-year warranty on parts and labor. The quoted

Brice shall include 2 days of on-site installation and training for two leople. FOB is destination. Delivery is required six weeks Alter Receipt

Order (ARO). Delivery location is: National Institute of Standards ind Technology, Receiving, 100 Bureau Drive STOP 3574, Gaithersburg. AD 20899-3574. The following FAR provisions apply to this solicitation: 2.212-1, Instructions to Otterors-Commercial: 52.212-2, Evaluation.Com. nercial items. Evaluation Criteria to be included in paragraph (a)

provision 52.212-2 are as follows: 1) exceeding the minimum specificaions, and 11) fair and reasonable price. The following non-mandatory capabilities will be considered favorably in the technical rating of he proposed instrument: i) Z-scanning range of 500 micrometers or

sore; w) camera with high density array of 750 x 500 or more poels, i) computer controlled video gain and signal ofiset adjustments for igh fringe contrast on the monitor; iv) capability to image and measure ubsurface particles approximately 30 micrometers or more below the urface of a clear dielectric with a 50X or higher magnification objective; nd v) smooth test mirror accessory. The combined technical evaluation actors are approximately equal to price. The clause at 52.212-4. Contract erms and Conditions-Commercial Items, applies to this acquisition. he clause at 52.212-5, Contract Terms and Conditions Required to nplement Statutes or Executive Orders-Commercial Items, applies to 115 acquisition. In compliance with the said clause, the following dditional clauses are incorporated as part of and apply to the acquisition: 2.203-6, Restriction on Subcontractor Sales to the Government with Iternale 1; 52.203-10, Price or Fee Adjustment for llegal of improper ctivity: 52.219-8, Utilization of Small Business Concerns and Small isadvantaged Business Concerns; 52-219-23, Notice of Price Evaluation djustment for Small Disadvantaged Business Concerns: 52.222-26. Equal pportunity: 52.222-35, Affirmative Action for Special Disabled Vietnam na Veterans: 52.222-36. Affirmative Action for Handicapped Workers; 2.222-37, Employment Reports on Special Disabled Veterans and Veterns of the Vietnam Era; 52.225-3, Buy American Act-Supplies: 52.225B. European Union Sanction for End Products: 52.225-21, and Buy nerican Act-North American Free Trade Agreement Implementation El-Balance of Payments Program. Department of Commerce Agencyvel Protest Procedures Level Above the Contracting Officer apply

this acquisition. These procedures can be downloaded from the ST Web Page located at http://www.nisi.gov/admin/od/contract/prot.htm. The Government anticipates awarding a purchase order resulting m this combined synopsis/solicitation to the responsible offeror whose otation, conforming to this solicitation, will offer the best value

the Government, price and other factors considered. Offerors shall emit the following to the issuing office: a signed and dated SF 19 or quotation on letterhead stationary addressing the following

tract line item number (CLIN) 0001, Interferometric Microscope for face Metrology price inclusive of installation and on-site training. erors submitting quotations using stationary letterhead must include Che information required by FAR 52.212-1(b), Instructions to Ollerors--omercial Items. Offerors shall also submit the following: i) a technical cription and/or product literature that documents how the proposed ruments meets or exceeds the minimum specifications; i) a copy he most recent published price list for the proposed instrument; 11) a completed copy of provision 52.212-3. Olleror Representations Certifications Commercial Items, which may be downloaded from J/www.nisi.gov/admin/od/contract/repcert.htm. All interested firms Id submit quotes (original plus one copy of quote) to the issuing e located at: National Institute of Standards and Technology. Acquisi

and Assistance Division, Attn: David Omis, Building 301, Room -. 100 Bureau Drive Stop 3572, Gaithersburg, MD 20899-3572. Dission must be received by the above issuing office no later 3:00 p.m., Eastern ume, 12/28/98. The offer or modifications raraived

e exact time specified for receipt of

Contracting Office, P.O. Box 1609. Oceanside, CA 92051-1609 61-HIGH-SPEED VIDEO SYSTEM SOL M00681-99-0-0065 DUE 122498 POC Staft Sergeant Dunlap. Contract Specialist, (760) 725-3217 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 126, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for quotes being requested A written solicitation will not be issued. The solicitation number is M0068199-Q-0065 and is issued as a request tor quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 98-07. This is a Small Business set-aside procurement. The Standard Industrial Code(s) 3651 the business size is 750 employees. The agency need is for High-speed video system. The requirement is for a fixed priced contract. Request of six (6) line item as follows. Cine item 0001--Motion Scope PCI 1000C Full Size PCI color camera control/frame store board (on-board memory) camera head w/15' cable, installation software and documentation, quantity 1 each. line item 0002-aptop Dell Dimension XPS R minitower Pent II 400MHz, 256MB RAM, 10GB HD(7200RPM), 17" monitor. SIB n vidia ZX 8MB 3D 2X AGP, 40X CD-ROM, 3COM PCI 10/100 network card, 1.44MB 3.5"FD, keyboard, Win NT workstation 4.0, MS Mouse. quantity 1 each. line item 0003ens, 3.5mm f/1.4, C-mount for the motion scope PCI 1000C, quantity I each. line item 0004-ens, 12.5-75mm f/1.2, C-mount for the motion scope PCI 1000C, quantity I each. Line item 0005-Cable, video cable, 50 foot, with (7) 12" BNC pigtail connectors, connect between motion scope 1000C camera head and camera control unit. quantity 1 each. line item 0006Service, integration and testing of line items 0001 through 0005 Delivery of all items is required 30 days after award of contract, to be delivered FOB Destination to, Camp Pendleton, CA 92055. Acceptance shall be made at destination. The provision at FAR 52.212-1 Instructions to Ollerors---Commercial Items (Aug 1998) applies to this acquisition. Offerors are required to complete and include a copy of the provisions FAR 52.212-3 Offer Representation and Certification Commercial Items (Oct 1998) with their proposals. The FAR clause 52.212-4 Contract Terms and Conditions- Commercial Items (Apr 1998) applies to this acquisition. FAR Clause 52.212-5 Contract terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items (Oct 1998) applies with the following applicable clauses from paragraph (b). FAR 52.219-8. Utilization of Small, Small Disadvantaged and WomenOwned Small Business concerns (15 U.S.C. 637 (d)(2) and (3)). FAR 52.203-6 Restriction on Subcontractor Sales to the to the GovernmentAlternate I. FAR 52.222-26 Equal Opportunity. FAR 52.222-35. Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36 Affirmative Action for Handicapped Workers. FAR 5.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52.225-3 Buy American Act-Supplies. FAR 52.22521 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARS 252.212-7001, Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (OCT 1998). applies with the following clauses applicable from paragraph D. DFARS 252.225-7001 Buy American Act and Balance of Payment Program. DFAR 252.225-7036 North American Free Trade Agreement Implementation Act. DEAR 252 204-7004 Required Central Contractor Registration. Any Contract awarded as a result of this solicitation will be an order certified for national defense use under the Defense Priorities and Allocations System. The Government intends to make a single award to the responsible ofteror whose offer is the most advantageous to the Government Evaluation will be compatibility price, price-related factors, and delivery. Provision 52212-2. Evaluation-Commercial Items, applies with paragraph (a) completed as follows. The following factors shall be used to evaluate offers. (1) Compatibility (2) Price (3) Delivery (4) Past performance. Mail, or fax copy offers must be received no later than 4:00 PM PST, On 24 Decamba: 1998

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Attn: AMSTA-AC-PCC Rock Island, IL 61299-7630 69-TRAINING AIDS AND DEVICES SOL DAAE20-99-1-0033 DUE 013099 POC Contract Specialist: Lisa Devlin. (309) 782-5541, PCO: Brian W. Schmidt (309) 782-3811 DESC: 6920-01-264-6066, Part Number 9387752, The item to procure is a Solid Wheel Assembly, a component for the RETS Training System. The solicitation will result in the competitive award of a Best Value, Long-Term, Indefinite Delivery indefinite Quantity purchase order for the Wheel Assembly. The order will include five pricing periods. The guaranteed minimum quantity to be awarded under the solicitation is a quantity of 10 each. The procurement is set aside for Small Business. The Wheel Assembly, Solid rim is a three piece steel weldment consisting of an innerhub, a 75 inch thick by Il inch steel plate and a steel pipe of structural steel tubing with an 11 inch inside diameter x 15.75 inch outside diameter by 3 inches wide. FOB is Destination. For use on the RETS Training System. Estimated issue date is 123098. 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.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 oblain 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. 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 proposal are instructed to request same by submission of an email request to: . 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 TDP will be provided by normal mail after the solicitation has been released to the internet. All or a part of this action is an untunded FY98 requirement. (W

SN280244)

Air Armament Center, AAC/WRRK, 102 West D Ave, Suite 300,

Eglin AFB, FL 32542-6808 69—ADDITIONAL P4G POD UPGRADE PROGRAM SOL F08626-99-R0124 POC Stacey L. Hughes, Contracting Officer, 850-882-9391 ext 5066 The Range Instrumentation Systems Program office, Air Armament Center (AAC). Eglin AFB. Florida. plans to contract for upgrade of up to twenty-four (24) P4B (AN/ASQ-T27) Aircraft Instrumentation Subsystem (AIS) Pods to the P4G (AN/ASQ-T27A) AIS Pod configuration. The upgrade is expected to be a build-to-print effort using Governmentfurnished P4B and P4G pod documentation. The P4G Pod is a P4B Pod that was upgraded under the Tyndall Range Expansion (TRE) portion of the Nellis Air Combat Training System (NACTS) program to (1) include a Global Positioning System (GPS) unit for position location, (2) to include space for subsequent installation of an Advanced MessageOriented Data Security Module (AMODSM) encryption device, and (3) other improvements related to adding these capabilities. Currently deployed PAG Pods contain a device currently referred to as a NullMODSM, which has the same weight and form as an AMODSM and can be removed and replaced by the AMODSM when that device has been integrated into the system design. Design'efforts will be limited to engineering change activities that result from part obsolescence. A technical library that includes all available P4B and P4G Pod documentation and software and other relevant information is available. You


Page 23

and Open Competition has been prepared in support of this acquisition. This procurement shall cover maintenance, software license and designation agreement for the following proprietary software: Core Master Modeler, Core Drafting. Surfacing Set, Assembly Set, 1-Deas Simulation Modeler, 1-Deas Simulation Software, Material Data Catalog. Material Data System, VRML Annotations, CADAM Data Translator, STEP Data Translator, Sheet Metal, Laminate Composites, Drafting Symbols Catalog, Standard Parts Catalog. Open 1-Deas. FOB Tinker AFB, OK. 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 submil proposals. However, this notice is not a request for competitive proposals. All proposals received by close of business December 23, 1998 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&ProjID=6TSA-99-DJH-0041&LocID=211 Visit this URL for the latest information about this notice

XXX Delta Helm (D-349 SN280434)

may contact Mr. Gary Hannah, SEMCOR Inc., 368 Adams Avenue, Valparaiso FL 32580, 850-678-7887, for information concerning the technical library. Eligibility to receive solicitations and access to the technical library is restricted to qualified U.S. contractors who have registered with, and are certified for access to DoD Scientific and Techical Information (STINFO) and export controlled information by the United States/Canada Joint Certification Office, Defense Logistics Service Center, Battle Creek, MI 49016-3412, 1-800-352-3572. Certification is accomplished using DD Form 2345, Military Critical Technical Data Agreement. A Statement of Terms and Conditions for Release of Air Force Owned or Developed Computer Software Packages must be completed by each offeror and returned to AAC/WRRK prior to being granted access to the Air Force technical Library. A 24-hour limitation has been established for checkout and loan of software or documentation in the library, to allow potential offerors the opportunity to copy material needed to prepare proposals. You may contact Mr. Paul Carmean, SEMCOR, Inc., for information regarding STINFO certification and software release approval. The anticipated contract type is Firm Fixed Price (FFP). All information associated with this program is expected to be UNCLASSIFIED. The Standard Industrial Classification Code for this acquisition is 3663 (750 personnel). Interested, firms who have not already submitted a Statement of Capability (SOC) should provide one within 15 days of this announcement. Submit the SOC to Ms. Stacey L. Hughes. AAC/WRRK, 102 West D Avenue, Suite 300, Eglin AFB, FL 32542-6808. The SOC must include, but is not limited to, successful experience or capability as a prime contractor in fabrication of AIS Pods or similar electronic instrumentation. Respondents to this notice will not be notified of the results of the evaluation of information submitted. After the SOCs have been screened, solicitations will be issued to those prospective sources who, in the sole judgment of the purchasing activity, have the capability to successfully fulfill the P4G Pod Upgrade program requirements. Firms responding to this synopsis should state whether or not they are a small business concern or a small disadvantaged business concern as defined in Federal Acquisition Regulation (FAR) 52.219-1 and FAR 52.219-2. Direct all requests for solicitations and routine communication concerning this acquisition to Ms. Stacey L. Hughes, Contracting Officer (850-882-9391, ext 5066 for contracting matters and to Capt. Peter Eide, 850-882-9391, ext 5200, for technical matters. An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposed development phase of this 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 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 Col Christopher Caravello, AAC/CV, at 850-882-0662, e-mail address

. The Government does not plan to issue a draft Request for Proposal (RFP) but does plan to make preliminary REP documentation available to offerors on the internet web. All acquisitionrelated information concerning this program will be posted on the Eglin PK homepage at http://eglinpk.eglin.at.mil/opsirip.htm, under the name Additional P4G Pod Upgrade. Contract award is planned for no later than mid April 1999. (W-349 SN280597)

Department of Commerce, Patent and Trademark Office (PTO),

Office of Procurement, Box 6, Washington, DC, 20231 70-PROMARK 2700 PRINTERS AND SUPPORTING SOFTWARE SOL 192P9900506 DUE 121898 POC Raymond Witmer, Contracting Officer, Phone (703) 308-5064 Fax (703) 305-8294, Email

ray At present, the Promark printer that is currently used as the APS Group Printer is the only printer that can satisfy the requirements of the Patent Corps for hisgh-speed multi-file printing. This printer was originally developed especially to meet USPTO requirement at a time when there was no COTS product that satisfy those requirements, and the multi-file printing requirement, escecially for TIFF, coupled with high-speed capability are still not readily available elsewhere.

http://eps.arnet.gov/cgi-bin/WebObjects/ EPS?ACode=P&ProjlD=192P9900506&LocID=251 Visit this URL for the latest information about this notice

raymond.wit Raymond Witmer (D-349 SN280549)

Office of Acquisition and Grants, 1710 GWYNN OAK AVENUE,

BALTIMORE, MO, 21207-5279 12–FURNISH AND INSTALL 26 WATER COOLER AT SOCIAL SECURITY AMINISTRATIO N SOL NA DUE 122198 POC SHARON HALL, 410-4 9534 The Social Security Administration has the need for a mostra to provide supervision, labor, and materials to remove 26 asting is wall mounted UFAS COMPLIANT LEAD FREE water coolers. The corres shall also turnish and install. 26 new coolers. These cooiers dat be equipped with glass filler spouts and be OASIS MODELI PUAN OR EQUIVALENT. This is a combined synopsis/solicitation for comercial items prepared in accordance with FAR Subpart 12.6, as supplemente with additional information included in this notice. This announcement constitutes the only the only solicitation; written solicitationer be issued. The Solicitation Number is SSA-RFQ-99-3731. The selicate document and incorporated provisions and clauses are those in the through Federal Acquisition Circular 98-7. Offerors should be for any amendments that may permit subsequent submission el propes dates. Proposals submitted in response to this solicitation shall submitted by December 21, 1998 at 3:00 p.m. local time. Your project maybe addressed to: Social Security Administration, Office of Acquista and Grants, Attn: Sharon Hall, 1710 Gwynn Oak Avenue, Bates Maryland 21207; Telephone: (410) 965-9534 or Faxed to (410 9310. This is a small business set-a-side procurement. ADDITIONAL INFORMATION: Anticipated period of performance shall be sat tap (60) from date of award. Expected award date shall be Decante 23. 1998. The place of performance shall be at the Social Secret Administration, 300 North Greene Street, Baltimore, Maryland 2133 (various locations). The provisions of far Part 52.212-1, Instruction to Offerors- Commercial apply to this acquisition, specifically the bar the following paragraphs: (a) SIC Code is 2599, Size Standard ** .(b) (1)—b) (11); (c), (d), (e), (7), and (g). The provision of far 52.212-2, Evaluation-Commercial items apply to this solctator Government will award a contract resulting from this solicitate the responsible offeror whose offer conforming to the solicitatione be most advantageous to the Government price and other factors carese ered. The following factors shall be used to evaluation oftens descending order of importance: Price and Past Performance. To dearme an offeror's acceptability relative to past performance and as discus in Far Clause 52.212-1 (b) (10); ofterors shall provide 3 metres of customer to whom a similar job was performed under this solicitate. Offerors are advised to include a completed copy of the procesor at Far Part 52.212-3, Offeror Representations and Certifications-Comme cial Items, with their offer. The provision at Far Part 52.212-4. Context Terms and Conditions-Commercial Items apply to this acquisition parte sions at Far Part 52.212-5. Contract Terms and Conditions required to Implement Statues or Executive Orders-Commercial lees. 2013 this acquisition, specially: (a), (b) (7). (b) (8), (b) (9). (A) (10.3 (b) (11). A copy of the above provisions/clauses may be som from the contracting point of contact.

http://www.ssa.gov/oag Download Solicitation when it available Contracting Officer, SSANOAG (D-349 JSC

70 General-Purpose Information Technology EquipmentPotential Sources Sought

70 General-Purpose Information Technology Equipment

73 Food Preparation and Serving Equipment

Commercial Acquisition Department, Bldg 11, Naval Undersea Wartare Center Division, Newport, Code 59, Simonpietri Dr., Newport,

RI 02841-1708 70_SC-4XL DSP SUPERCARD INCLUDING VME DAUGHTER BOARD AND UNISON 1860 RUNTIME LICENSES. SOL N66604-99-0-1270 DUE 122898 POC G Palmer, Contract Negotiator at (401) 832-1645: W. Oliver, Contracting Officer at (401) 832-1640; FAX (401) 832-4820. The Naval Undersea Warfare Center Division, Newport intends to acquire two(2) SC-4XL DSP Supercard with eight(8) 1860s, 32MB, VME64 and VSB including VME daughter board, Model #100033, P/N 18521-WM; and two(2) Unison 1860 Runtime licenses, four (4) per board. Model #110066. P/N UNRT-1860 on a sole source basis from CSPI. This notice is for information only. Solicitation documents and specifications are not available. No telephone inquiries will be accepted. See Note 22. SIC Code: 3577. Our department no longer issues solicitations or amendments in paper form. Instead, they may be accessed at our web site http://www.npl.nuwc.navy.mil/contracts. We also provide electronic access in our Bid Room,

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

Gerard Palmer, Contract Negotiator (W349 SN280298)

Office of Acquisition and Grants, 1710 GWYNN OAK AVENUE,

BALTIMORE, MD, 21207-5279 70 ADD-ON SUPPORT PRODUCT FOR IBM'S HIERARCHICAL STORAGE MANAGER SOL NA DUE 010499 POC MARCIA KATZ, 410-965-9477 The Social Security Administration (SSA) is seeking sources who can provide additional information about add on software product(s) that enhance DASD Management and the use of IBM's Hierarchical Storage Manager (HSM). SSA has already researched available product literature and is requesting detailed responses to specific product offerings to meet the following requirements: 1. Monitor DASD and tape usage by application (or other filter group) in active and migrated status. Provide a mechanism for tracking approved vs. used allocations and issue warning messages for applications that have over allocated beyond approved limits. This mechanism should be able to replace an inhouse Accounting Report that reflects a base allocation amount for each project/application group with additions for current usage plus future estimates. The 'checkbook' format this report shows deposits (returns, future requirements) and withdrawals (new allocation requests) for each project/application group: 2. Perform Space Utilization Monitoring across Storage Groups and Volumes and report on allocated vs. used Space on volumes and/or storage groups; 3. Generate a wide range of pre-formatted detail and summary reports that can be sorted in many different ways. Allow for the creation of ad hoc reports using logic such as statements that can narrow the selection criteria to specific conditions; 4. Maintain and analyze historical trending data, perform What If scenarios, and other functions related to capacity planning: 5. Monitor migration and recall activity in MLI and ML2. 6. Monitor BCDS, MCDS, and OCDS entries. Provide detailed and summary reports with flexible sorts and filters on the COSs. Execute actions that trigger cleanup or FIX COS commands, Show the cumulative number of recalls for each dataset (to indicate possible thrashing), the number of backup versions for each dataset, and identity datasets for each HSM tape; 7. Alter Management Classes, select or report on Management Classes without forcing recall of each dataset that matches the Management Class criteria. Allow for Management Classes to be overridden in specific cases; 8. Perform threshold management with alert and automatic migrations; 9. Provide similar capabilities for Open System management of storage resources. Vendors should specify their specific products and detail how they will meet each requirement. Vendors capable of providing software product(s) with the above required characteristics are invited to submit complete information, product descriptions, pricing, brochures, and GSA schedules, if applicable, about their product. Interested parties must respond in writing within 15 calendar days from the date of this publication. Please reler to MFK-9901. THIS IS A REQUEST FOR PRODUCT INFORMATION ONLY! This is not a request for proposal (RFP). No contract award will be made on the basis of responses received; however, this information will be used in SSA's

OHNS/PHS/FDA/Office of Facilities, Acquisition, And Central Services Division of Contracts and Program Management, MFA-S1200

5600 Fishers Lane, Rockville, MD 20857 13—UN-HOME FOOD • PREPARATION PRACTICES SOL F61006 DE 123098 POC Contract Administrator: Kelly B. Mitchell-Baynes 130:16 7164). Contracting Officer: M. Deborah Smith-Castle 1301/827.7180 Fax: (301/827-7103) The Food and Drug Administration (FDA) stre to award a purchase order on a sole source basis to Spectrum Corsetti 1770 North Research Parkway, North Logan, Utah. Spectrue Consoles will provide services to develop a Protocol for Observing and Resta Consumers' In-Home food Preparation Practices. This organiesen the prerequisite unique capability to provide these services insan the necessary experience and expertise in production of videntir of methodology for home food safety observation. An award of! made fifteen (15) days from date of this notice. This procurare is being awarded as a simplified acquisition in accordance wit** Subpart 13.5. "See Note 22". (W-349 SN280608)

75 Office Supplies and Devices

General Services Administration, Federal Technology Service (FTS). Acquisition Services Division (61S-A), 1500 8acnicher Road, Kansas

City, MO, 84131 70-6TSA-99-DJH-0041 SOL 6TSA-99-DJH-0041 DUE 121598 POC Delta Helm, Contract Specialist, Fax (816) 823-3322, Email xxx The General Services Administration intends to issue a contract to Structural Dynamics Resources under the authority of FAR 6.302-1 through solicitation number 6T SA-99-DJH-0041. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-07. Only one responsible source and no other supplies or Services will satisty agency requirements. A J&A for Other than full

Delense Supply Service-Washington, 5200 Army Pentagon, In

10245, Washington, DC 20310-5200 75—OFFICE SUPPLIES AND DEVICES SOL dasmo1-99-6-0065 B 010699 POC susie wanzer(703)697-2015 DEFENSE SUPPLY SENO WASHINGTON (DSS-W) intends to award a contract for REBER COLOR FOR USE WITH THERMAL PAPER/TRANSPARENCIES 10 ZRC PT# 016-1262-00 212 rolls (I ROLL PER BX). Interested parties

submit a capabilities statement delineating their ability to meet the requirement

Mttp://cbdnet access.gpo.gov daswo1-99-0-00-66 .mil (W-349 SN280311)

80 Brushes, Paints, Sealors and Adhesivos-Potential Sources Sought

IN A SEPARATE CONTAINER. SHELF LIFE CODE: 2 MAXIMUM AGE ON DELIVERY: 1 MONTH (EXCEPTIONS APPLY) (PARTIAL DESCRIPTION). THREE ORDERS FOR A TOTAL QUANTITY OF 6 KITS. UNIT: PRICE:

8030-01-154-9252: SEALING COMPOUND, COURTAULD P/N PR 1422 B1/2 3 1/2 OZ IN A 6 OZ. CARTRIDGE SHELF UFE 9 MONTHS AGE ON DELIVERY 2 MONTHS. ONE (1) ORDER FOR A QUANTITY OF 9 CARTRIDGES. UNIT:

PRICE: 8030-01-154-9245: SEAUNG COMPOUND, COURTAULD P/N PR 1422 B2 QUART KIT SHELF LIFE 9 MONTHS AGE ON DELIVERY 2 MONTHS ONE (1) ORDER FOR A QUANTITY OF 2 KITS UNIT: PRICE:

8030-01-154-9249: SEALING COMPOUND, COURTAULD P/N PR 1422 A 2 PINT KIT SHELF LIFE-9 MONTHS. AGE ON DELIVERY IS 2 MONTHS. ONE (1) ORDER FOR A QUANTITY OF 6 KITS. UNIT:

PRICE:

803001-154-9252: SEALING COMPOUND. COURTAULD P/N PR 1422 B1/2 3 1/2 OZ IN A 6 OZ. CARTRIDGE SHELF LIFE 9 MONTHS AGE ON DELIVERY 2 MONTHS. TWO (2) ORDERS FOR A TOTAL QUANTITY OF 12 CARTRIDGES. UNIT: PRICE:

8030-01-196-1958 SEALING COMPOUND; IAW MIL-S-81733. DID 3/13/80 & AMD #1 DIO 2/29/88, AMD #2 DID 4/20/92. TYPE II (2) 2 1/2 OUNCE CARTRIDGE. QPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF LIFE: SIX (6) MOS. ACCEPTABLE AGE OF SUPPLES: SIX (6) WEEKS. ONE (1) ORDER FOR A QUANTITY OF 24 CARTRIDGES. UNIT:

PRICE: 8030-01-252-1963: SEALING COMPOUND (POLYSULFIDES IAW AMS 3276 DTD 10-1-93. CLASS B 1/2 2 1/2 OZ. CARTRIDGE. OPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF LIFE-NINE (9) MONTHS. ACCEPTABLE AGE OF SUPPLIES--TWO (2) MONTHS. FIVE (5) ORDERS FOR A TOTAL QUANTITY OF 81 KITS. UNIT: PRICE:

8030-01-319-0829. SEALING COMPOUND. POLYTHIOETHER BASE RESIN, & CURING AGENT. PRC PRI764, CL B2 4.7 FL. OZ. CARTRIDGE SHELF LIFE- 6 MONTHS. AGE ON DEUVERY| MO. TEN (10) ORDERS FOR A QUANTITY OF 106 KITS. UNIT: PRICE:

8030-01-333-3953 SEALING COMPOUND IAW MIL-S-81733 DTD 3-13-80 & AMD #1 DID 2-29-88 AND AMD #2 DID 4-20-92. TYPE 11-2. 55 GALLON DRUM. OPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF UFE-SIX (6) MONTHS. ACCEPTABLE AGE OF SUPPLIES--SIX (6) WEEKS. TWO (2) ORDERS FOR A TOTAL OF 3 KITS UNIT:

PRICE 8030-01-395-4185: SEAUNG COMPOUND. COURTAULD'S P/N PRI764 B 1/2 2 1/2 OZ SEMKIT, ONE (1) ORDER FOR A QUANTITY OF 25 CARTRIDGES. UNIT:

PRICE: http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=6FERSF9-981215&LocID=7 Visit this URL for the latest information about this notice

Larry Schmoll (D-349 SN280312)

BURLINGTON, NJ. UNIT:

PRICE: 8030-00-312-6128: SEALING COMPOUND, FOR INTEGRAL FUEL TANKS IAW AMS 3276A. INTERMITTENT USE TO 360 DEGREES F DATED OCTOBER 1995. PLUS EXCEPTIONS TO SPEC. CLASS A-1/2. BRUSH APPLICATION 1/2 HOUR MINIMUM APPLICATION. 105 MLS (3-1/2 FLUID OZ) OF BASE AND REQUIRED AMOUNT OF CURING AGENT IN A 6 OZ PLASTIC INJECTION CARTRIDGE. ONE (1) ORDER FOR A QUANTITY OF 1584 CARTRIDGES TO THE DEPOT A STOCKTON, CA, UNIT:

PRICE: 8030-00-602-0039: SEALING COMPOUND (POLYSULFIDE) IAW AMS 3276 DTD 10-1-93. CLASS B 1/2 1/2 PINT KIT. OPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF LIFE-NINE (9) MONTHS. ACCEPTABLE AGE OF SUPPLES-TWO (2) MONTHS ONE (1) ORDER WITH A QUANTITY OF 432 KITS TO THE DEPOT AT STOCKTON, CA. UNIT: PRICE:

8030-00-602-0045: SEALING COMPOUND: IN ACCORDANCE WITH AMS 3276A, SEALING COMPOUND, INTEGRAL FUEL TANKS AND GENERAL PURPOSE. INTERMITTENT USE TO 360 DEGREESE (182 C), DATED OCTOBER 1995, PLUS EXCEPTIONS TO SPECIFICATION. CLASS B-1/2, SUITABLE FOR APPLICATION BY EXTRUSION GUN, SPATULA, BRUSH OR ROLLER MINIMUM APPLICATION TIME 1/2 HOUR SIZE-A MINIMUM OF 104 MLS (3-1/2 FLUID OUNCES) OF BASE COMPOUND IN A SIX OUNCE SIZE PLASTIC, SECTIONAL INJECTION CARTRIDGE. OPL QUALIFICATION REQUIRED. NADCAP CERTIFICATION REQUIRED. TWO (2) ORDERS FOR A QUANTITY OF 3312 CARTRIDGES TO THE DEPOT AT BURLINGTON, NJ AND 2160 CARTRIDGES TO THE DEPOT AT STOCKTON, N). UNIT:

PRICE: 8030-01-184-0329: SEALING COMPOUND, IAW MIL-S-81733, TYPE II 1 2. 6 OZ CARTRIDGES NADCAP CERTIFICATION REQUIRED. TWO (2) ORDERS FOR A QUANTITY OF 2352 CARTRIDGES TO BURLINGTON, NJ, AND 1176 CARTRIDGES TO STOCKTON, NJ. UNIT:

PRICE 8030-01-184-0330: SEALING COMPOUND IAW MIL-S-81733 DID 3-13-80 & AMD #1 DID 2-29-88 AND AMD #2 DID 4-20-92. TYPE 11-2. 6 OZ. CARTRIDGE. QPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF LIFE-SIX (6) MONTHS. ACCEPTABLE AGE OF SUPPLIESSIX (6) WEEKS. ONE (1) ORDER FOR A QUANTITY OF 1296 CARTRIDGES TO THE DEPOT AT BURLINGTON, NJ. UNIT:

PRICE: http://eps ar net gov/cgi-bin/webObjects/EPS?ACode=R&ProjID=6FERSF9-981216&LOCID=7 Visit this URL for the latest information about this notice

larry, Larry Schmoll (D-349 SN280335)

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

Francisco, CA 94121 87-ANIMAL FEED SOL 261-71-99 DUE 011199 POC POC: Maria Graciano, 415-750-2066 This notice is to amend the following item: Can Brands Soft Texture Bedding 30 lb. bags in lieu of 50 lb. bags, this item is listed in the solicitation (261-71-99) as # 10.21, and 32. Response date should read: 011199. All requests must be via facisimile 415-750-2170, Attn: Maria Graciano. ***** (W-349 SN280448)

General Services Administration, Federal Supply Service (FSS), Hardware and Appliana Contør (BFE), 1500 East Bannister Road,

Kansas City, MO, 84131

80_REQUEST FOR QUOTATIONS-30 CLASS SEALING COMPOUNDS2 SIMPLIFIED ACQUISITION – FAX REPLY TO 816-926-3678 SOL 6FERS179-981215 DUE 122198 POC Larry Schmoll, Contract Specialist, Phone (816) 823-1287, fax (816) 926-3678, Email The General Services Administration has a requirement for the following under simplified acquisition procedures: This is a request for quotations, and quotations furnished are not offers. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation, or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter.

you are unable to quote, please so indicate on this form and return 01: CHECK THE FOLLOWING THAT APPLY TO THIS RFQ and tax back to the Contracting Officer at 816-926-3678. This acquisition is unristricted. Delivery by:

FOB Destination Origin_

Discount for Prompt Payment
Delivery to Destination Within

Days ARO Business Size:

Small

Other Price quote is valid intil:

Name and address of tim quo!ing:

8030-00-008-7200: SEALING COMPOUND IAW MIL-S-81733 OTD 3-13-80 & AMD #1 DID 2-29-88 IND AMD 12 DTD 4-20-92. TYPE 11-2. QUART KIT, OPL REQUIRED. YADCAP CERTIFICATION REQUIRED. SHELF UFE-SIX (6) MONTHS. ACEPTABLE AGE OF SUPPLIES-SIX (6) WEEKS. THREE (3) ORDERS FOR TOTAL QUANTITY OF 40 KITS. UNIT:

PRICE 8030-00-008-7201: SEALING COMPOUND IAW MIL-S-81733 ID 3-13-80 & AMD #1 DID 2-29-88 AND AMD #2 DTD 4-20-92

YPE 11-4. PINT KIT OPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF UFE-SIX (6) MONTHS. ACCEPTABLE AGE OF SUPPLIES-SIX (6) VEEKS. ONE (1) ORDER FOR A QUANTITY OF 4 KITS. UNIT: PRICE:

8030-00-008-7202: SEALING COMPOUND IAW MIL-S-81733 DTD 3-13-80 & AMD #1 DID 2-29-88 AND MD #2 DTD 4-20-92. TYPE 11-4. QUART KIT.. QPL REQUIRED. NADCAP ERTIFICATION REQUIRED. SHELF LIFE-SIX (6) MONTHS. ACCEPTABLE GE OF SUPPLIES-SIX (6) WEEKS. ONE (1) ORDER FOR A QUANTITY N 4 KITS. UNIT:

PRICE:

803070-008-7203: SEALING COMPOUND, IAW MIL-S-81733, TYPE III, I PINT ITS. OPL REQUIRED NACAP CERTIFICATION REQUIRED. SHELF LIFE: SIX 6) MONTHS. ACCEPTABLE AGE ON DELIVERY: SIX (6) WEEKS. FIVE 5) ORDERS FOR A TOTAL QUANTITY OF 60 KITS. UNIT: PRICE:

8030-00-008-7206: SEALING COMPOUND AW MIL-S-81733 DTD 3-13-80 & AMD #1 DID 2-29-88 AND AMD 2 DID 4-20-92. TYPE IV-24. QUART KIT. . QPL REQUIRED. NADCAP ERTIFICATION REQUIRED. SHELF LIFE SIX (6) MONTHS. ACCEPTABLE GE OF SUPPLIES-SIX (6) WEEKS. ONE (1) ORDER FOR A QUANTITY F 2 KITS. UNIT:

PRICE:

80300-028-8495: SEALING COMPOUND IAW MIL-S-81733 DTD 3-13-80 & MD #1 DTD 2-29-88 AND AMD #2 DTD 4-20-92. TYPE IV-48. QUART IT. OPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF LIFE IX (6) MONTHS. ACCEPTABLE AGE OF SUPPLIES-SIX (6) WEEKS. TWO 2) ORDERS FOR A QUANTITY OF 2 KITS. UNIT: RICE:

8030-00-115-1832: SEALING COMPOUND, TWO B KIT. DOW CORNING P/N 93-006-1. SHELF UFE 6 MONTHS. AGE N DELIVERY I MONTH. ONE (1) ORDER FOR I KIT. UNIT: PRICE:

8030-00-432-1544: SEALING COMPOUND, W MIL-S-8802 F DTD 3/7/90 AND AMD 3 DID 5/3/93, TYPE II CLASS 80 GALLON KIT SHELF LIFE IS 9 MONTHS. AGE ON DELIVERY-2 MONTHS EQUIRES NADCAP APPROVAL BEFORE SHIPMENT. SIGNED CERTIFICATION UST ACCOMPANY SHIPMENT. ONE (1) ORDER FOR A QUANTITY OF KIT. UNIT:

PRICE:

8030-0035-4900: SEALING COMPOUND (POLYSULFIDE) IAW AMS 3276 DID 10-93. CLASS B-2. GALLON KIT, QPL REQUIRED. NADCAP CERTIFICATION EQUIRED. SHELF LIFE-NINE (9) MONTHS. ACCEPTABLE AGE OF SUPIES-TWO (2) MONTHS. TWO (2) ORDERS FOR A TOTAL QUANTITY E 14 KITS. UNIT:

PRICE:

80300-602-0107: SEALING COMPOUND (POLYSULFIDE) IAW AMS 3276 DID 9-1-93. CLASS A 1/2. 1/2 PINT KIT. OPL REQUIRED. NADCAP CERTIFIETION REQUIRED. SHELF LIFE- NINE (9) MONTHS. ACCEPTABLE AGE SUPPLIES-TWO (2) MONTHS. SIX (6) ORDERS FOR A TOTAL QUANTITY 165 KITS. UNIT:

PRICE:

8030-054-0740: SEALING COMPOUND. LOCTITE CORP PN 59235. HERNON FG PN 392050; OR PERMABOND INT PN PERMA-LOK LH 050 IN A

ML TUBE, SIX TUBES PER BOX. SUPPLIER SHALL WARRANTY MATERIAL R 18 MONTHS FROM DATE OF SHIPMENT. ONE (1) ORDER FOR A ANTITY OF I BX. UNIT:

PRICE: 30-01-081-4249: SEALING COMPOUND, SULPHUR, COLOR GRAY, PASTE, CP/N 872 B-2, PINT KIT. SIX MONTHS SHELF LIFE. AGE ON DELIVERY. MONTH. TWO (2) ORDERS FOR A TOTAL QUANTITY OF A KITS. UNIT: PRICE:

8030-01-118-6251: SEALING MPOUND, ELECTRICALLY CONDUCTIVE POLYSULFIDE SEALING COMUND: A TWO-PART, ELECTRICALLY CONDUCTIVE, POLYSULFIDE SEALANT R MAINTAINING ELECTRICAL CONTINUITY AROUND AIRCRAFT DOORS, CESS PLATES, ETC. PROVIDES PROTECTION FROM LIGHTNING AND RROSION, COURTAULDS AEROSPACE PN P/S 872. CLASS: B-1/2, 1/ HOUR APPLICATION TIME SIZE: 24 FL OZ (710 ML) BASE MATERIAL A ONE QUART CAN AND THE REQUIRED AMOUNT OF CURING AGENT

93 Nonmetallic Fabricated Materials

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 93-PAPER, MAP SOL SPO49099R0791 DUE 071599 POC Vickie Parkeri PDCK858/(804)279-5640/FAX (804)279-5643/KO-Magnora Jackson (804)279-5924 This synopsis is modified to change the due date. (W348 SN280180)

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

Kansas City, MO, 64131 80—REQUEST FOR QUOTATIONSSTOCK REPLENISHMENT—80 CLASS SEALING COMPOUNDS-SIMPLIFIED ACQUISITION - FAX REPLY TO 816926-3678 SOL 6FERS-F9-981216 DUE 122198 POC Larry Schmoll, Contract Specialist. Phone (816) 823-1287, fax (816) 926-3678, Email The General Services Administration has a requirement for the following under simplified acquisition procedures: This is a request for quotations, and quotations furnished are not offers. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation, or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. If you are unable to quote, please so indicate on this form and return or: CHECK THE FOLLOWING THAT APPLY TO THIS RFO and fax back to the Contracting Officer at 816-926-3678. This acquisition is unristricted. Delivery by:

FOB Destination Origin

Discount for Prompt Payment Delivery to Destination Within

Days ARO Business Size:

Small

Other Price quote is valid until:

Name and address of firm quoting:

THE FOLLOWING ARE STOCK REPLENISHMENT ORDERS-BAR CODE MARKING AND SOURCE INSPECTION ARE REQUIRED! 8030-00-008-7196: SEALING COMPOUND: IN ACCORDANCE WITH MILITARY SPECIFICATION MIL-S-81733C, DATED MARCH 13, 1980 AMENDMENT I DATED FEBRUARY 28, 1988, AND AMENDMENT 2 DATED APRIL 20, 1992. TYPE 1-2 FOR BRUSH OR DIP APPLICATION 2 HOUR MINIMUM APPLICATION TIME. SIZE-A MINIMUM OF 355 MLS (12.0 FLUID OUNCES) OF BASE COMPOUND IN A ONE (1) PINT CONTAINER, PLUS THE REQUIRED AMOUNT OF CURING AGENT IN A SEPARATE CONTAINER. OPL QUAUFICATION REQUIRED. NADCAP CERTIFICATION REQUIRED. ONE (1) ORDER FOR A QUANTITY OF 624 KITS TO THE DEPOT AT BURLINGTON, NJ. UNIT: PRICE:

8030-00-008-7198: SEALING COMPOUND IAW MIL-S-81733 DTD 3-13-80 & AMD #1 DTD 2-29-88 AND AMD #2 DTD 4-20-92. TYPE 11--1/2. PINT KIL QPL REQUIRED. NADCAP CERTIFICATION REQUIRED. SHELF UFE-SIX (6) MONTHS, ACCEPTABLE AGE OF SUPPLIES-SIX (6) WEEKS. ONE (1) ORDER FOR A QUANTITY OF 864 KITS TO THE DEPOT AT BURLINGTON, NJ. UNIT:

PRICE 8040-00-117-8510: ADHESIVE, SILICONE RUBBER. COLOR CLEAR. DOW CORNING P/N 3145, RTV. 3 OUNCE COLLAPSIBLE TUBE, SHELF LIFE SIX MONTHS. ACCEPTABLE AGE OF SUPPLIES ONE MONTH. ONE (1) ORDER FOR A QUANTITY OF 744 TUBES TO THE DEPOT A STOCKTON, CA, UNIT:

PRICE:

803000-142-9128: SEALING COMPOUND: IAW MIL-S-23586. OPL SPEC, TYPE I, CLASS I, GRADE BI. A KIT CONSISTS OF 3/4 PI OF BASE MATERIAL AND REQUIRED AMOUNT OF SEPARATELY PACKAGED CURING AGENT AND 4 OZ OF PRIMER. SHELF LIFE: 6 MOS. AGE OF DELIVERY: | MO. ONE (1) ORDER FOR A QUANTITY OF 216 KITS TO THE DEPOT AT

Department of Defense, Television-Audio Support Activity (T-ASA), Contracts Division, 3116 Peacekeeper Way, McClellan AFB, CA

95652- 1068 99-LEASE OF PRINTER/PROCESSOR SOL MDA112-99-0-0049 POC Contact Chongae Makiya, Purchasing Agent, or Richard Talbert, Contracting Officer (916)643-0323 17. This is a combined synopsis/Request for Quotation (RFQ) 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. A written quotation will not be issued. The quotation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 97-09. The Television-Audio Support Activity proposes to procure the following item: 1.0) SCOPE: The purpose of this statement of Work (SOW) is to set forth the lease requirement of the subject Mini Lab System, Noritsu QSS-150120 with options. The system shall be installed into the Still Photographic Section, TAVSC, 3rd deck of building 2009. MCB, Quantico, VA. 2.0) REQUIREMENTS AND SPECIFICATIONS: 2.1) GENERAL REQUIREMENTS: This requirement is for the lease of the subject system for the base period Jan 04 1999 thru Sep 30, 1999 with Option period Oct 01, 1999'thru Sep 30, 2000 and Option period 2 for Oct 1, 2000 thru 31 Jan, 2001. The contractor shall deliver, install, and provide operational training and the system. 3.0) MATERIAL AND WORKMANSHIP REQUIREMENTS: 3.1) All equipment, material, and articles incorporated into the work covered by this contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in this contract. 3.2) INSTALLATION REQUIREMENTS: 3.2.1) The contractor shall

C Architect and Engineering Services Construction

U.S. Department of the Treasury, TBARR Procurement Offic, 1980

Pennsylvania Ave., NW, Room 3064, Washington, DC 20220 C-ARCHITECT-ENGINEERING SERVICES POC Dwight W. Stephens 202/622-0795 CNT TOS-99-IBAR-01 AMT $6.250.000 OTO 121598 71 Shalom Baranes Associates, PC--3299 K. Street, NW, Suite 400 Washing ton, DC 20007 (W-349 SN280293)

NASMLyndon B. Johnson Space Center, Houston, Texas 77058

3696, Mail Code BE 99-MISCELLANEOUS FABRICATED SOFTGOOD PRODUCTS SOL 9-BE1326-9-3P POC Keith D. Hutto, Contracting Officer, Phone (281) 4834165, Fax (281) 244-5337, Email D. Hutto. Contracting Officer, Phone (281) 483-4165, fax (281) 2445337, Email keith.d.hutto1jsc.nasa.gov This is a modification to the synopsis entitled Miscellaneous Fabricated Softgood (Textile) Products 9-BE 13-26-9-3P which was posted on 11/13/98. You are notified that the following changes are made: This procurement will be made using the commercial practices under part 12. The due date for receipt of offers/quotes is not extended. Documents related to this procurement are available over the Internet and are in Microsoft Office Suite (Word 6.0, Excel 5.0 or 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 NASAJISC Business Opportunities home page is http://procurement nasa.gov/EPS/JSC/class.html. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).

http://nais nasa gov/EPS/]SC/date.html#9-BE13-26-9-3P Click here for the latest information about this notice

Keith D. Hutto (D-349 SN 280287)

U.S. Postal Service. Facilities Service Office, P.O. Box 2749).

Greensboro, NC 27498-1103 CINDEFINITE QUANTITY CONTRACT FOR ME SERVICES IN THE STATE OF NORTH CAROLINA POC Sharon Weber, Contract Specialist 38 665-2801 CNT 362575-99-1-0105 AMI N/A DTD 121498 TO TRP Anche ture, 2101 Enterprise Road, Greensboro, NC 27408-7003

sweber sweber (W-349 SN28030

provide all necessary equipment, material, tools, and safety items to design, furnish, install, test and train personnel on the system. 32.21 The Contractor shall be prepared to start installation of the subject system within 5 calendar days after date of contract award. 3.2.3) The Contractor shall have the system installed, acceptance tested, and ready for full operation within 10 calendar days of start of installation. 3.2.4) The Contractor shall provide familiarization training, within one calendar day of full operations. 3.3) CONTRACTOR FURNISHED EQUIPMENT: 3.3.1) Contractor Furnished Equipment: (CFE) shall be Commercial off The Shelf (COTS) except where modifications or fabrications are required to meet the specifications contained in this SOW. 3.3.2) AH electrical and electronic equipment specified in this SOW shall operate from

110/220 VA. single phase, 60 HZ power source unless noted otherwise, 3.4.1) The subject system shall be a daylight color film processor for 110 to 220 film. The system shall deliver print sizes from 3.5in x 5-in to 3-in x 12-in enlargements. The system shall also include the following components and optional/mandatory accessories: OSS1501ZU, Printer/Processor V-30 Film Processor with I each, printeri paper processos RA-4NP; 1 each, Zoom Lens for 110-135; 1 each, Mirror Tunnel, 110-135; 1 each Paper Magazines 6'; I each, Line Correction Value Print Unit; 2 each, Rack Carrying Tanks; 1 each IC Card; I each, 135F Auto Negative Carrier; 1 each, 1357, focusing Chart: I each, Scanner; I each, Daylight Color Film Processor C41 Ranp; 2 each, Contamination Cover; 2 each, 126 Cassettes; 2 each, Cassettes; 2 each 120 Cassettes; I each, Leader Cards; I each Splicing Box: 2 each, Floor Tray: 4 each, Chemical Waste lanks. Mandatory Optional Accessories: 1 each of the following accessories. Noritsu pl n V903550-01, V903111-01, 1903331-01, V903334-01, V903345-01. V903403-01, V903406-01, V903414-01, 2804103-01, Z804104-01, 2804106-01, 2805583-01, 2804561-08. 2804647-01, 2804649-01, 2804562-01, Z804652-01, 2804605-01, and 2804563-01. Optional lens for Noritsu 15012U: 2 each, UP Wallet Lens Kit 5-in p/n 2804644. 01. 3.4) Maintenance Requirements: Contractor shall provide corrective and preventive maintenance to begin at the termination of the warranty period. 3.4.1) Preventive maintenance shall be performed on site once each quarter of the fiscal year. The contractor shall schedule the preventive maintenance on 90 day intervals. 3.4.2) preventive maintenance shall consist of diagnostic tests to assure proper operations. 3.4.3) Corrective Maintenance shall include all parts and labor to fix the system when it is inoperable. contractor not required to provide consumable/expendable items (filters, lamps & and etc.). 3.4.4) The government will notify the contractor if the system becomes inoperable. The contractor shall respond to the call and be on site for corrective repairs within 24 hours. The preferred repair schedule is between 0700 and 1700 on Monday thru Friday and within the appropriate 24 hour response time. FOB Destination point is Quantico, VA. Required delivery is five (5) days after receipt of order. The Government anticipates negotiating and entering into a contract on a sole source basis with Noritsu Am. Corp or its authorized dealers, under the authority of FAR 13-501. & FAR 6.003 only one responsible source and no other supplies of services will satisfy agency requirement. All responsible sources may submit a quote which shall be considered by the agency. Responses to this notice must be provided in writing. Responses may be mailed to Television Audio Support Activity, Directorate of Contracting. Attn: T-ASA/DOC/SC (Chongae Makiya), 3116 Peacekeeper Way, McClellan AFB, CA 95652-1068. Facsimile responses are acceptable, FAX number is (916) 643-4730. Al responses to this notice must make reference to quotation number MDA112-98-0-0049. The provisions at FAR 52.212I Instructions to offerors-Commercial Items, and 52.212-2. EvaluationCommercial Items apply to this acquisition. The SIC Code for this acquisition is 7359. size standard 18.0M. The evaluation criteria for this solicitation will consist of technical capability of offered items to meet the agency requirement, price and technical acceptance. To be eligible to receive an award resulting from this quotation, contractor must be registered with the Central Contractor Registration (CCR) database. NO EXCEPTIONS. In order to register, you may apply through the internet at http://ccredi.disa.mil", you must include your DUNS (Dun & Bradstreet) number in order to apply. Offerors shall include a completed copy of the provisions at 52.212-3. Offeror Representations and Certifications-Commercial items, with their offer. Clauses 52.2124. Contract Terms and Conditions-Commercial Items and 52-212-5. Contract Terms and Conditions Required to implement Statues or Executive Orders-Commercial Items, the following subclauses apply to this acquisition: 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52-222-42, 5222244: DFARS 252.232-7009, Payment by Electronic Funds Transfer (CCR); 252 204.7004 Required Central Contractor Registration; DIARS 252 2127000 and the following subclauses under DFARS 252-212-7001, 252.2257001, 252-225-7007, 252-225-036, 252.227-2015 and 252 247.7024. Quotes must be submitted by 12:00 PM POT, Dec 23, 1998. Failure to provide any of the required documents referenced in this notice will render your quote unacceptable and ineligible for an award. Point of contact in this office is Chongae Makrya, (916)643-0323, or email: . (W-349 SN 280600)

B Special Studies and Analyses-Hot R&D

Department of the Treasury (DY), Bureau of Engraving and Printing Office of Procurement, 14th & C Sts., SW, Room 708-A, Wastheim

DC 20228
D-UPGRADE AND EXPAND THE REMOTE DATA STORASE STSEN
ON TWELVE 1-10 PRESSES AT THE WESTERN CURRENCY FACIUTY T.
Contact. Angela M. Williams, Contract Specialist, 202-874-9177 OF ME TEP-99-09(N) AMT $494,500.00 LINE CUINS 001-007 010 12.99" DE La Rue Giori S.A., 4 Rue De La Paix, 1003 Lausanne, Smuk (W-349 SN280304)

EPA, ADP Placement Section (3803F), 401 M St. SW, Washington,

DC 20460-0001 8-PESTICIDE HEALTH EFFECTS DATA REVIEW, EVALUATION AND ASSESSMENT POC Gerald Alston, 202-564-4771 CNT 68-W-99-014 AMT $4,412,595 DID 12498 10 Dynamac Corporation 2275 Research Boulevard, Suite 500 Rockville, MD 20850

http:/www.epa.gov/oam/hpod EPA Office of Acquisition Management

aiston.gerald.©epamail.epa.gov E-Mail Address Gerald Alston (W-349 SN280317)

38 LSALGCX, 4022 Hilltop Rd Ste 211, Tinker AFB, OK 73146

2713 D-ADP TELECOMMUNICATIONS & TRANSMISSION SERVICES, LOCK TELEPHONE EXCHANGE COMMUNICATIONS SERVICES FOR CHETERNET AS CO POC Gloria Manley, (405) 734-9297 CNT F34608-984.50 005 AMT $1,673,073 10 LINE 0001-X0004 DID 111698 10 SME Communications Inc. 188 Inverness Drive. Sie 600, Englewood CO 2 (W-349 SN280433)

Department of the Treasury, DY, U.S. Customs Service, Procurement
Division, 1300 Pennsylvania Avenue, Suile 4.2-E, Washington, DC

20229 B-MEASUREMENT OF CONTRABAND INTERDICTION EFFECTIVENESS POC James Lieberman (202) 927-0435 CNT TC-99-012 AMT $404263.00

DID 121198 TO Management Analytyx, Inc., 7900 Sandalfoot Drive,


Potomac, MD 20854 (W-349 SN280337)

H Quality Control, Testing and Inspection Services

Veterans Affairs Medical Center, Contracting Office (900), Nampton

VA 23667 H-PM/REPAIR HVAC SYSTEMS POC Barbara Simmons (757728?. CNT 590-04-99 AMT $50.096 00 DTD 120798 TO Hampton Roads 5 & Cooling. 820 Greenbrier Circle, Suite 28, Chesapeake, VA

Department of Veternas Alass Medo Center (W-349 SN280247)

U.S. Coast Guard Academy, Contracting Office (FP), C/O V.S. Coast Guard Research and Development Center, 1082 Shennecosselt Road,

Groton, CT 06340-2890 99-MISCELLANEOUS//SERVICES FOR REPLACING FILTERS IN VENTILATION EQUIPMENT USCGA SOL OTCG39-99-QES013 DUE 010799 POC Elizabeth C. Dubois (860) 441-2873 The Contractor shall provide all materials, labor, services and equipment to remove and replace air filters and make a visual inspection of air handler and ducting in buildings located at the Coast Guard Academy, New London, Connecticut. The contractor shall remove any interlerence to obtain access to filter housings. This contract shall be a five year contract which includes the base year and four option years. (W-349 SN280227)

Commander, Naval Air Systems Command (Code 2.5.3), Building

441, UNIT 7, Naval Air Station, Patuxent River, MD 20670-1127 B-CONTRACTOR NON-PERSONNEL SUPPORT SERVICES FOR NAVY MANPOWER, PERSONNEL AND TRAINING. POC Contact Maureen Shackelton, Contract Specialist. 301/757-8972/LCDR Mark E St. Moritz. Contracting Officer, 301-757-9048 CNT N00019.99-0-1143, N0001999.D-1149, N00019-99-D-1157 AMT $703,882.84. $814,857.00. $769,791.40 LINE CLIN 0001 ibrough Clin 0013 DID 120798 T0 Consulting Associates, Inc (cai), 1300 Diamond Springs Road, Suite 500. Virginia Beach, VA 23455-3645; Compliance Corporation, 21617 South Essex Drive, Suite 34, Lexington Park, MD 20653; Managament Analysis Group Associates (MACA), 21585 Three Notch Road, Unit #4, Lexington Park, MD 20653 (W-349 SN280574)

| Maintenance, Repair, and Rebuilding of Equipment

SA-ALC/Contracting Directorals UK; 485 Quinten Roosevelt Buat

Suite 12; Kelly AFB, TX 78241-6419 REPAIR OF COMPONENTS OF SLAT ACTUATION SYSTEN : 5 ACFT-RE:F41608-97-R-54586 POC RICHARD BORREGO COS'N

CNT GS-10F-0016) AMT $2,500,000.00 OTO 121598 TO MEVATEC Corp., 1525 Perimeter Parkway, Suite 500. Huntsville, AL 35806 (W-349 SN280633)

OFFICER/375 AIRLIFT DRIVE KELLY AFB TEXAS 78241-6334 PHONE: -- (210) 925-5434 FAX: (210) 925-8812 CNT F41608-99-D-0074 AMT $

192,220.00 (ESTIMATED) LINE ALL LINE ITEMS DID 113098 TO MOOG INC / AIRCRAFT GROUP 20263 WESTERN AVENUE TORRANCE CALIFORNIA 90501

http://www.kelly-afb.org/links/proc/index.html SA-ALC, Kelly AFB Contracting Home Page 5

Send E-Mail to the POC (D-348 SN280205)

HQ MTMC, Attn: MTAQ-AF, Rm 312, 5611 Columbia Pike, Falls

Church VA 22041-5050 V-TRANSPORTATION AND TRANSPORTATION RELATED SERVICES FOR THE MOVEMENT OF PERSONAL PROPERTY POC Zalerie P. Moore, Contract ing officer, (703)681-8572 CNT Contract DAMIO1-98-0-3043. Solicitation DAMT01-97-R-3001aa AMT $3,472,856 LINE NA DTD 092498 TO Terminal Storage Company, Inc., 472 Robeson's Street, Fayetteville, NC 28311 (W-349 SN280634)

S Utilities and Housekeeping Services

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

Suite 12; Kally AFB, TX 78241-8419 7 REPAIR OF COMPONENTS OF SLAT ACTUATION SYSTEM OF C5 ACFT RE:F41608-97-R-54586 POC RICHARD BORREGO/CONTRACTING OFFICER/375 AIRLIFT DRIVE KELLY AFB TEXAS 78241-6334 PHONE: 210) 925-5434 FAX: (210) 925-8812 CNT 141608-99-D-0074 AMT $ 192,220.00 (ESTIMATED) LINE ALL UNE ITEMS DID 113098 TO MOOG NC. / AIRCRAFT GROUP 20263 WESTERN AVENUE TORRANCE CALIFORNIA 10501

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

} Send E-Mail to the POC (D-348 *N280206)

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

AFB, VA 23665-2791 $-ENERGY SAVINGS AND PERFORMANCE CONTRACT (ESPC) FOR VARIOUS ENERGY CONSERVATION MEASURES IN REGION IV POC Please Contact: Capt Kevin Johnston, Contracting Officer (757) 764-4746 & Capt Vanessa Grant, Contract Manager (757) 764-4495 CNT F4465099-0-0001 AMI NIE $250,000,000 DID 121498 TO ERI Services, 350 Fairfield Ave, Bridgeport CT 06604

http://public.acclog.at.mil/cons/lgce/ESPC/energy(1).html Click here to view the ESPC web site

vanessa.grant@langley al mil Click here to contact the Contract Manager via e-mail (W-349 SN280319)

HQ MTMC, Attn: MTAQ-AF, Rm 312, 5611 Columbia Pike, Falls

Church VA 22041-5050 V TRANSPORTATION AND TRANSPORTATION RELATED SERVICES FOR THE MOVEMENT OF PERSONAL PROPERTY POC Zalerie P. Moore, Contracting officer, (703)681-8572 CNT Contract DAMT01-99-D-3001, Solicitation DAMI01-97-R-3001aa AMT $8,672,979 LINE N/A DID 121498 TO HC&D Forwarders International, Inc., Suite 101, 1849 Bayshore Highway, Burlingame, CA 94010 (W-349 SN280640)

W Lease or Rental of Equipment

T Photographic, Mapping, Printing, and Publication Services

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

3696, Mail Code: BJ WINST. FIB. OPT. LINK BET. SONY CARTER TRNG FAC. AND ISC BLD. 44 POC Linda S. Dunn, Purchasing Agent. Phone (281) 2445351, Fax (281) 483-9741, Email CNT NAS9. 98114 AMT $595000 DID 111298 TO TCI Network Solutions Inc., Four Parkway Center, Suite 130. Pittsburgh, PA 15220

https://nais mstc.nasa.gov/EPS/JSC/award html Johnson Space Center Procurement Synopses of Contract Awards Page

Linda S. Dunn (0-349 SN280417)

X lease or Rental of Facilities

V.S. Government Printing Office, Purchase Division, Printing Procurement Department, Stop: PPP, Room C817, Washington,

DC 20401 1-TRAINING PUBLICATIONS, TEXTBOOKS, AND EXAMS POC Toni Sheffield (202) 512-0310 (No collect calls) CNT C665 AMT $300,426 20 DID 121498 10 Braceland Brothers, Inc. 5800 Tulane Drive. SW Atlanta, GA 30336 (W-349 SN280428)

Supervisor of Shipbuilding, Conversion and Repair, USN, Naval

Station, Box 3681-19, San Diego, CA 92136-5066 HUSS HURRICANE (PC-3) RAV POC Rod Rioveros, Code 431A, Phone 19) 556-2311 CNT N62791-99-C-0025 AMT $26,220 CINE N/A DID 21498 TO Pacific Defense Systems, 1411 Harding Avenue, National ty CA http://www.cbdnet access.gpo.gov - USS HURRICANE (PC-3) RAV USS HURRICANE (PC-3) RAV (W19 SN280422)

General Sevices Administration, PBS, NOVA Service Delivery Team

(WPB), 7th and D Streets, NW, Room 2130, Washington, DC 20407 X-DISA 300,000 SQUARE FOOT CONSOLIDATION LEASE AWARD POC T.C. HAIRSTON (202)708-9736 CNT SFO#97-028 AMT $7,593,191.10 PER ANNUM DTD 121598 TO CESC SEVEN SKYLINE PLACE L.L.C. C/O CHARLES E. SMITH Real Estate Services L.P., P.O. Box 2006, Pittsburg. PA 152642006

tc click here to contact the contracting officer via e-mail (W-349 SN280512)

U Education and Training Services

FEDERAL BUREAU OF PRISONS, SCRO, 4211 CEDAR SPRINGS RD,

STE 300, DALLAS, TEXAS 75219 U_EDUCATION SERVICES POC Brigette Powers, Contract Specialist, (214) 767-5005 CNT J249c-022 AMT $36.000 LINE NA DID 121598 TO Coastal Bend College, 3800 Charco, Beeville, Texas 78102 (1-349 SN280560)

Professional, Administrative and Management Support Brvices

6SA, ITI/TFMG, 5203 Leesburg Pike, Suite 1100, Falls Church,

VA 22041 X-LEASE OR RENTAL OF FACILITIES POC Ms. Reva K. Hutchinson, (202) 501-1520 CNT GS-001-99AJC2004 AMT $104,160 LINE N/A DID 102798 TO Hotel Brunswick, Chestnut and Queen Streets. Lancaster, PA 17608 (1-349 SN280615)

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

4488, Redstone Arsenal, AL 35898-5280 R-PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT RVICES POC Contract Specialist. Gail S. Thomas, AMSAM-AC-SS-CB, lone (256) 842-7409, Queen E. Miller, Contracting Officer CNT DAAH013-C-0251/P00005 AMT $336,000 DID 121098 TO Analytical Services, 6., 555 Sparkman Drive, Huntsville, AL 35816 (W-348 SN 280195)

V Transportation, Travel, and Relocation Services

HQ MTMC, Attn: MTAQ-AF, Rm 312, 5611 Columbia Pike, Falls

Church VA 22041-5050 V-TRANSPORTATION AND TRANSPORTATION RELATED SERVICES FOR THE MOVEMENT OF PERSONAL PROPERTY POC Zalerie P. Moore, Contracting officer, (703)681-8572 CNT Contract DAMTO1-98-0-303 Solicitation DAMT01-97-R-3001aa AMT $64,463,091 [INE N/A DID 092498 TO AAA Transfer & Storage, Inc., 29 Jet Drive, Ft. Walton Beach, FL 32548 (W-349 SN280621)

GSA, ITITFMG, 5203 Leesburg Pike, Suite 1100, Falls Church,

VA 22041 X-LEASE OR RENTAL OF FACILITIES POC Ms. Reva K. Hutchinson, (202) 501-1520 CNT GS-001-99A/C2010 AMT $112,430 LINE N/A DID 103098 TO Fort Magruder Inn & Conference Center, P.O. Box 3050, Williamsburg. VA 23187 (1-349 SN280616)

Department of the Treasury, Internal Revenue Service, 6009 Oxon

Hill Road, Suite 700, ATTN: M:P, Oxon Hill, MD 20745 R-COMPREHENSIVE PROJECT MANAGEMENT TRAINING PROGRAM TH ASSESSMENT INSTRUMENTS POC Paul Attorni, 202/283-1103 CNT RNO-99-D-00010 AMT $4,275,685 (NTE) DID 121598 TO ESI InterRional; 4301 N. Fairfax Dr., Suite 800; Arlington, VA 22203 (W9 SN280583)

HQ MTMC, Attn: MTAQ-AF, Rm 312, 5611 Columbia Piko, Falls

Church VA 22041-5050 V-TRANSPORTATION AND TRANSPORTATION RELATED SERVICES FOR THE MOVEMENT OF PERSONAL PROPERTY POC Zalerie P. Moore, Contracting officer, (703)681-8572 CNT Contract DAMT01-98-0-3037. Solicitation DAMT01-97-R-3001aa AMT $40,292,582 LINE N/A DTO 120898 TO Aalco Forwarding, Inc., 10983 Granada Lane, Overland Park, KS 66211 (W349 SN280624)

GSA, ITVTFMG, 5203 Leesburg Pike, Suite 1100, Falls Church,

VA 22041 X-LEASE OR RENTAL OF FACILITIES POC Ms. Reva K. Hutchinson, (202) 501-1520 CNT GS-007-99AJC2006 AMT $109.452 LINE NA DIO 102798 TO Ramada Inn Convention Center, 901 Dual Highway, Hagerstown, MD 21740 (1-349 SN280617)

GSA, Philatlantic Realty District, the Wanamaker Building, 100 Penn

Square Eas T, Philadelphia, PA 19107-3396 R_SAFETY AND ENVIRONMENTAL MANAGEMENT BUILDING ASSESSNT SURVEY SERVICES POC Linda Savage-Linder (215) 656-6122 CNT -03P-99-AZD-0086 AMT $0.00 DTD 111798 10 Neilson Associates,

100 Dickinson Drive, Suites 109-110 Chadds Ford, PA 19317. (WSN280585)

y Construction of Structures and Facilities

GSA, FSS, Paints and Chemicals Commodity Center, 400 15th

Street SW (10FTP) Auburn, WA 98001-6599 MANAGEMENT, ORGANIZATIONAL & BUS. IMPROVEMENT SERVICES, P-98-SC-874 POC Carol L. McKenzie, 253-931-7887,

HQ MTMC, Attn: MTAQ-AF, Rm 312, 5611 Columbia Pike, Falls

Church VA 22041-5050 V-TRANSPORTATION AND TRANSPORTATION RELATED SERVICES FOR THE MOVEMENT OF PERSONAL PROPERTY POC Zalerie P. Moore, Contracting officer. (703)681-8572 CNT Contract DAMT01-98-0-3039, Solicitation DAMTOI-97-R-3001aa AMT $20,212,015 LINE N/A DTD 092498 TO AWARE, 2314 Kimbro Street, Alexandria, VA 22307 (W-349 SN280629)

U.S. Army Corps of Engineers Mobile, Contracting Division, CESAM- CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-

0001 Y-UPGRADE NATIONAL POLICE FACILITY, PHASE I, BAEZA, ECUADOR POC Contact Karen Johnson, (334) 690-2535; Contracting Officer, Edward M. Siana CNT DACA01-99-C-0010 (DACA01-98-R-0069) AMT $417.400.00

USDA Forest Service, Mt. Baker-Snoqualmie National Forest, 21905

641h Avenue W, Mountlake Torrace, WA 98043 Y-ON-SITE SEPTIC SYSTEM VERLOT PUBLIC SVC CNTR, DARRINGTON RANGER DISTRICT, SNOHOMISH COUNTY, WA POC Contracting Officer: Bonnie Childs (425) 744-3332 CNT 43-05M6-9-0065 AMI $47943.50 DID 111998 TO Stuth Company Inc, PO Box 950, Maple Valley WA 98038; phone (425) 255-3546 (W-348 SN280185)

Detense General Supply Contor, 8000 Jett Davis Hory., Richmond

VA 23297-5312 15—HOOK, JETTISON PIVOT SOL SP0475-99-Q-R061 CNT SPOATS99-M-S257 AMT $37,482.00 LINE 0001 DTD 121598 TO Harlow Aircraft Mig Inc 922 N Santa Fe P.O.Box 304 Wichita KS 67201 (1-349 SM280257

NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 218. Wallops Island, VA 23331.

-REHABILITATION OF RADAR #18 FACILITY, BLÓ6 A-41 POC Sandra Savage, Contract Specialist. Phone (757)824-2363, Fax (757)824-1974, Email Sandra.S.Savage.1@gsic nasa.gov-Bernie Pagliaro, Contracting Officer, Phone (757)824-1277 Fax (757)824-1974, Email Bernard J.Pagliaro. CNT NAS5-99096 AMT $249621 DID 121598 TO R & W CONTRACTORS, INC., 223 EAGLE RD. NEWTOWN, PA 18940

https://nais.msic.nasa.gov/EPS/GSFC/award.html Goddard Space Flight Center Procurement Synopses of Contract Awards Page

Sandra.S.Savage. Sandra Savage (D-349 SN280573)

Defense General Supply Center, 8000 Jeff Davis Hwy, Richmond,

VA 23297-5312 15--COVER, ACCESS SOL SP0460-99-X-4083 CNT DAAJ09-95-G-00:1TYBY AMT $28,318.37 LINE 0001 DTD 121598 TO Boeing He captan Div of the Boeing CO RT 291 and Stewart Ave Ridley Park PA 1907 (1-349 SN280270)

NASA/John F. Kennedy Space Center, Procurement, Kennedy Space

Center, FL 32899 Y CONSTRUCTION OF REPLACE FEEDER 606 TO SWITCHING STATION 900 POC Richard Quinn, Contracting Officer, Phone (407) 867-7239, Fax (407) 867-3945, Email Richard. D. Collins, Contracting Officer, Phone (407) 867-7357, Fax (407) 867-2825, Email Bryce CNT NAS10-99024 AMT $344,500 LINE Task I DID 121598 TO MILITARY CONSTRUCTION CORPORATION 6154 N. COURTENAY PARKWAY MERRITT ISLAND, FL 32953

https://nais. msfc.nasa.gov/EPS/KSC/award.html Kennedy Space Center Procurement Synopses of Contract Awards Page

Richard. Quinn-1 @ksc.nasa.gov Richard Quinn (D-349 SN280418)

USDA, Forest Service, SW Idaho/ Nevada Acquisition Office, 1249

S. Vinnell Way, Boise, ID 83709 YSTANLEY LAKE TRAIL RECONSTRUCTION ON THE SAWTOOTH NATIONAL DREST POC Clinton L. Randall, Contracting Officer, 208-3734140 CNT 50-0267-9-01 AMT $114,743.00 DID 121598 TO Joe K. Nicoll Forest Services, 5485 Pelayo Road SW, Deming. NM 88030 (W349 SN280460)

US Army Armament And Chemical Acquisition And Logistics Activity

(ACALA) Atta: AMSTA-AC-PCC Rock Island, IL 61299-7630 10—MAXIMUM QTY OF 3000 M13 SMALL ARMS RACKS AND 2410 EA M14 SMALL ARMS RACKS, 3 YEAR REQUIREMENTS CONTRACT WITH 2 ONE YEAR OPTIONS; TOTAL POTENTIAL AMOUNT OF 5 YEAR REQUIREMENTS CONTRACT, INCLUDING OPTIONS IS $669,000 FOR THE M13 RACK AND $518,150 FOR THE M14 RACK, INDIVIDUAL DELIVERY ORDERS WI POC Ms. Roxanne Spurgetis, 309 782-4886 CNT DAAE20-99-0-0006 AMT Dollars will be obligated at time of award of individual delivery orders. LINE 0001AA (M13 Small Arms, 002AA (M14 Small Arms Rack and 0003 (Data items) DID 121598 TO Carob Inc. 2840 River Rd E. PO Box 974, Van Buren AR 72956 (W-349 SN280299)

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 15—DUCT ASSEMBLY, BLEED AIR SOL SP0470-99-Q-P025 CNT SPM 99-M-2006 AMT $84.250.00 LINE 0001 DID 121598 10 I 66 Pressure Science Inc 11642 Old Baltimore Pike Beltsville MD DIO 1294 (1-349 SN280273)


Page 24

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

Columbus, OH 43216-6595 25-WINDOW, VEHICULAR. WINDOW INCORPORATES A HEATING SOL SP0750-99-0-0096 CNT SP0750-99-M-6245 AMT $33,525.00 LINE 0001 THROUGH 0002 DTD 121198 to Aan Supply 180 Sun Valley Dr Woodland Park CO 80866 (1-349 SN280374)

1. Defense General Supply Center, 8000 Jett Davis Hwy., Richmond, a

VA 23297-5312 28-BOLT ASSEMBLY, SELF-RETAINING SOL SPO480-99-Q-6322 CNT SPO480-99-M-8290 AMT $92,488.20 LINE 0001 DTD 121598 TO SPS Technologies Inc Aerospace and Industrial Products Div 301 Highland Avenue Jenkintown PA 19046 (1-349 SN 59)

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

Columbus, OH 43216-6595 30—SUPPORT HOUSING ASSEMBLY, SUSPENSION. ON! SOL 997444 72-P-0700 CNT SPO750-99-M-M480 AMT $59,998.50 LINE 0001 THEOLO 0002 DTD 121598 TO Onodi Tool and Engineering CO-19159 Megash Ave Melvindale MI 48122-1934 (1-349 SN280379)

Er Das THT 21. 9.1

Pleer Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 30-CONNECTING LINK, RIGID CNT N00383-96-G-M126-UBIW W $55,383.20 LINE 0001 THROUGH 0002 DTD 121498 TO Northrop Grumma St Augustine Site 5000 US IN PO Drawer 3447 Saint Augustin FL 32085-3447 (1-349 SN280381)

30.127.2

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 28-COVER, IMPELLER PUMP SOL SPO480-98-Q-U538 CNT NOD38396-G-005D-TYQL AMT $47,676.00 LINE 0001 DTD 121498 10 ParkerHannifin Corp Aerospace Group Customer Support Military Div 16666 Von Karman Ave Irvine CA 92606 (1-349 SN280274)

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

Columbus, OH 43216-6595 25—ROD, ALIGNING, VEHICULAR AXLE, SOL SP0750-98-Q-1823 CNT SPO750-99-M-0324 AMT $57,456.64 LINE 0001 DTD 121498 TO Saginaw Products Corp 68 Williamson St Saginaw MI 48601-3246 (1-349 SN280383)

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

Columbus, OH 43216-6595 25—GUARD, SPLASH, VEHICULAR. LEFT HAND SIDE. SOL SPO75098-Q-1809 CNT SP0750-99-M-0326 AMT $25,632.00 LINE 0001 THROUGH 0002 DTD 121498 TO Elzee metal Products Co Inc 775 39TH St Brooklyn NY 11232-3209' (1-349 SN280384)

Defense Supply Center Columbus, PO BX 16595, DSCC-PBAB 3 Columbus, OH 43216-6595

31 SIMO! 28-HOUSING ACCESSORY DRIVE ASSEMBLY. ON! SOL SP0750-98Q-0765 CNT SP0750-99-M-K411 AMT $59,510.00 LINE 0001 THROUGH 0002 DID 121598 TO Windward Enterprises 8049 Saddle Run Powell OH 43065-9543 (1-349 SN280493)

Defense Supply Center Columbus, PO BX 16595, DSCC-PRAD

Columbus, OH 43216-6595 30-CONNECTING LINK, RIGID SOL SPO740-98-X-2632 CNT BOX98-G-013B-UBO2 AMT $78,472.80 LINE 0001 THROUGH 0002 OTO 128 TO Kaman Aerospace Corp Oid Windsor Rd P.O.Box 2 Bigeafels 06002-0002 (1-349 SN280393)

12

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

Columbus, OH 43216-6595 43—PUMP, ROTARY. SOL SPO750-99-0-0557 CNT SPO750-99-M-R305 AMT $99,042.50 LINE 0001 THROUGH 0002 DTD 121198 TO Saturn Industries 26067 Groesbeck Hwy Warren MI 48089-1585 (1-349 SN280494)

Defense Supply Conter Columbus, PO BX 16505, DSCC-PBAB

Columbus, OH 43216-6595 46-VALVE-BLEED, ASSEMBLY. SOL 99T401-32-P-0700 CNT SP074099-M-3154 AMT $27,794.60 LINE 0001 DTD 121098 TO Birken Mfg CO 3 Old Windsor Rd Bloomfield CT 06002-1311 (1-349 SN280473)

47 Pipe, Tubing, Hose and Fittings

SA-ALC/Contracting Directorate/PKBD; 485 Quinten Roosevelt Road, Suite 12; Kelly AFB, TX 78241-6419 1-BEARING, TRANSFER G/B RE:F2050-98-49311 POC SA-ALCI 3D HENRY RODRIQUEZ 485 QUENTIN ROOSEVELT RD./BLDG 171 KELLY

TX 78241-6427 CNT F41608-99-M-0165 AMT $40,456.00 LINE 1 OTD 121198 TO CAGE CODE: 78118 SPLIT BALLBEARING DIV 1PB CORP HWY 4 LEBANON, NH 03766-0000 tp://www.kelly-afb.org/links/proc/index.html SA-ALC. Kelly AFB racting Home Page PODRIGUOLPGATEL KELLY AF.MIL Send E-Mail to the POC (D-349

Detonse Supply Center Columbus, PO BX 16595, DSCC-PBAB

Columbus, ON 43216-6595 47-CAP, TUBE. (DYNAMIC BEAN CAP) SOL SPO750-99-0-0079 CNT SPO750-99-M-C211 AMT $67,881.58 LINE 0001 THROUGH 0004 OTD 121198 TO Comptech Corp 15944 Derwood Rd Rockville MD 20855 (1-349 SN280395)

Detonse Supply Conter Columbus, PO BX 16595, DSCC-PBAB

Columbus, OH 43216-6595 4-VALVE, CHECK. COPPER ALLOY BODY, NICKEL ALLOY SOL SPO75098-Q-1668 CNT SPO750-99-M-4109 AMT $97,100.36 LINE 0001 DTD 121498 TO Cla-Val CO Div of Griswold Industries 1701 Placentia St Costa Mesa CA 92627-4475 (1-349 SN280478)

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

Suite 12; Kelly AFB, TX 78241-8419 66-LIQUID QTY, INDICATOR-RE:FD20509923553 POC GREMMER / 210-925-7751 CNT F4160897007790005 AMT $139,660.00 LINE 0001 NOTD 121198 TO SIMMONDS PRECISION 100 PANTON RD VERGENNES VT 05491

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

ANNETTE. GREMMER@LDGATE I.KELLY AF MIL Send E-Mail to the POC D-349 SN280580)

National Institutes of Health, Office of Procurement Management,

6011 Executive Blvd., Rockville, Maryland 20892-7260 99— FURNISH BOTTLED WATER AND RELATED SERVICES TO THE NATIONAL INSTITUES OF HEALTH DURING THE PERIOD 3/10/99 THROUGH 3/9/2000 WITH FOUR 12-MONTH OPTION PERIODS. POC Catherine Hiltner, Contracting Officer, (301) 402-3063 CNT 263-99-D-0011 AMT $69.222.00 DID 121598 10 ionics, Inc. t/a aqua cool, 8280 Patuxent Range Road, Jessup, MD 20794 (W-349 SN280526)

REQUEST FOR INFORMATION 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) formaVinformal agreements, etc. Products Do you supply single industrial product lines or multiple products such as fasteners, o-rings & 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 a Hard to obtain items (limited sources) a long lead items a Items with special manufacturing processes and or quality requirements Distribution What are your routine delivery timelines? How would you satisły 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, o How are minimum orders determined? Example: By type of item. How packaged a In general, what are your minimum ordering requirements? (W-349 SN280224)

General Services Administration, Federal Supply Service (FSS), General Products Conter (7FX), 819 Taylor Street, Room 6A24,

Fort Worth, TX, 76102 73 FOOD SERVICE EQUIPMENT POC JOAnn Stanley, Contracting Officer, hone (817) 978-2505, Fax (817) 978-8672, Email joann NT GS075-0112) AMT $125000 LINE 302-8 DID 121598 TO Trak. 1, Inc. 7006-B South Alton Way Englewood, CO 80112

http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode:A&ProjtD=GS07F JIZI&LocID=3 Visit this URL for the latest information about this rice JoAnn Stanley (0-349 SN280343)

ABERDEEN PROVING GROUNDS AND FORT BELVOIR/CECOM IT EXPOSITIONS Aberdeen Proving Grounds Technology Expo On Wednesday, January 27, 1999, Aberdeen Proving Grounds will be hosting a Winter Technology Expo on site from 10.00 am -200p.m. Scientists, Engineers, and Research Personnel will be attending looking for the latest technological advances. APG, IS a High Tech Research, Development and Testing Facility. Due to the high quality of personnel here we are expecting better than average attendance. VIC, Internet, Imaging. UNIX, Data Acquisition. Telecommunications, LCD panels, Anti-Virus Software, Workstations, CAD/CAM/CAE and LAN/WAN are just a sample of the technologies of interest, Fort Belvoir/CECOM Technology Expo On Thursday, January 28, 1999, Fort Belvou/CECOM will be hosting a Winter Technology Expo on site from 10:00am-2.00pm. All Scientists, Engineers, and Research Personnel on-site will be invited to the see latest technological advances, Due to the large number of tenants at St. Belvoir, better than average attendance is expected. LAN/WAN, Laptops. Notebooks, Communications Equipment, High End Workstations, Computer Aided Design, Artificial Intelligence, Real Time, Project Management and Presentation Systems are just a sample of the requested technologies Don't miss the opportunity to be face to face with the decision makers at these two high tech locations!! For further information on exhibiting this show, please contact Aniela Solecki at (888) 603-8899 ext229 or e-mail Don't forget to VISIT our

web sight. WWW.ncslevents.com

http://www.ncsievents.com NCSI Aniela Solecki (W-348 SN280171)

General Services Administration, Federal Supply Service (FSS).
General Products Conter (7FX), 819 Taylor Street, Room 6A24,

Fort Worth, TX, 76102 73-FOOD SERVICE EQUIPMENT POC JOAnn Stanley. Contracting Officer, one (817) 978-2505, fax (817) 978-8672. Email I GS07F0114) AMI $125000 LINE 302-66 DID 121598 10 Prepack ale & Printer Company 617 Manor Brook Drive Silver Spring, MD 905 http://eps.arnet.gov/cgi-bin/WebObjects/ S?ACode=A&ProjID=6507F0114)&locID=3 Visit this URL for the latest ormation about this notice joann JoAnn Stanley (D-349 SN 280436)

SPECIAL NOTICE 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 10 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 DILNet is limited to quality suppliers of industrial fasteners and hardware (Federal Supply Group (FSG 53), e. 8., screws, bolts, studs, nuts, washers, nails, keys, rings, pins, rivets, o-rings, and other fastening 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, send email to: jmoseley@disc dla mil or visit our web site http:/www.disc.dla.mil/dilnet. (W-349 SN280225)

Cleaning Equipment and Supplies

Detonse General Supply Center, 8000 Jeff Davis Hwy., Richmond,

VA 23297-5312 19_CLEANING, VENTILATION DUCT, PORTABLE SOL SP0450-99-019 CNT SP0450-99-M-A251 AMT $92,694.00 LINE 0001 DID 121598

Tomlinson Group LLC 5330 Derry Ave Suite 0 Agoura Hills CA 01-4500 (1-349 SN280277)

SPECIAL NOTICE SPECIAL NOTICE FOR COMMERCE BUSINESS DAILY The following schedule identifies the reassignment of some Federal Supply Classes (FSC's) from the Defense Supply Center Richmond to the Defense Industrial Supply Center (DISC) Philadelphia. Management of these FSC's will commence at the Defense Industrial Supply Center, 700 Robbins Avenue, Philadelphia, PA19111-5096 starting on the Effective Transfer Date (ETD) of January 1, 1999. FSC's 8105, 8115, 8135, 8145 are assigned to DISC-H, point of contact is Kevin Light (215)6973065 FSC's 7105 and 7110 are assigned to DISC-V. point of contact is Pat Savini (215)697-2325 FSC's 7125 and 7195 are assigned to DISC-W, point of contact is Trudy Regan 215)697-6963 Additional information about DISC, the EBB. and the OLA Federal Stock Class Transfer is also available on DISC's Home Page on the World Wide Web. To access the Home Page, use your www browser and the following Unified Resource

Locator (URL): http://www.disc.dla.mil. (W-349 SN280226)

Fuels, Lubricants, Oils, and Waxes

Defense General Supply Conter, 8000 Jett Davis Hwy., Richmond, VA 23297-5312 1-LUBRICATING OIL, PRESERVATIVE, CORROSION SOL SP0450-99206 CNT SP0450-99-M-8042 AMT $25,742.50 LINE 0001 THROUGH 2 DID 121498 10 Emultec Industrial Products Inc 1150 Hayden uite 100 Carrollton TX 75006 (1-349 SN 280269)

REQUEST FOR INFORMATION SUBJECT: REQUEST FOR INFORMATION PSN # 99RFIOI THE DEFENSE INDUSTRIAL SUPPLY CENTER IS INTENDING TO ISSUE A SOLICITATION FOR AN ESTIMATED 4000-5000 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 WESTERN 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, DVD (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 DEUVERY. (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 DEUVERY UMEFRAME 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 FEASIBIUTY 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 EFFECI, 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. TO SATISFY INDIVIDUAL CUSTOMER QUALITY REQUIREMENTS. THE CONTRACTING OFFICER 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: IT IS RECOMMENDED THAT ALL REQUESTS FOR ADDITIONAL INFORMATION BE ACCOMPANIED WITH A MAILING ADDRESS AS WELL AS AN EMAIL ADDRESS. PLEASE RESPOND BY C.O.B. 29 DECEMBER 1998 THE POC IS MS. ELAINE SEGAL WHO CAN BE REACHED AT 215697-9078. MAILING ADDRESS IS LISTED BELOW AS WELL EMAIL ADDRESS IS: FAX # (215)697-3630 OR MR. CUFTON MOORE BY TELEPHONE AT (215)697-1003, BY E-MAIL , OR BY FAX #(215)697-3630. Defense Industrial Supply Center (DISC) 700 Robbins Ave. Philadelphia, Pa. 19111 ALIN: Elaine SegaV/DISC-APC (W349 SN280223)

Nonmetallic Fabricated Materials

Defense General Supply Center, 8000 Jeff Davis Hwy., Richmond, VA 23297-5312 - TUBE, PLASTIC, SPIRAL WRAP SOL SP0490-99-Q-M044 CNT 90-99-M-N577 AMT $29.957.50 LINE 0002 DID 121498 10 Newman

Corp 24 tioga Way P.O.Box 615 marblehead MA 01945-1575 SN280356)

MODELING AND SIMULATION/MISSION PLANNING CONFERENCE The AOC will sponsor an unclassified Modeling and Simulation/Mission Planning Conference on February 17-18, 1999 at the Holiday Inn Select Hotel, Orlando, Florida. The goal of the conterence will be to provide a forum for informing the EW/C41 community of the latest modeling and simulation mission planning technologies, as well as recent trends, developments and challenges to industry. The invited keynote speaker is Jeb Bush, Governor-elect of Florida who will discuss the importance of Central Florida and the Center of Modeling and Simulation. The conference agenda will be split with Day One focusing on issues and topics covering Modeling and Simulation initiatives. Day Two will be devoted to Mission Planning and Rehearsal. Conference topics will include indepth briefings from the Army's Simulation, Training and Instrumentation Command (STRICOM), the Naval Air Warlare Center Training Systems Division, the Air Force Agency for Modeling and Simulation (AFAMS) and the University of Central Florida. In addition, two topics of major interest to both industry and the Department of Defense will be briefed. The first paper, entitled C2W Weapons Systems Analysis of Alternative Modeling and Simulation Challenges, will be presented by the EA6B Requirements Officer CDR Michael Collins, USN. The second paper will be the first brieling addressing the results of the AOC Phase Il Modeling and Simulation Study. This study brought together the four user communities (testing. OPS/Intel, training/education and acquisition) to answer the question: what are the most important issues relevant to the credibility of the use of modeling and simulation in EW applications. The five key issues addressed were: appropriate application to modeling and simulation; data availability and use; analysts qualifications; model hierarchies and standards for model use beyond V&V. The program will also include briefings on: Joint Simulation System

ational Park Service, Harpers Ferry Center, Office of Procurement, 2.0. Box 50, Taylor Street, Harpers Ferry, West Virginia 25425050 -12 POC BEVERLY RINALDI-ALT, CONTRACT SPECIALIST, (304) 237 CNT 1443-CX-1100-99-001 AMT INDEFINITE LINE NA DID 8 TO Imation Enterprises Corp., 1425 Parkway Drive, Menomonie, sin 54751 (W-349 SN280461)


Page 25

(SIMS) Enterprise AIT; Simulation and the Fleet; Requirements for Training Intelligence XXI, echelon above corps to brigade and the First Digitized Division Battle Command Training. In addition, CW4 Michael Durant from the 160th Special Operations Aviation Regiment (Airborne) will give a special briefing on "A Soldier's Perspective of Mission Planning Rehearsal“ where he will discuss the Black Hawk Down incident in Mogadishu, Somalia. Most importantly, a key topic that will be addressed throughout the conference, will be specific and focused challenges to industry for both modeling and simulation and mission planning. Featured speakers will include MG John Thomas, USA, Commander, US Army Intelligence Center and School and the Executive Director of the National Simulation Center. The scope of this conference will include presentations by both government and industry alike. This is a conference and an opportunity not only to hear from the tri-service agencies responsible for the conference topics, but also to visit their respective organizations in the local area. Representatives from each of the agencies will outline a number of technology problems and issues facing current and future acquisitions. Finally, the local Citrus Crows Chapter will be hosting a golf tournament on Friday the 19th of February. Roger Lennox is organizing the tournament and he can be reached at (407) 281-6197. For further information call the AOC convention department at (703) 549-1600.

N/A N/A
N/A N/A (D-349 SN280315)

***************3-DIGIT 100

* A CO NY PU188N DS 408AF NY PUBLIC LIBRARY

* LENOX BRANCH 188 MADISON AVENUE NEW YORK

NY 10016 IVINILCU VIV 12-1090

Y-FAMILY HOUSING PRIVATIZATION INITIATIVE, SOUTH TEXAS AREA, NAVAL AIR STATION, CORPUS CHRISTI, TX. The Department of the Navy is soliciting proposals from qualified parties interested in entering into a Limited Partnership Agreement with the United States Navy to construct housing for the South Texas Region under new legislative authority found in P.L. 104-106 110 Stat. 186 Section 2801, The Limited Partnership Agreement for these family housing developments will include: privatization of 539 existing units at Naval Air Station (NAS) Corpus Christi including related improvements, and land for the construction of up to 160 new units and the demolition and replacement of 72 units. An additional 14 historic units will either be demolished or revitalized pending consultation with the State Historic Preservation Officer (SHPO). The privatized units will be conveyed to the Entity by transfer of title for nominal consideration. At the end of the term, the Entity will be required to transfer title of all infrastructure and improvements then existing to the Department of the Navy (DON). DON will provide the underlying land via a nominal consideration longterm lease (50 years minimum). Two hundred units are planned to be constructed on private land at near Ingleside, 73 new units and 12 to 87 replacement units are planned to be sited on Government land at Corpus Christi. The successful Offeror will own, operate, mange and maintain the existing inventory of DON-owned family housing (539 units) and any additional units constructed, including site infrastructure, for a term of 50 years.; design, finance and construct needed renovations to 350 units of existing inventory; and design, finance, and construct 160 new units on DON-provided land and 200 on developer- provided land. The rent structure will be in accordance the Basis Allowance for Housing (BAH). The Navy's estimates making an initial equity investment of $25.6M in the project. The procurement will be conducted by the Commanding Officer, Southern Division, Naval Facilities Engineering Command, Charleston, SC utilizing a "Best Value“ process. In Step I Request for Qualifications (RFQ), interested investors/developers/teams are requested to submit a Statement of Qualification (SOQ) describing their demonstrated ability to successfully design, finance, construct, own, operate, maintain and professionally manage the kind of housing project which meets the needs of Naval Air Station Corpus Christi and Naval Station Ingleside. IX. Based on its evaluation, the Navy will issue the Step 2 Request for Proposals (RFP) to not more than four (4) investors/developers/teams judged best qualified. THE STATEMENT OF QUALIFICATIONS (S00) WILL BE DUE ON 25 JANUARY 1999 AT 2:00 PM LOCAL TIME. The SOQ should provide the following information: (1)Vision Statement, (2) Site Description and Control, (3)Statement of Organization Team Composition, (4) Summary of Development Qualifications, Experience and Past Performance, (5)Summary of Operations and Management Qualifications. Experience and Past Performance, (6) Summary of Qualifications. Experience and Past Performance of Key Project Participants, and (7)Financial Information. This solicitation will be conducted in accordance with the terms and conditions contained in Section 2801 of the 1998 National Defense Authorization Act for Fiscal Year 1996. Public Law 104-106,110 Stat. 186 (10 V.S.C. 28712885). Copies of the Request for Proposal (RFP) will be available by written requests only on or about 30 December 1998. There is a $15.00 non-refundable charge for a copy of the RIP. WHEN REQUESTING THE REP, PLEASE REQUEST Solicitation No. N62467-99-R-0869. No telephone orders for the RFP will be accepted; however, it problems arise concerning your request, call Ronnie Mitchum al 843/743-4040, Ext. 18. To order, you may charge to a Visa, Master Card, or Discover Credit Card or make company check payable to: "Superintendent of Documents and send to: DEFENSE PRINTING SERVICE DETACHMENT OFFICE, ATTN: RONNIE MITCHUM, SUITE "B", 2825 AVENUE "D", NORTH CHARLESTON, SC 29408-1802. To obtain Plan Holders List, a list of all parties which have requested a copy of the RFP, fax your request to 843/743-3027. Plan Holders List will be mailed. For inquiries about date for receipt of proposals or number of amendments: contact Susan Clark al 843/820-5775. Technical Inquiries prior to Receipt of Proposals MUST be submitted in writing to Southern Division or faxed to 843/ 820-5853. Alin: Candice Borden, Code 0212CB (email: ). (W-349 SN280338)

Y-FAMILY HOUSING PRIVATIZATION INITIATIVE, KINGSVILLE, TEXAS AREA. The Department of the Navy is soliciting proposals from qualified parties interested in entering into a Limited Partnership Agreement with the United States Navy to construct housing for Naval Air Station, Kingsville, TX under new legislative authority found in P.L. 104-106 110 Stat. 186 Section 2801. The successful Offeror will design, finance, construct, own, operate, and maintain 150 or more new housing units for a minimum period of 10 years with an option for 5 additional years. The family housing development will include 150 or more good quality energy efficient, affordable units which will be available to active duty military personnel stationed at Naval Air Station Kingsville on a right of first refusal basis. The development will be located on privately owned land near Naval Air Station, Kingsville, TX. The developer will provide land for the housing. To ensure the availability of these units at total shelter costs which do not exceed individual members' Basis Allowance for Housing, the limited partnership agreement will include provisions for differential lease payments by the Navy estimates making an initial investment of $4.3M in the project, with additional participation through differential lease payments. The total cost of the Navy's participation in the project, including the initial equity investment and any future differential lease payments will not exceed $6.7M. The procurement will be conducted by the Commanding Officer, Southern Division, Naval Facilities Engineering Command, Charleston, SC utilizing a "Best Value“ process. In Step 1 Request for Qualifications (RFQ), interested investors/developers/teams are requested to submit a Statement of Qualification (SOQ) describing their demonstrated ability to successfully design, finance, construct, own, operate, maintain and professionally manage the kind of housing project which meets the needs of Naval Air Station Kingsville, TX. Based on its evaluation, the Navy will issue the Step 2 Request for Proposals (RFP) to not more than four (4) investors/developers/teams judged best qualified. THE STATEMENT OF QUALIFICATIONS (SOQ) WILL BE DUE ON 25 JANUARY 1999 AT 2:00 PM LOCAL TIME. The SOQ should provide the following information: (1)Vision Statement, (2)Site Description and Control, (3)Statement of Organization Team Composition (4)Summary of Development Qualifications, (5)Summary of Operations and Management Qualifications, Experience and Past Performance, (6)Summary of Qualifications, Experience and Past Performance of Key Project Participants, and (7) Financial Information. This solicitation will be conducted in accordance with the terms and conditions contained Section 2801 of the 1998 National Defense Authorization Act for Fiscal Year 1996. Public Law 104-106,110 Stat. 186 (10 U.S.C. 2871-2885). Copies of the Request for Proposal (RFP) will be available by written requests only on or about 30 December 1998. There is a $15.00 non-refundable charge for a copy of the RFP. WHEN REQUESTING THE REP, PLEASE REQUEST Solicitation No. N62467-99-R-0885. No telephone orders for the RFP will be accepted; however, if problems arise concerning your request, cail Ronnie Mitchum at 843/743-4040, Ext. 18. To order, you may use a Visa, Master Card, or Discover Credit Card or make company check payable to: "Superintendent of Documents and send to: DEFENSE PRINTING SERVICE DETACHMENT OFFICE, ATTN: RONNIE MITCHUM, SUITE "B", 2825 AVENUE "D", NORTH CHARLESTON, SC 29408-1802. To obtain Plan Holders List a list of all parties which have requested a copy of the RIP, lax your request to 843/743-3027. Plan Holders list will be mailed. For inquiries about date for receipt of proposals or number of amendments; contact Susan Clark at 843/820-5775. Technical Inquiries prior to Receipt of Proposals MUST be submitted in writing to Southern Division or fared to 843/820-5853, Attn: Candice Borden, Code 0212CB (email: navy.mil). (W-349 SN280344)

A-COMMERCIAL OPERATIONS AND SUPPORT SAYINGS VTT (COSSI) THIS IS A PROGRAM DESCRIPTION AND CALL FOR PROMPSC This is an extension of the deadline for proposals that wil the Army through the insertion of commercial technology to in Army system in order to reduce its Operations and Sepport costs. The new deadline for submission is 4:00 PM Eastern $ Time, 29 January 1999. The COSSi program descriptson, address for submittal, remains the same. However, the entersen 1x only to projects intended for the U.S. Army. Modifications proposals concerning Army systems that have already been born to COSSI will also be accepted it received prior to the menta The Army has approximately $16 million to support this eft Commercial Operations and Support Savings Initiative (COST? joint program of the Army, Navy, and Air Force, and is adhat by a joint program office. This announcement seeks proptual firms with a concept for inserting commercial technologies military system for the purpose of lowering that system's 083 COSSI's mission is to develop and test a method for reducing Department of Defense (DOD) O&$ costs by routinely inserting commerce ** into fielded military systems. The insertion of commerta ** expected to reduce 0&S costs by reducing the costs and maintenance, reducing the need for specialized equipment reliability, and increasing the efficiency of subsystems. Citesti two stage program. The first stage is the cost-shared atau development and testing of a prototype based on a coeren The second stage is the acquisition and installation of the FREE into a fielded military system. Proposals should be a clean T* of your COSSI idea what you intend to do and how the DoD money. Complete program information is included in terme entitled, Program Description for the Commercial Operations Secret (0&S) Savings Initiative. Announcement No. 98-17, dated Searney 3, 1998. You are strongly encouraged to obtain the document to understand the program and submit a meaningful papese may download this document from the INTERNET (http://m.asset es/dut) or request this document by phone: 1-800-102-1073, 1 mail addressed to: COSSI Program Office, 5203 Leesburg Pike in 1403, Falls Church, VA 22041, or by electronic mail: Isterne 0 MM, .

http://www.acq.osd.mil/es/dut Commercial Operations and Support Savings Initiative

(W-349 SN280609)

A daily list of U.S. Government procurement invitations, contract awards, subcontracting leads, sales of surplus property and foreign business opportunities

BUSINESS NEWS

ONLINE ACCESS TD THE COMMERCE BUSINESS DAILY IS NOW AVAILABLE CBD Netan official, state-of-the-act system is accessible 24 hours.d day and provides not only the current CBD listings, but also hotlinks to further documentation relating to the listings, as well as e-mail links to agency contracting officials. Easily searchable on the full text or fields, this database is accessible from your home, business, laptop, or Federal Depository Library PC. A searchable historical database of CBD fistings is also available. CBD Net is the product of an award-winning alliance between the U.S. Department of Commerce and the U.S. Government Printing Office. Commerce has management responsibility for the Commerce Business Daily and GPO provides the day-to-day operation of CBD Net through a collaborative effort of many GPO departments. Get acquainted with the new official online system today—og on to: http://cbdnet.access.gpo.gov. A special note to current subscribers to the CBD: The familiar paper version will continue to be available in an enhanced format.

Commercial Acquisition Department, Bldg 11, Naval Undersea Warfare Center Division, Newport, Code 59, Simonpietri Dr., Newport,

RI 02841-1708 A-ENGINEERING SERVICES FOR SUBMARINE COMBAT SYSTEM TRAIN- ERS SOL N66604-99-R-0097 DUE 020199 POC N. Howard, Contract Negotiator at (401) 832-1545; N. Palmisciano. Contracting Officer at

(401) 832-1708; FAX (401) 832-4820. Engineering and Technical support


services for the Submarine Combat System Trainers. An Indefinite Delivery/
Indefinite Quantity type contract with Cost Plus Fixed Fee provisions
is anticipated. The estimated level of Effort is 80,000 man-hours.
Minim number of key personnel per category: Program Manager, Level II, (1); Test Engineer, Level II (1); and Systems Engineer, Level

III (2). Additional personnel required: Test Engineer, Level I (2); Configura-

tion Management Specialist, Level 11 (1); Configuration Management

Specialist, Level 1 (1); Systems Engineer, Level 1, (1); and Word Processor,


Level I (2). Period of Performance is five years. Clearance to the
SECRET level is required. This is follow-on to N66604-94-D-C407 which
was competitively awarded to Analytical Systems Engineering Corp.
Burlington, MA. Evaluation criteria in descending order of importance
are Technical Capability and Cost. Award will be made on the basis
of "Best Value“. Multiple awards will be considered. Oral presentations
may be required. The solicitation will be released full and open competition.
SIC code 8711. Estimated release date is 30 DEC. 98. Anticipated
award date is May 1999. Our department no longer issues solicitations
or amendments in paper form. tead, they may be accessed at
our web site http://www.npt.nuwc.navy.mil/contracts. We also provide
electronic access in our Bid Room.

http://www.npt.nuwc.navy.mil/contract/ NAVAL UNDERSEA WARFARE CENTER DIVISION, NEWPORT

Nancy Howard, Contract Negotiator (W350 SN280782)

U.S. GOVERNMENT PROCUREMENTS

The Commerce Business Daily publishes, for Federal agencies, synopsis of proposed
contract actions that exceed $25,000 in value.

** $324 a year (Ist Class mailing) $275 a year (2nd Class mailing)

Month Trial Subscription: $162 (1st Class), $137.50 (2nd Class). Foreign Rate: $343.75 a year - $171.90 six months, plus Air Mail rátes Two year subscription available at above yearly rates.

A Research and Development

To Order. Send remittance with full mailing address to the Superintendent

of Documents, Government Printing Office, Washington, DC 20402-9371, Tel. 202/512-1800 or fax 202/512-2233. Purchase order must be accompanied by payment. Make check payable to Superintendent of Documents, Visa or Master Card are acceptable. Allow approximately 6 weeks for delivery of first issue.

Service problems.-Call Superintendent of Documents. Government Printing
Office: Washington, DC, Tel. 202/512-1806

Commanding Officer, NAVFACCO Bldg 41 Code 27, NCBC 1000

23rd Ave, Port Hueneme, CA 93043-4301 ACARBON FIBER REINFORCED PLASTIC FOR WATERFRONT INFRA- STRUCTURE SOL N47408-99-R-M002 DUE 063099 POC Dr. Javier Malvar, NFESC Code 63, ph. 805-982-1447 Email Naval

Facilities Contracts Office, Code 27, Naval Construction Battalion Center,

Port Hueneme, CA 93043-5000 A-CARBON FIBER REINFORCED PLASTIC

FOR WATERFRONT INFRASTRUCTURE REINFORCEMENTS POC Javier Malvar,


NFESC Code 63, (805) 982-1447, Fax (805) 982-1074. The Government
is seeking technical information and sources which may or may not
lead to procurement of carbon fiber reinforced plastic reinforcement
materials for Navy waterfront reinforced concrete infrastructure. Materials
of interest include only carbon fiber plastic composites in the form
of rods, bars, or tendons, with significant surface deformations to
provide adequate bond to the concrete. Seven-strand tendons typically
possess sufficient surface deformations. Only materials with sufficient
experimental characterization will be considered, including at least knowl-
edge of the density. tensile strength, and modulus of elasticity. Interested
parties must provide sufficient technical literature for in-house evaluation
of the material capabilities. Closing date is 30 June 1999. All information
material shall be forwarded at no cost to the Government. This notice
is not a request for proposals and no contract will be awarded solely
on the basis of the responses hereto, or any follow-up information subsequently solicited. (W-349 SN280680)

National Institutes of Health, Division of Research Contracts, OCM/ ONOD, 6100 Executive Blvd., MSC 7540, Room 6E01, Bethesda,

Maryland 20892-7540 ADEVELOPMENT AND MAINTENANCE OF A CRYOPRESERVED EMBRYO

BANK SOL NIH-AG-99-07 DUE 022699 POC Teresa A. Baughman, Contract-


ing Officer, (301) 496-4487 The National Institute on Aging (NIA),
National Institutes of Health (NIH) has a sequirement, to establish
and maintain a cryopreserved embryo bank of genetically defined labora-
tory rats and mice derived from the NIA colonies of aged rats and
mice, which can be used to re-establish any particular strain it necessary.
Prior to the cessation of entry of animals into each established NIA
aging rodent colony, breeder males and females or pregnant female
foundation stock will be sent to the Contractor for expansion to yield
sufficient number of potential embryo donors. The Contractor should
have documented successful experience in the operation of a high
quality breeding facility. as well as in the reconstitution of mouse
and rat strains from cryopreserved embryos, to include collection, freezing,
thawing, and transfer of murine embryos to pseudopregnant females.
The Contractor should have sufficient space to maintain an animal

Expiration. Subscriptions expire one year from the date of the first issue. One expiration notice is about 90 days before expiration dale,

Address Changes. Send to Superintendent of Documents, Government
Printing Office, Washington, DC 20402-9373, with entire mailing label Arom last issue received.

colony, a cryopreservation laboratory, a repository, plus appropriate service, security, femperature alarm systems and electrical supply. A five year cost reimbursement type contract is anticipated. THE SOLICITATION WILL BE AVAILABLE ELECTRONICALLY ONLY. It will be available on the following website: http://ocm.od.nih.gov/drc/sip.htm on or about January 9, 1999. OFFERORS ARE RESPONSIBLE FOR ROUTINELY CHECKING THIS WEBSITE FOR ANY POSSIBLE SOLICITATION AMENDMENTS THAT MAY BE ISSUED. NO INDIVIDUAL NOTIFICATION OF ANY AMENDMENTS WILL BE PROVIDED. All responsible sources may submit a proposal which shall be considered. No collect calls will be accepted. See Numbered Note 26.

http://ocm.od.nih.gov/drc/ifp.htm Click here to download a copy of the RFP.

Click here to contact the Contracting Officer via email. (W-350 SN280789)

NASA/Goddard Space Flight Center, NASA Headquarters Acquisition

Branch, Code 210.1, Groenbelt, MD 20771 A-RESEARCH OPPORTUNITIES IN SPACE LIFE SCIENCES: ADVANCED HUMAN SUPPORT TECHNOLOGY SOL NRA-99-HEDS-01 DUE 041599 POC Guy Fogleman, Mgr Environmental Sys., Phone (202) 358-2217, Fax (202) 358-4168, Email gł Research Opportunities in Space Life Sciences: Advanced Human Support Technology NASA Research Announcement (NRA): The National Aeronautics and Space Administration (NASA) Life Sciences Division solicits proposals for research investigations in support of Research Opportunities in Space Life Sciences. This announcement is specific to the Advanced Human Support Technology (AHST) Program within the Life Sciences Division. The AHST Program includes the following three elements: Advanced Life Support, Advanced Environmental Monitoring and Control, and Space Human Factors Engineering. A separate solicitation for the Gravitational Biology and Biomedical Research and Countermeasures Programs will be available mid-1999. Proposals requested by this announcement may be for ground-based research investigations, and limited types of space- flight experiments designed for the Shuttle middeck or for the earliest phase of utilization of the International Space Station. This solicitation is open to U.S. and foreign proposers in all categories of governmental and private sector organizations, agencies, and institutions. It will be open for the period through April 15, 1999; proposals may be submitted at any time throughout the period. This solicitation will be available electronically via the Internet at http://peer l.idi.usra.edu/ after January 15, 1999. Paper copies of the Announcement are available after January 15, 1999 to those who do not have access to the Internet by calling 202-358-4180 and leaving a voice mail message. Please leave your full name, address with zip code and telephone number with area code. The technical point of contact for this effort is: Dr. Guy Fogleman, Life Sciences Division, Code UL, NASA Headquarters. Washington, DC 20546. This notice constitutes a NASA Research Announcement as contemplated in FAR 6.102 (d) (2). Proposal due date is April 15, 1999.

http://nais.nasa.gov/EPS/HQ/date.html#NRA-99-HEDS-01 Click here for the latest information about this notice

gł Guy Fogleman (D-350 $N280794)

The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (VS) Ballistic Missile Technology Demonstration program office is interested in receiving technical proposals on research to advance and demonstrate the use of technologies for ballistic missile technology programs. Proposals with new or creative

research or development solutions for the use of technology demonstrations which enhance the state-of-the-art and scientific knowledge in this field are solicited. AWARD OF CONTRACIS IS SUBJECT TO AVAILABILITY OF FUNDING Consequently, it is imperative that ALL potential offerors contact the appropriate technical point of contact PRIOR to comantting resources to preparing a proposal in response to this Program Resource Development Announcement (PRDA). Refer to section C, Proposal Preparation Instructions for proposal submittal dates FREQUIREMENTS: The Ballistic Missile Technology Demonstration proposals are desired in all facets of ballistic missile technologies, as discussed below, including: precision strike of buried targets, missile component reclamation systems, missile surveillance testing, global positioning system receivers with anti-jam capability designed for ballistic missile use, and aero shell materials for reentry vehicles. Proposals, which either enable future ballistic system modernization to demonstrate and meet performance, reliability, maintainability, supportability, and affordability goals, or which enhance performance or significantly reduce cost, schedule, or risk of existing technologies, are of interest. Area 1-Precision strike of buried hard targets. Several technologies are being advanced to achieve delivery of a conventional weapon from an ICBM. The key is to update guidance information after the reentry vehicle reenters the atmosphere and comes out of the super heated plasma developed by air friction. As the reentry vehicle slows down, the plasma dissipates and allows radio communication with systems like the global positioning system to occur. This again makes possible an update to the guidance information and enables precision strike. For weapons technology. current penetrator weapons are available for speeds up to 2,500 ft/s. Proposals in this area should address how to deliver, from a conventional ICBM, penetrator weapons at speeds from 4,000 to 6,000 ft/s (1,220 to 1830 m/s) with accuracy of a CEP (Circular Error Probable) of less than 33 ft (10 m). Proposals for new concepts in high & penetrator instrumentation (including areas such as non-volatile memory, recording devices, and sensors), Smart fuzing. & tolerant explosives, and penetrator materials and high 8 mechanical and packaging designs are being solicited, Proposal should carry the concepts through the design, development and demonstration phases. Area 2–Missile component reclamation systems. Efforts in this area would extend the resource recovery and recycle closed loop Class 1.3 propellant reclamation technology to class 1.1 propellants. Proposals should address how this technology may be extended, including tests and demonstrations of the proposed methods. Area 3–Missile aging and surveillance testing. New testing methods are needed to monitor aging and surveillance of existing missile systems as the useful period for deployment of these systems is extended significantly beyond original intention. This effort will apply new methodology to continued surveillance of fielded systems to ensure national readiness Area 4- Global Positioning System (GPS) receivers with anti-jam capability. Current efforts have tested potential receivers at sub-orbital speeds and environments. Little has been done to develop an anti-jam system. Proposals are sought which would extend the development to ICBM orbital speeds and environments with anti-jam capability and demonstrate these in missile environments. Area 5—Aero shell materials. New materials and heat control systems are needed for the conventional ballistic missile weapon and common high-speed aero vehicles. These vehicles glide through the atmosphere and in a flight path designed to slow the vehicles, change direction of path and hit a target precisely. Under these conditions, the aero shell material will undergo more ablation under increased deceleration loads, but still provide a protected, heat controlled, environment. Proposals are sought to develop and test these materials. C-PROPOSAL PREPARATION INSTRUCTIONS: The Ballistic Missile Technology Demonstration PRDA proposals for Areas I, 2, 3, 4 and 5 are due by 10 March 1999. Estimate 1 man-year of effort total for each area. Technical point of contact: AFRLNSDD, Dr Rodney G. Galloway, 505-846-7207,

505-846-5589, email: . TECHNICAL PROPOSAL shall address the following sections. (1) Executive Summary, (2) Program Description, (3) Program Plan, (4) Statement of Work (SOW) and Milestone Chart, (5) Facilities and Equipment description. (6) Description of Relevant Prior Work, 17) Management Plan, and (8) Resumes of Key Individuals. The following information describes what should be addressed in the technical proposal. Under Section (1) Executive Summary: Include a description of the proposed program, objectives, approach, and end product addressing any of the technical areas. The information should be innovative fielding new ideas in addressing any of the five technical areas. Under Section (2) Program Description: Describe the ideas which are going to be addressed in this proposal, how these ideas are innovative, and how this will be beneficial to the Air Force in terms of new and innovative technologies. Under Section (3) Program Plan: Describe in detail the proposed Program Plan to address the approach planned and how the plan will be executed. This section should include all technical aspects and how the approach will be executed to come to a solution of the task areas. If additional options are proposed, include the key factors or data needed to proceed to the next phase. Under Section (4) Statement of Work and Milestone Chart Description: Under this section the proposal shall also include a Statement of Work detailing the technical tasks to be accomplished under the proposed effort and be suitable for contract incorporation (no proprietary legends). Milestones should indicate when specific objectives have been met in the overall schedule of the lask. Milestones should be specifically indicated in order to proceed to the next task. Under Section (5) Facilities and Equipment Description: Include a description of the facilities which can be used in terms of security classification levels, computational systems, testing facilities, and any specialized equipment. Under Section (6) Description of Relevant Prior Work: Include a list of both in-house efforts funded by internal research funds and contracts funded by

others. Include a list of the principal investigator, title of effort, contract number, brief summary of results, and a point-of-contact with the funding organization. Under Section (1) Management Plao.

Address any major areas of risk including schedule, cost, or technical cemponents. Describe the methods or procedures within the organizatoared

to monitor progress and reassign resources. Under Section () Resumes of Key Individuals: Include brief summaries of resumes treierast

key individuals including any consultants of subcontractors it might be proposed. The technical proposal shall be limited to pages (12 pitch or larger type), double spaced. slogle-sided, 85 by 11 iach pages. The page limitation includes all information ie indices photographs, foldouts, appendices attachments, resumes atc. Margin

and Page Count. Use at least 1-inch margins on top ana-batton

and 1 inch side margins. The binding shall not impair legibility. Both

sides of paper may be used. Each printed side of an 8" Sheet counts as a page. Faldouts printed on one side only will be caented as 2 pages. Blank pages. fitte pages, table of contents, lists al figures lists of tables, tabs, cover sheets, or blank dividers are not included in the page count. The Government will only read and evaluate proposals up to the page limitation. Pages over the page limitation will be removed prior to evaluation. Use elite type size or equivalent (net smaller than 10 point vertical character height and not more than 12 characters, per inch). A ten-point proportional serif font is acceptabile, in which case characters per inch measurement does not apply. Typesetting or other techniques to reduce character size or spacing a not permitted. COST PROPOSAL: Cost proposals should be prepared in accordance with instructions entitled "BAA/PRDA Cost Proposal Preparation Instructions" at the AFRL Phillips Research Site contracting Bulletin Board web site, http://www.de.atri.at.mil/pk/index.htm. The cost informaTion, other than cost or pricing data, requested therein is necessary for the government to perform a cost realism analysis. GENERAL: Data deliverables, including a final report, shall be proposed that will adequately provide the government with sufficient information to ascertain the effectiveness of the offerors operations. Submit 'Technical and Cast proposals in separate volumes. Proposals shall be valid for a period of not less than 180 days after the due date. Proposals must reference the above PRDA number, include a contractor unique proposal identifica tion number, as well as identify the subject area of the proposa and the applicable AFRL Division. Unnecessarily elaborate broches or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposals shall be submittes or original and 5 copies with the original being clearly marked in sach a manner as to distinguish it from the copies. Proposals sal be submitted to Det 8 AFRUPKVI. Attn: MS Janice Olson, 2551 Marvel Ave SE, Building 592, Kirtland AFB NM 87117-5773. Do not send proposals to any other address or they may not be considered award. Proposals submitted by fax or e-mail will not be considered for award. This announcement is an expression of interest only and does not commit the government to pay for proposal preparation cost The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable expense to the nors bid and proposal indirect costs as specified in FAR 31.205-18 Firm Fixed Price or Firm Fixed Price Level Of Ellort term contracts & anticipated to be awarded. Proposals are to be submitted by the date specified for this proposal. Any proposal received after the speciel date may be evaluated dependant upon the availability of funds. Learts are expected to be made within 120 days of the cut off date. The Government reserves the right to award any resulting contract w to the Research and Development Standard Contract format in DRS 235.7003. To prepare its proposal and perform services mode contract, the contractor may require access to Militarily Critical Tecbecal Data whose export is restricted by US export control laws and regulations. After receipt and evaluation of proposals, the government will deterse whether the technology area will be subject to export control and regulations and the offerors will be requested to submit an approved DD Form 2345, Militarily Critical Technology Data Agreement, as a condition for award. Contact the Defense Logistics Service Center (DLSC. Federal Center, 74 North Washington, Battle Creek, Michigan 490154312, 1-800-352-3572 for further information on the certification and approval process. To be eligible to receive an award, a firm is required to be registered in the DoD Central Contractor Registration Database prior to award of any contract, basic agreement, basic ordering agreement or blanket purchase agreement, for awards based on solicitations issued after 31 May 98. Firms must register on a one-time basis an amuary confirm 'accuracy and completeness of registration information Ether the CAGE code or a DUNS number will be used to identity the contratar to the paying office. The Government does not intend that Federaly Funded Research and Development Centers (FFRDCs) use privileged information or access to facilities to compete with the private sector If a contractor proposes using an FFRDC as a subcontractor, cibe than DoD-sponsored FFRDCs, in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. The contractor's proposal must also demonstrate that the FERDC can accept work from other than the sponsor. Each proposal shall reflect the potential for commercial appic tion and the benefits expected to accrue from this commercial aten Discussions with any of the points of contact shall not constituts a commitment by the Government to subsequently fund e award a proposed effort. Only Contracting Officers are legalty authorized to commit the government Offerors must mark their proposals with the restrictive language stated in FAR 15.609(a). foreign-owned forms zi advised that they may be precluded from becoming a prime coatracts Contract awards are anticipated to be unclassified. For the purposes of this PRDA the business size standard is 1000 employees, SC 873] All forms submitting responses must reference this announcement and indicate whether they are, or are not, a small business. a swi and economically disadvantaged business, an 8(a) firm, a woman-arted

U.S. Environmental Protection Agency, Program Contract Service

Center (3803R), 401 M Street, SW, Washington, DC 20460-0001 AMINORITY BUSINESS ENTERPRISE/WOMEN OWNED BUSINESS ENTERPRISE FAIR SHARE TRAINING AND TECHNICAL ASSISTANCE" SOL RFQ-DC-99-00013 DUE 010899 POC Felicia M. Williams-No Phone Calls Accepted The U.S. Environmental Protection Agency (EPA) intends to award a firm fxed price contract to MASON TILLMAN Associates, LTD. 1111 Broadway, Suite 2130: Oakland, CA 94607. for professional technical assistance in the area of developing, evaluating. conducting and analyzing availability analyses and disparity studies. This technical assistance will help the EPA Grant recipients meet the newly established mandate in the Adarand decision which is new to the Federal government procurement process. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Agency encourages other potential vendors to submit quotations. Any contractor/vendor able to meet the requirement must demonstrate in writing by January 8, 1999, 2:30pm EST. You may E-mail the contracting official at . for a copy of the RFQDC-99-00013. Please include the following: Company Name; Address; Phone Number; Business Class; and E-mail Address. NO PHONE CALLS ACCEPTED. All questions must be addressed in writing and will be answered in writing. Quotes are due in writing no later than January 8, 1999, 2:30pm EST. Two copies of all quotations, should be delivered to the following address. (fax/e-mail copies will not be accepted): US EPA: 401 Street, SW; Mail Code 3803R; Bid and Proposal Room 6th Floor; Washington. DC 20460 Attn: Felicia M. Williams-HAND CARRY ADDRESS TO: 1300 Pennsylvania Avenue, NW; Bid and Proposal Room6th floor; Washington, DC 20003; Atta: Felicia M. Williams.

williams (W-350 SN 280809)

Phillips Laboratory, Directorate of Contracting. 2251 Maxwell Avenue

SE, Kirtland AFB, NM 87117-5773 ABALLISTIC MISSILE TECHNOLOGY PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT SOL PRDA-99-V101 DUE 031099 POC MS Karen Ralston, Contract Specialist (5051846-8501; MS Janice S. Olson, Contracting officer' (5051846-7601 A—INTRODUCTION: PRDA 99-VIOI

business, a historically black college or university, or a minority institution. 0-BASIS FOR AWARD: Evaluation will be in accordance with AFMC FARS 5335.016-90. Techoical proposals will be evaluated using the following factors in descending order of importance based on scientific Deer review: (i) demonstrated technical and scientific merit, () impact of successful development on the performance of space systems, (ii) leasibility of accomplishing tasks, (iv) qualifications, capabilities and experience of key personnel and past performance. Cost proposals will be evaluated using the following factors in descending order of importance. (1) completeness, reasonableness and realism, and (11) industry contribuhions. Technical considerations are more important than cost, although cost will be considered a significant factor. No further evaluation criteria I will be used in selecting the proposals. Subject to the availability 1 of funds, the Government reserves the right to select for award any. all. part, or none of the proposals received. Multiple awards may I be made. When requested. a debriefing will be provided IAW FAR | 15.506. A copy of each final report of any resultant contract will | be available, subject to national disclosure policy and regulations. EADDITIONAL INFORMATION: This PRDA will be posted on the AFRL Phillips Research Site Contracting Bulletin Board under the Phillips Research Site R&D Acquisitions--http://www.de.afri.af.mil/pWindex him. AFRL Phillips Research Contracting Bulletin Board POC is John Webb. Det 8 AFRLPKAX, 505-846-4457. An Ombudsman has been appointed to hear concerns from ofterors or potential offerors, primarily during the proposal development phase of this competitive, negotiated 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. Before contacting the Ombudsman, potential ofterors should first communicate with the Contracting Officer. In those instances where offerors cannot obtain resolution from the Contracting Othicer, They are invited to contact the AFRL Ombudsman at the Phillips Operating Location of the Air Force Research Laboratory (AFRL), Mr. Eugene DeWall, Det 8 AFRUPK, at 505-846-4979, at 2251 Maxwell Ave SE, Building 424, Kirtland AFB, NM 87117-5773. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process for contracting issues please contact either MS Karen Ralston, Det 8 AFRUPKVI, Contracting Specialist, at 505-846-8501; or MS Janice Olson. Det 8 AFRUPKUI, Contracting Officer, at 505-846-7601. email: mil. for technical issues, please contact either Dr. Sandra M. Slivinsky, AFRINSDD, at 505-846-7222, FAX 505-846-5589, email: mil; or Dr Rodney G. Galloway, AFRENSDO.

at 505-846-7207, FAX 505-846-5589, email: mil.

http://www.de.afrlar.mil/pk/index.html Phillips Research Site R&D Acquisitions List

or olsonj@plk. al.mil Click here to contact the contract specialist or contracting officer via e-mail. (W-350 SN280844)

of firm, size of business: average annual revenue for past 3 years and number of employees; ownership: whether they are large, small, small disadvantaged 8 (a), and or woman owned; number of years in business; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact-address and phone number). Technical questions should be directed to: William R. Jones at 757. 864-1789 or e-mail: william / . Procurement related questions should be directed to: Mary J. Corbitt at 757-864-2434 or e-mail: . Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". (INTERNET ONLY (commercial product definition)} This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to NASA Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681 no later than January 4. 1999. In responding reference SS299. Any referenced notes can be viewed

at the following URL: http://genesis.gsfc.nasa.gov/ nasanote.html.

http://nais.nasa.gov/EPS/L ARC/date.html#SS299 Click here for the latest information about this notice

M.J.CORBITI @larc.nasa.gov Mary J. Corbitt (D-349 SN280656)

ment systems, in protocol development for large multicenter studies. and interaction with clinical center investigators from multiple sites. The CCC must have regular commitment of a physician(s) with strong medical and scientific knowledge and experience in care and treatment of patients with emphysema. The Steering Committee will be composed of the principal investigator from each site, the clinical coordinating center and representatives from the NHLBI. The Steering Committee will meet three times in Phase Itwice a year in Phase H, and twice in Phase MI. An independent Data and Safety Monitoring Board appointed by the NHLBI will over see the safety of all research protocols. Only small business organizations as defined pursuant to Section 3 of the Small Business Act are asked to respond to this synopsis. This is not a request for proposals (REP) and the Government is not committed to award a contract pursuant to this announcement. Small business concerns that believe they possess the capabilities necessary to undertake this study should submit complete documentation of their capabilities. The capabilities statement forwarded in response to this synopsis shall include 1) the total number of employees involved; 2) the professional qualifications of physicians, scientists, and technical personnel in accordance with the above outlined requirements; 3) a description of general and specific facilities and equipment available, including computer equipment and software and 4) an outline of previous multi-center research projects in which the small business organization and the proposed personnel have participated and other information considered to be relevant to this program. The information provided must also establish the institution's status as a small business. Four (2) copies of the capabilities statement must be received at the address listed below fitteen (15) days from the publication date of this announcement. If this program is approved for implementation and it is determined to be a small business set aside, then a competitive RFP will be posted on the web.

NA NA

jd52g@nih gov Click here to contact the Contracting Officer via e-mail. (W-350 SN280823)

B Special Studies and Analyses-Not R&D

Commander, U.S. Army'Aviation and Missile Command, Acquisition Center, Research Development and Engineering Center, Redstone

Arsenal, AL 35898-5000 A-UPGRADE AND SUPPORT TO 31-EXISTING SILICON GRAPHICS WORKSTATIONS SOL RG9MGQ08D1D2 DUE 121898 POC Linda Madden, contract Specialist.256-876-5260, Marcia Tully,256-876-1351 It is the overnment intent to acquire on a sole source basis from Silicon raphics software maintenance on upgrade to the operating system End to provide support for 31 existing Silicon Graphicds Workstation, Il responsible may submit an ofter. See Note 22 (W-350 SN281027)

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

6100, MSC 7902, Bethesda, MD 20892 A-CLINICAL COORDINATING CENTER FOR FEASIBILITY STUDIES ON RETINOID TREATMENT IN EMPHYSEMA SOL NA DUE 123098 POC Ms. Joanne Deshler, (301) 435-0340 The National Heart, Lung, and Blood Institute is seeking to identity sources to serve as a Clinical Coordinating Center for Feasibility Studies on Retinoid Treatment in Emphysema, The overall objective of this research contract program is to conduct feasibility studies at 4-5 clinical centers on the use of retinoids in the treatment of emphysema. The specific objectives of the program are to identify optimal patient populations, retinoids, doses, dosing schedules, routes of administration, and outcome measures preparatory to conducting a larger, controlled, clinical trial on the efficacy of retinoid therapy in the management of emphysema, should such a study be indicated. This program will be conducted in three phases. During Phase 1 (6 Months), investigators will meet to discuss, critique, and assess the complementary aspects of their respective protocols, develop common definitions, standardize common procedures across centers, develop cooperatively common data reporting formats, and establish and train staff. During Phase II (up to 24 Months), each investigator will be expected to recruit, enroll, treat, and follow emphysema patients according to their protocol. Investigators will collect and forward data to the Clinical Coordinating Center (CCC). During Phase III (6 Months). investigators will interact with other study investigators and the Project Office in the preparation and writing of reports and manuscripts for publication and work with the CCC to provide data and related information necessary for data analysis. A clinical center awarded a contract (RIP NHLBI-HR-99-01) will execute its protocol according to the technical approach it has proposed, though clinical center contractors shall work collaboratively during Phase I to retine complementary aspects of their respective protocols, develop common definitions, consider common outcomes, standardize common procedures across centers, develop cooperatively common data reporting formats, and generally work so that the different studies are comparable and complementary. The CCC will be responsible for 1) assuming leadership in areas of statistical analyses, including sample size determinations, for each study and across studies; 2) participating in a cooperative effort with the other investigators in the formation of a Steering Committee, development of comparable and complementary protocols, development and testing of compatible reporting forms for each study, and development of the manual of operations; 3) preparing the agendas for, coordinating. and managing the meetings and calls of the Steening Committee, its subcommittees, and the Data and Safety Monitoring Board; 4) preparing and distributing minutes of Steering Committee meetings; 5) standardızing. printing, and distributing reporting forms, the study protocols, and manual of operations: 6) developing and establishing methods for data entry, data collection, and data transmission and training clinical center staff in these methods; 7) receiving, collecting, processing. storing, and analyzing data collected from the clinical centers; 8) assuring that data are forwarded in accordance with an established time schedule and are reviewed for accuracy and completeness: 9) assuring that quality control is maintained during the collection and processing of all measurements; and 10) describing the progress of the program and program results to the Steering Committee, Program Office, and the Data and Safety Monitoring Board; 11) preparing and distributing periodic technical and statistical reports to the participating Clinical Centers. the Project Officer and the Contracting Officer; and 12) cooperate in the reporting of the data results. The proposed staff of the CCC must have demonstrated experience in conducting multicenter trials, in working with clinical investigators from multiple sites, in the development of study protocols and Manual of Operations, in the monitoring of clinical centers to ensure that data are reviewed for completeness and that quality control is maintained prior to processing. and in conducting proper statistical analyses of the data. The staff must have appropriate biostatistical and statistical experience relevant to multi-center clinical research studies. Meta-analysis methodology may be necessary to analyze data across studies. The Principal Investiga. tor must have demonstrated leadership experience in large data manage

Department of Commerce, NOAA, 200 World Trade Center, Room

209, Norfolk, VA 23510-1624 B-RESEARCH PROGRAM COORDINATION SOL EASC 99-0057 DUE 123098 POC Edith W. McIntyre, Contract Specialist, (757) 441-6648/ Mel Desjarlais, Contracting Officer, (757)441-6647 The Stellwagen Bank National Marine Sanctuary (SBNMS) intends to solicit and negotiate on a sole source basis with the National Undersea Research Center, Univ. of Connecticut at Avery Point (NURC/UCONN) in developing and implementing a research program, as mandated in the National Marine Sanctuary Act. Contractor will provide information and analysis regarding the ongoing review of Sanctuary management plan: provide coordination services for SBNMS research program; conduct research on management issues and other priority research matters; coordinate with others conducting research within the Sanctuary: and provide assistance to Sanctuary Manager on research related issues. Statutory Authority: 41 USC 253(c)(1). NURCAUCONN is uniquely qualified to provide research program coordination services to SBNMS. Under the authority of FAR 6.302-1, the Government intends to solicit and negotitate with only one source the proposed contract action for a period of six (6) months service during FY 99. Interested persons may identify their capability to respond to the requirement within fifteen (15) days after date of publication of this synopsis. Evidence of ability to perform may be faxed to (757) 441-3786. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

http://www.noaa.easc.gov Click here to access our home page

Edith W. click here to contact contract specialist by e-mail (W-349 SN280665)

Research and Development-Potential Sources Sought

NASA Langley Research Center, Mail Stop 144, Industry Assistance

Office, Hampton, VA 23681-0001 A-ELECTRONICALLY SCANNING ANTENNA DEVELOPMENT TO SUPPORT MULTI-MODE RADAR SOL SS299 DUE 010499 POC Mary J. Corbitt, ontract Specialist, Phone (757)-864-2434, fax (757) 864-9774. Email U.CORBITTOlarc.nasa.govinda P Fitzgerald, Procurement Analyst, hone (157)-864-2461, Fax (757) 864-7898. Email NASA/LaRC is hereby soliciting information

potential sources to develop and test a prototype E-Scan Antenna ra Collins Multi-mode airborne Radar System that has the potential

be economically viable in the commercial market. The principle mabling technology is an active Electronic Scan Antenna mechanized ith phase and amplitude control. The prototype Radar system is intended

perform all of the current ARINC 708 (commercial standard) radar inctions and perform additional functions needed for all weather operions. This radar shall be compatible with the installation requirements

all commercial aircraft capable of carrying 100 passengers or more cluding the planned High Speed Civil Transport (HSCT). The proposed -odes of operation are based on a list of functions that has evolved er several years and is believed to be the high value functions at are practical for incorporation in an X-Band Radar. The overriding rategy for this project is to develop a radar that is capable of 1 of the currently identified functions and to be as flexible as possible accommodate future requirements. No solicitation exists; therefore, not request a copy of the solicitation. It a solicitation is released will be synopsized in the CBD and on the NASA Acquisition Internet ervice. It is the potential offerors responsibility to monitor these cites

the release of any solicitation or synopsis. Vendors having the apabilities Recessary to meet or exceed the stated requirements are

vited to submit appropriate documentation, literature, brochures, and =ferences. Responses must include the following: name and address

Defense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 8-MPROVED CARGO METHODS AND TECHNOLOGIES SOL SPO41099-1-0001 DUE 010799 POC sarah Spain 804-279-6820 This synopsis is neither a solicitation nor award. It is a Request for Information (RFI). The Defense Supply Center, Richmond (DSCR), a Supply and Service Center for Defense Logistics Agency, located in Richmond, Virginia, is conducting a RFL to receive input from not-for-profit foundations on the ability of third-party logistics providers to meet the military requirements and ways to improve commercial cargo security procedures across different distribution networks. This is not the RFI. To receive a copy of the RFI, please contact Sarah Spain (804) 279-6820. Any written questions or suggestions are to be faxed to the following number: (804) 279-3715 by close of business January 7, 1999. DSCR will conduct a conference on January 14, 1999 in Richmond, Virginia to discuss the RFI, provide additional information and to answer questions. The conference will be held at DSCR. The exact time and location will be provided to interested parties prior to close of business January 1. 1999 by contacting Sarah Spain (804) 279-6820. There is potential for an award of a Time and Materials contract not to exceed $2,000,000. The contract duration will be one year. A number of taskings will be identified and documented against the contract using delivery orders. Each delivery order will be priced separately by the contractor and will be based on the estimated time and materials needed to complete the task. Fixed stail-hours rates, which are negotiated and agreed to under the terms of the basic contract, will be used to calculate. the estimated delivery order price. The RF discusses DLA background information wherein DLA is a logistics combal support agency whose primary role is to provide supplies and services to America's military forces worldwide. DLA's mission includes managing over four million consumable items, processing more than 30 million annual distribution actions and administering over $900 billion of DoD and other agency contracts. The Defense Logistics Support Command (DLSC), DLA'S supplychain manager, is responsible for several supply and service centers and a distribution center. OLSC procures, manages, stores, and distributes over four million items for all U.S. military customers, other U.S. federal agencies, and allied forces throughout the world. For a faxed/e-mailed copy of the RFI, please contact Sarah Spain at (804) 279-6820.

click her to contact the contract specialist via e-mail (W-350 SN280753)

DVA Medical Center project, Replace Incinerators at the Central Alabama Veterans Health Care System Tuskegee/Montgomery. Alabama. The estimated construction cost range is between $250,000.00 and $500,000.00 Interested firms are requested to submit updated 254's and 255's (as described in numbered note *24) to Contracting Officer (900), Logistics Management Service, Central Alabama Veterans Health Care System, 2400 Hospital Road, Tuskegee, AL 36083-5001 by close of business January 15, 1999. This is not a request for proposals. This is a 100% Small Business Set-Aside. See Note #l.

Sherida. Click here to contact Contracting Officer via e-mail (W-349 SN280658)

project involved; (6) Capacity to accomplish work in the requred time (7) Experience and capacity of the proposed Project Manager; am (8) Demonstrated success in prescribing the use of recovered materiak and achieving waste reduction and energy efficiency in facility design This announcement is a small business set-aside. One contract be awarded under SIC 8711, Engineering Services, small business ser standard of $2 5 million and one contract will be awarded under SI 8712, Architectural Services, small business size standard of $25m. Interested firms having the capabilities to perform this work red submit two copies of SF-254 and two copies of SF-254 to the above address not later than the close of business January 21, 1999 Som Note 24 for general submission requirements. This is not a reces for proposals

Multi-Discipline Architect-Engineer Services (W-350 SN280765)

FISC Norfolk Detachment Philadelphia, 700 Robbins Avenue, Building

2B, Philadelphia, PA 19111-5083 SERVICES IN SUPPORT OF USACOM'S JOINT TRAINING AND EXERCISE PROGRAMS SOL N00140-99-0-0948 DUE 012999 POC Point of Contact-Marissa Seifried (Code 02P22E), 215-697-9638 FISC Norfolk Det Phila intends to acquire an additional 62,300 manhours of BPR services from Logicon, Inc under contract N00140-97-D-1370, in support of the U.S. Atlantic Command's (USACOM) joint training and exercise programs. The consolidation of training ellost under USACOM has created a shortfall in support necessary to create a single training focus. These services shall be procured on a sole source basis with Logicon Syscon Services, Inc. pursuant to FAR 6.302-1 since they are the only firm capable of continuing the BPR initiative already undergoing at USACOM based upon their experience gained with the training environment prior to consolidation and their involvement in the consolidation planning. All responsible sources may submit a proposal that will be considered by the FISC. The Government will not pay for information received. The applicable standard industrial classification code is 8742. Requests for solicitations should be made by letter, telegram, or fax (215-697-9738/9) to FISC Code 02P521.

SYNOPSIS@PHIL FISC.NAVY.MIL CLICK HERE TO CONTACT THE BID OFFICER (0-350 SN 280887)

Chief, Centralized Contracting Division (40203). U.S. Department of Veterans Affairs, NCA Operations Support Center, 5101 Russell

Road, Quántico, VA C-ARCHITECT-ENGINEER SERVICES SOL N/A DUE 011699 PII C. Jackson, Contracting Officer, (703) 441-3085 (voice): (703) 441 3070 (fax); e-mail: This is not a Request to Proposal (RFP), but a request for submission of Standard forns 234 and 255. The National Cemetery Administration has a requiement for an Architect-Engineer Firm to design the expansion of Eagle Point National Cemetery (Project Number 906CM3007). 2763 Riley Road, {mpe Point, OR 97524-9677. The project includes the design and all the professional services for typical land development including rost: irrigation Services consist of topographic survey of approu maleh acres, the development of schematics and design development drawings with a Government option to enter into construction documents. spect tions, construction period services and inspection. The estimated ca of construction is between $1 million and $5 million, Considerator will be limited 10 firms licensed to practice in the State of Oregu and located within 150 miles of Eagle Point National Cemetery. {ise will be placed on Civil Engineering capabilities of the tum ant to on previous cemetery design experience. Selection of forms to be mister viewed will be based on the following evaluation factors Fum's Centras and Capability (30%), Proposed Project Team and Organization 49% and Experience and Past Performance on similar site development est (30%). Firms may be interviewed using video teleconferencing procedJB at the option of the Government. A firm responding to the na within thirty calendar days from date the notice is published, or later 16. 1999, whichever is later, will be considered. Firms desiring corsa ation shall submit appropriate Standard Forms 254 and 255 to the issuing office. The selected firm shall have electronic mail capatang and internet access in order to submit required fee proposal docurent This is a modification of a previous announcement published on October 29, 1998. This requirement has is modified from a 100% small business set-aside to full and open competition. (1-350 SN280832)

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

JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109-3435 BINDEFINITE DELIVERY ORDER CONTRACT FOR ARCHAEOLOGICAL RESOURCES SERVICES FOR THE ALBUQUERQUE DISTRICT, SOL DACW47 99-R-0004 DUE 021599 POC Contract Specialist Linda J. Anderson (505) 342-3451 (Site Code DACA47) Reference Issue PSA No. 2221, dated November 13, 1998. This announcement is being modified to change the issue date and closing date. The solicitation issue date is changed to on or about 4 January 1999. The closing date is being changed from 10 January 1999 to 15 February 1999. All other aspects of this announcement remain unchanged. (1-350 SN280942)

Defense Supply Service-Washington, 5200 Army Pentagon, Rm.

10245, Washington, DC 20310-5200 B-SPECIAL STUDIES AND ANALYSISHOT RED SOL DASWO1-990.0178 DUE 123198 POC Helen Furlow, Contract Specialist The Defense Supply Service-Washington, intends to award a purchase order on a sole source basis for the period i Jan 99 thru 30 Sep 99; with Mrs. Elizabeth Checchial for services, POW Archival Research, to examine materials related to the search for U. S persons unaccounted for from the Korean War. No solicitation will be issued. This announcement is for information purposes only. (W-350 SN281044)

Federal Emergency Management Agency, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont,

VA 20135 C-MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES POC Maria L. Martin. Contract Specialist, 540-542-2300 The federal Emergency Management Agency (FEMA), Mt. Weather Emergency Assistance Center (MWEAC), Bluemont intends to procure in accordance with PL 92582 (Brooks Act) and FAR Part 36 two (2) Indefinite Delivery (IDIQ) contracts for Multi-Discipline Architect-Engineer Services. The contracts will consist of a basic year and two option years. The minimum contract amount will be $2500 per year. Yearly cumulative amount of individual task orders per contract shall not exceed $750,000.00 for the base year. The contracts will include two option years with additional amount for each option year not to exceed $750,000.00. Task order(s) shall not exceed the annual contract amounts. Task orders shall be firmfixed price. Each task order will be individually funded. A/E services may consist of: (1) Studies; (2) Reports; (3) Concept designs and site plans (4) Topographic and Control Survey. Control Point Monumentation; (5) Design Analysis; (6) Intermediate Designs; (7) Final Designs (8) Civil. Landscaping. Structural, Architectural, Mechanical, Plumbing, Electrical Communication, and Fire Protection Contract Drawings: (9) Contract Specifications: (10) Contract Cost Estimates; and (11) Environmental Studies resulting in Impact Statement. Assessment Statement, or Categorical Exclusion Evaluation. The Ale will be responsible for designing all disciplines or selected disciplines for constructing building additions, renovating existing buildings, modifying certain aspects of buildings, or general site and utility construction as indicated. General Project Types: Projects may include the design of new office buildings. storage buildings. parking structures, warehouses, health and fitness structures, activity centers, fire stations, utility buildings, conference and training centers, etc. Facilities will generally be sized to 25,000 square feet. Building Additions: Projects may include various single or multi-story additions up to 25,000 square feet. Additions may feature industrial storage buildings, commercial warehousing, commercial office buildings, etc. New construction will meet current ADA accessibility guidelines. Barrier Removal for Selected Buildings and Miscellaneous Alterations: Projects may include feasibility studies, schematic designs, concept designs, full traditional design packages, or simplified design packages for alterations to existing buildings or structures. Major Building Renovations: Projects may renovate an entire building and may incorporate building additions. Buildings are typically two stories covering approximately 9000 square feet. Most buildings of this type will be renovaled as offices or dormitories. Projects may include surveying, testing and design to remove and dispose of hazardous materiais Fire Protection Systems: Projects may include the addition of a fire suppression system to a building or a series of buildings. Types of fire suppression systems will vary with application. The A/E should have experience with wet and dry pipe sprinkler systems, aqueous film forming foam (AFFF) systems, deluge systems, etc. Electrical Distribution Systems: Projects may include the modification or alteration of the primary and/or secondary electrical distribution systems for selected buildings Energy Conservation: Projects may include energy reduction surveys for mechanical and electrical systems for selected buildings. Designs would typically replace existing fluorescent fixtures with energy-saving units, add emergency battery lights to maintenance shops and boiler rooms, replace exit lights with new LED type lights, etc. Maintenance Projects Projects may include roof replacement, exterior finish upgrades, site tree trimming, fencing repair, water distribution system upgrades, sanitary system repairs, storm drainage system upgrades, mechanical system replacements, refrigeration system replacements, electrical system upgrades. etc. Maintenance Contracts: Projects may include creation of contracts for yearly preventative maintenance and breakdown repair services for various site mechanical and/or electrical systems. All currently identified projects are located at the Mi. Weather Emergency Assistance Center, Other sites, which may require A/E services include the National Emergency Training Center (NETC) at Emmitsburg, Maryland, the Federal Support Center (FSC) at Olney, Maryland, the Federal Center Plaza in Washington D.C. Or as designated by FEMA. The A/E will produce the drawings utihzing AutoCAD R13. The A/E shall ensure that the hardware, firmware. software, and information technology systems specified in the documents developed under the contract shall be year 2000 compliant in accordance with FAR 39.106. The multi-discipline A/E firms must hold Top Secret clearance for personnel and Secret Storage Capabilities for their facility to be considered for award. A/E firms shall be rated based on the criteria established herein. Firms will be evaluated by the Federal Emergency Management Agency's AJE Section Board Evaluation will be based on information submitted by each firm. The selected firms will be issued a Request for Proposal The selection criteria are listed below in descending order of importance (1) Professional qualifications for satisfactory performance of the required services: (2) Specialized experience and technical competence in the design of buildings of Similar size and scope in Architectural Structural Mechanical, and Electrical features: (3) Security Clearance: Top Secret for personnel. Secret for facility/storage; (4) Past experience on contracts with govern. ment agencies; (5) Location in the general geographical area of the

C Architect and Engineering Services Construction

Central Alabama Veterans Health Care System (East Campus),

2400 Hospital Road, Tuskegee, AL 36083 C-ME SERVICES FOR NURSE CALL SYSTEM SOL 619A4-7-98 DUE 011599 POC Sherida Berry, 334/727-0550 Ext. 3513 Provide architectural engineering services to verify existing condition, design; prepare contract working drawings and specifications, prepare a construction cost estimate: and to provide construction period services and site visits for the DVA Medical Center project, Replace Nurse Calls at the Central Alabama Veterans Health Care System, Tuskegee, AL The estimated construction cost range is between $250,000.00 and $500,000.00. Interested firms are requested to submit updated 254's and 255's (as described in numbered note #24) to the Contracting Officer (90C), logistics Management Service, Central Alabama Veterans Health Care System. 2400 Hospital Road, Tuskegee, AL 36083-5001 by the close of business January 15, 1999. This is not a request for proposals This is a 100% Emerging Small Business Set-Aside. See Note #24.

Sherida Click here to contact Contractig Officer via e-mail (W-349 SN280651)

U. S. Army Engineer District, Savannah, P.O. Box 889, Savansat

Georgia 31402-0889 C-ANNUAL ANNOUNCEMENT FOR IDIO CONTRACTS FOR MISCELLANE OUS A-E SERVICES. UNDER THE JURISDICTION OF SAVANNAH DISC POC Joel Kreger, 9127652-5465; Rosetta Stewart. 912/652-590312 TRACT INFORMATION: The Savannah District. U.S. As my Corps of Engan requires the services of Architect-Engineer firms for numerous W*** cipline Indefinite Delivery/Indefinite Quantity contracts. Contracts F# as a result of this announcement will be administered **** | Savannah District for use on civil and military projects under its post tion and, if requested, for other Corps of Engineers Districts within the South Atlantic Division or **** (2) by Directorate of Pubec Wom Base Civil Engineer offices at specific Army and Air Force insa pens within GA SC and NC **** Contract limits and contract 5.76 * be determined at the time of selection. Typically each contract al consist of a base ordering period and two option periods, each perwa not to exceed one year for a total of three years. The tota eta task orders during each ordering period may not exceed $1 W 3* Individual task orders may not exceed $1.000.000. The tota larger! of each contract over the three-year ordering period may not exceed $3,000,000. Assignment of individual task orders to the contracts ** identical scopes of work will be based upon the tollowing ta (1) Proximity of the firm to the project site and familiarity with terra criteria/codes and construction methods used at the locality, (

20: capacity of the firm to accomplish the task order in the operation time. (3) Equitable distribution of work among identical contracts and (4) Performance and quality of deliverables under the current contracts. This announcement is open to all firms regardless o Large business offerors must identity subcontracting opportun ties? small/small disadvantaged & women owned business on their If selected the large business ofteror will be required to set i small/small disadvantaged & women owned subcontracting plan in 2001 ance with FAR 52-219.9 and DFARS 219.7047705 as a out of Request for Proposal package The following subcontracting roais ** the minimum acceptable goals to be included in the subcetat plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSU: 55 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSA:SS Large business forms that intend to do any subcontracting mustavy their intent to meet the minimum subcontracting goals on the su 255. Block 6 Written justification must be provided of the ma*** goals cannot be prov for additional information please *** Ms. Roseta C motrat Specialist, at 9127652-5903

Central Alabama Veterans Health Care System (East Campus),

2400 Hospital Road, Tuskegee, AL 36083 C--AVE SERVICES TO REPLACE INCINERATORS SOL 619A4-8-99 DUE 011599 POC Sherida Berry, 334/727-0550 Ext 3513 Provide architectural engineering services to verify existing condition, design; prepare contract working drawings and specifications, prepare a construction cost estimate: and to provide construction period services and site visits for the


Page 26

PROJECT INFORMATION -Task Orders to be issued under these contracts in may include design of NEW facilities and O&M projects related to les additions and alterations of buildings, road, drainage and utility systems,

engineering studies, project planning, topographic surveying to support

designs, lead based paint and asbestos sampling/analysis/abatement pi design, and air monitoring during the abatement/construction process,

shop drawing review, construction phase services and preparation of O&M manuals. All CADD design files must be originated in Bentley's Microstation SE and in compliance with the Tri-Service AEC Standard as applied by the Savannah District. The Savannah District AEC Standard will address naming convention, cell libraries, line styles, etc. and dems specific to each design. **** 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below

in descending order of importance. Criteria a-e is primary. Criteria 1 fg is secondary and will be used as "tie-breakers“ among technically

equal firms. **** a. Specialized experience and technical competence in: (1) Originating Designs in Bentley's Microstation SE. Provide discussion of this experience in block 10 of SF 255. (2) Design of additions and alterations of buildings, road drainage and utility systems. (3) Design of new buildings, roads, drainage and utility systems, (4) Engineer ing studies and project planning, (5) Topographic surveying. (6) Lead based paint and asbestos sampling/analysis/abatement design and air monitoring during abatement/construction process, (7) Shop drawing review, construction phase services and preparation of O&M manuals. **** b. Past performance on Doo and other contracts with respect to cost control, quality of work and compliance with performance schedvies. c. Capacity to accomplish multiple simultaneous task orders and provide stall in the following disciplines: architect, civil, structural, mechanical, fue protection and electrical engineers, industrial hygienists, and topographic surveyors. Please disregard the "to be utilized“ statement at Block 4 of SF 255 and show the total strength of each discipline. **** d. Professional qualification of key management and professional staff members. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE).

e. Knowledge of locality as it pertains to geological features, environmental and climatic conditions and local construction methods used on projects under Savannah District jurisdiction and/or location in the general geographical area of specific military installations in the 3-state area. **** f. Degree of participation of SB, SDB, WOB, HBCU or Ml as prime contractor, subcontractor or joint venture partner.

& Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: Responses on file from last year's announcement will be discarded. ALL FIRMS desiring consideration MUSI SUBMIT a NEW response. Responses to this announcement will be used for 10IQ contract selections February 1, 1999 through January 31, 2000. This announcement is non-closing and firms may submit a SF 255 and SF 254 at anytime during 1999. Firms desiring consideration shall submit ONE (1) copy of SE 255 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime and ONE (1) copy of SF 254 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime and each consultant (extra copies will not be kept). FIRMS MUST INCLUDE PRIME'S ACASS NUMBER in block 3b of SF 255. for ACASS information call 503/808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED, Cover letters and extraneous materials (brochures, etc.)

will not be considered. Furms selected will be required submit a Design Quality Assurance Plan concurrently with their fee proposal.

Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. **** PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary.

**** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. **** THIS IS NOT a REQUEST for a PROPOSAL,

http://www.usace.army.mil Corps of Engineers, Savannah District. Contracting

rosetta Rosetta Stewart (W-350 SN280847)

Assessments: 17) Statistical analysis of Coast Guard activities including regression analysis and linear programming. 18) Landscape plans including plant specifications for various climates; 19) Slide/computer presentations of projects: 20) AutoCad Release 14. (Format shall be in compliance to the published CE-CADD standards as specified by the CE-CADD manual version 6.11.) The following is the selection evaluation criteria, in relative order of importance: 1) Specialized experience and professional qualifications of the firm (including subcontractors) and the proposed project team in providing complete planning services and NE support services as described above; 2) Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous lask/delivery orders, 3) Past Performance and process of the prime NVE firm (and their subcontractors) in their quality control quality assurance program to assure coordinated technically accurate master plans, technical reports, and studies; Each firm's past performance(s) and performance ratings may be reviewed during the evaluation process and can affect the selection outcome; 4) Demonstrated capabilities in the development and technical support of integrated graphic, pictorial, narrative and tabular data applications in electronic format; and use of AutoCad Release 14. 5) Past experience with Government organizations: and 6) the ability to attain a security clearance. The SIC Code is 8711. The selected firm for this contract will be required to provide overhead, profit, and hourly rates for disciplines to the Contracting Officer within 7 working days after receiving notification of final selection, This will be a firm foxed price IDIQ AE contract. The total contract amount will not exceed $1,500,000 per year and shall not exceed $300,000 per Task Order. The contract provides for a minimum guarantee of $10,000. The duration of the contract will be for one year with an Option for one additional year. The total duration of the contract, including exercise of any option, shall not exceed two years. This procurement is restricted to certified 8(a) firms only. Firms desiring consideration are invited to submit a SF-254 and SF-255 prior to the close of business on 19 January 1999. Block 10, state why your firm is specially qualified based on the selection evaluation criteria (supplemental pages may be added). Also, use Block 10 to provide additional information desired by your firm. Only the SF-254 and SF255 will be reviewed do not send any other literature. Experiences identified in Block 8 should not be more than 5 years old, The SF254 and SF-255 shall be annotated with RFP Number DTCG83-99R-ZWF028-A. Submit to the Contracting Officer, USCG CEU, Attn: Pamela M. Komer, 1240 E. Ninth Street, Rm. 2179, Cleveland, OH 441992060. Faxed SF-254 and 255's will NOT be accepted. NO solicitation will be issued. This is NOT a request for proposal. (W-350 SN281031)

3rd Contracting Squadron/LGCC, 6920 12th Street, Suite 254,

Elmendort AFB, AK 99506-2570 6-ARCHITECT-ENGINEER INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR VARIOUS REMOTE SITES, ALASKA SOL F65501-99-R0018 DUE 010699 POC John ), Kerver, Contract Specialist, (907)552-2237/ Lucretia A. Teitzel, Contracting Officer, (907)552-5731 ARCHITECT ENGINEER SERVICES (MODIFICATION) This modification pertains to the CBD announcement dated 03 Dec 98. Significant evaluation criteria for the A-E selection are: a. Professional qualifications - Avaliability of design stail (key personnel) with required disciplines to accomplish the work. b. Specialized experience and technical competence in the type of work required, including specially design and construction management experience in O&M and MC type work and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. c. Professional capacity-present workload and ability to meet time schedules. d. Past performance on contracts with Government agencies and private industry in terms of cost control. quality of work, and compliance with performance schedules. e. Experience with the subarctic, arctic, and seismic conditions common to Alaska. 1. EXPERIENCE DEVELOPING LONG RANGE MAINTENANCE PLANS FOR INFASTRUCTURE AND FACILITY SYSTEMS. 8. Proximity of the firm to Elmendort AFB. h. Capability to address the identifications, quantification of asbestos and other hazardous, toxic waste materials. T. Volume of prior DOD work. j. Willingness, capability and experience in travel throughout remote Alaska. Title I, Litle II and other A-E Services may be required. Contracts will include the Base period for 365 calendar days with tour option years at the discretion of the Government. ALL RESPONSES TO THIS NOTICE MUST BE RECEIVED BY 06 JAN 99. to be considered for selection and must include a SF 254. ArchitectEngineer and Related Service Questionnaire, and SF 255, ArchitectEngineer and Related Service Questionnaire for Specific Projects.

none none

cagle@3csmail af mil 3rd Contracting Office Elmendorf AFB AK (D350 SN281053)

bridges, water supply and drainage, reinforced concrete control structures, earthen dams, exhibitry, surveying, training education centers, roads and wildlife refuge buildings. The A-E may be called on to provide the above services for a number of small rehabilitation projects lumped together and normally located within close distance to each other such as when a disaster occurs that damages or destroys a number of dikes, water control structures, roads or other facilities. The AE may also be called upon to provide expertise in a specific discipline or to analyze a specific problem. The standard industrial classification code for this acquisition is 8711. Acquisition is unrestricted and is open to all concerns, regardless of business size. For size determination purposes, a small business concern will be classified as a firm who's average annual receipts over the last three years do not exceed $2.5 million annually. Subcontracting Plan RequirementsShould a large business be selected, a subcontracting plan will be required for submission with the Request for Proposal. The negotiated plan shall be included in the resultant contract. Failure to submit and negotiate the subcontracting plan shall make the offeror ineligible for award of a contract The plan is not required with the submission of SF 254's and SF 255's. Services will be performed in the eight states comprising the Fish and Wildlife Service's Region 6 which includes: North Dakota. South Dakota, Nebraska, Kansas, Montana, Wyoming. Utah and Colorado The services may also be performed on other facilities that may come under the cognizance of Region 6. Contract will be issued for a period of one basic year with four (4) one year options, if exercised. Work will be accomplished by issuance of individual delivery orders issued against the 100 contract with a minimum of $5,000 and a maximum of $1,500,000 in any one year period. Concerns capable of meeting the conditions and desiring consideration are requested to submit a current Standard Form (SH) 254 of each firm proposed as a consultant for the subject services. A-E contract negotiations will be based upon the firms and consultants listed in the Standard form 255. Evidence of each firm's intent and/or commitment to the project should be provided, if the responding A-E is selected, firms are encouraged to supplement the intormation contained in their Standard Forms 254255 with specific narrative and other documentation relative to the announcement to enhance their opportunity for consideration during the initial evaluation. Project leaders must be registered or a licensed architect or engineer in the particular professional field involved. The following evaluation factors are provided to illustrate where more specific or additional coverage is considered beneficial for this evaluation. The following evaluation criteria are listed in descending order of importance. Elaborate brochures and material not relevant to the project should not be presented. 1. TECHNICAL COMPETENCE AND SPECIALIZED EXPERIENCE-list the relevant projects and the extent of the firm's involvement and responsibility of work completed. Show the project types, design character, complexity and relevance to the services required. Show each participating firm's capacity and commitment of design resources for the services required. Indicate direct experience in providing planning, design and construction management with emphasis on natural resources projects for fish hatcheries, wildlife refuges and laboratory and research facilities. 2. EXPERIENCE AND QUALIFICATIONS OF KEY PERSONNEL --Show the relevant individual experience and education of the principals and other key personnel of all disciplines who directly manage, supervise, or perform significant design or planning functions for the type of services required. Identify support staff such as drafting, surveyors, typists, and office facilities to accomplish the work. 3. CAPACITY OF FIRM TO ACCOMPLISH THE WORK-Show how the firm's design disciplines, personnel, time and activities are coordinated and scheduled. Show how quality of design and construction documents are maintained and reviewed; how project scope, costs, and design-to-budget are controlled 4. FAMILIARITY WITH LOCAL CONDITIONS--Identify the firm's lamiliarity with local construction methods, weather and seasonal condition in the Region's eight-state contract area. Demonstrate familiarity with soils and foundation requirements for the contract area. 5. ADEQUACY OF FACILITIES TO PERFORM THE WORK- Describe the firm's plant and equipment as it relates to performance of the required work, specifically production of plans and specifications, surveying capability, drafting and reproduction equipment and soils testing and analysis equipment. 6. PAST PERFORMANCE- list previous work with Government agencies (Federal, State, County and City). particularly with fish and Wildlife Service. Note significant awards and other professional recognition demonstrating compliance with schedules, budget constraints, cost control and quality of work. For significant projects and work for Government agencies listed in the 254-255's, provide the name and telephone number of a client contact able to discuss technical performance of the work. Identity the firm's familianty with Federal Specifications, and other relative Federal Regulations. 7. USE OF COMPUTER SUPPORT Indicate the extent and type of computer support that is used for design, scheduling and cost control, word processing and other applications pertaining to the type of service required. Compatibility with FWS CADD programs. 8. VOLUME OF PRESENT AND FUTURE WORKLOADIndicate the ability the firm will have to perform the work required based on projections of existing and anticipated workload. 9. ABILITY TO ACCELERATE PROJECTS-ndicate the ability of the firm to support an expansion or acceleration of the assigned projects. Interviews will be conducted with the firms that are short-listed at their place of business. Responses shall be received no later than January 21, 1999, 4:00 PM. mountain standard time. Firms shall submit two copies of Standard forms 254 and 255 along with supplemental information to U.S. Fish and Wildlife Service. CGS-Mail Stop 60181, P.O. Box 25486. DFC, Denver, Colorado, 80225, ATTN: Karl Lautzenheiser. Submittals should clearly identity Solicitation Number 60181-9-R063 on the face of the envelope for identification purposes. All responsible sources may submit qualification statements which shall be considered for award. Failure to complete the listed standard forms, provide the additional information requested, or provide such information and submittals within the specified time, shall result in disqualification of the form. Telephone

Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240

East 9th St., Room 2179, Cleveland, OH 44199-2060 (-PLANNING ME SERVICES (OA FIRMS ONLY) SOL DTCG83-99-R3WF028-A DUE 011999 POC Pamela M. Komer 216-902-6216 This announcement is for certified 8(a) firms only. Provide all professional Architectural Engineering (AVE) Services to support the U.S. Coast Guard's shore facility planning system. The contract shall cover the United States but the main area of concern will be the facilities located in 28 states throughout the Great Lakes, Mississippi River and its tributaries, and mid-Atlantic states from the northern border of New Jersey to the northern border of South Carolina. Work includes but is not limited to the following: 1) Coast Guard organizational space requirements lists; 2) Existing facilities condition assessments; 3) Coast Guard facility master plans in accordance with accepted professional planning procedures; 4) Facility and special studies: 5) GIS Studies using Arcinto software for CG sites: 6) Planning proposals in accordance with Coast Guard instructions; 7) Problem statements in accordance with Coast Guard instructions: 8) Coast Guard project cost estimates including life-cycle cost analysis; 9) Digitized maps and building plans in accordance with U.S. Army Corps of Engineers, Tri-Service Spatial Data Standards: 10) Aviation maintenance facility industrial flow studies; !!) Cultural resource studies including Section 106 National Register eligibility determinations and HABS/HAER studies/documentation: 12) Environmental impact assessments in accordance with NEPA doctrine: 13) Economic/Housing market studies; 14) Land surveys, cadastral maps and real estate summary maps; 15) Technical reports, studies. site investigations, and programming for CG housing and community facilities projects; 16) Socio-economic analysis in support of Regional Strategic

C Architect and Engineering Services Construction Potential Sources Sought

DOI, Fish and Wildlife Service, CGS-Mail Stop 60181, P.O Box

25486, DFC, Denver, CO 80225 C-ARCHITECT-ENGINEERING SERVICES SOL 60181-9-R063 DUE 012199 POC Contact Karl Lautzenheiser, Contract Specialist (303) 2365412, ext 240. A Title 1. Title H and litle III. Indefinite Delivery/ Indefinite Quantity (IDIQ) contract for Architect and Engineering (A&E) services is being sought. Projects will generally be for the planning. design and construction management of various facilities normal to fish hatcheries, wildlife refuges and research laboratories such as visitor centers, fish hatchery buildings, research laboratory buildings, water supply and treatment, effiuent treatment, wetlands and for complex rehabilitation of existing refuge and hatchery facilities such as buildings.

calls should be directed to Karl Lautzenheiser at 303/236-5412, extension 240. This is not a request for prices. See Notes 24 and 25.

Click here to contact the contracting officer via e-mail (W-350 SN280776)

D Information Technology Services, including Telecommunication Services

P/N: 0834A; QTY: 1 EA; CLIN 0010, ENFLEX Military Publications/Internet LAN License, P/N: EFMLL; QTY: 1 EA: CLIN 0011, ENFLEX Florida Regulations/Internet LAN License, P/N: EFFUCAT2L; QIY: 1 EA; CLIN 0012, ENFLEX federal Regulations internet LAN license, P/N: EFFDL: QIY: 1 EA; CLIN 0013, ENFLEX Material Safety Data Sheets/Internet LAN License, P/N: QEFX1; QTY: | EA; CLIN 0014. Historical DOD Standardization ERC Internet 2 User, P/N: DS97X; QTY: 1 EA; CLIN 0015, DOD Adopted Industry Standards ERC Internet 2 User, P/N: DS52X; QIY: 1 EA; CLIN 0016. AWS Industry Standards ERC Internet 2 User, P/N: 550N5; QTY: I EA; CLIN 0017, NEPA (Nat'l Fire Protection Assoc) on CDROM Network | User, P/N: 641N; QIY: 1 EA; CLIN 0018, Global Deposit Acct., PI N: GE4, QTY: 1 EA. The following Statement of Work applies: Vendor shall provide the items identified above as a one year subscription. The service shall include Internet based access to both image pages and full-text versions of standards: search and retrieval engines, capability to print to a laser printer, and toll-free technical assistance and support, including hard copies of very recent standards Delivery shall be made FOB Destination. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52212-4, 52.212-5. 252.21217001. The following subparagraphs of FAR 52.212-5(b) apply: (1). (3). (4). (6), (7), (8), (9). The following clauses of DFARS 52.212-7001(b) and (c) apply: 252.225-7012. The following clause also applies DFARS 252 204-7004, "Required Central Contractor Registration." See Note 22 (forty-five days is changed to read fifteen days). Quote is due at 4:00 PM EST on 1/6/99 and may be made by FAX to (407)3808318 (Attn: Larry Duncan) or to the address above: For information regarding this solicitation, contact Larry Duncan at (407)380-4090 (W350 SN280819)

previously been brought to the attention of the program manager and or the Contracting Officer and could not be satisfactority resem at that level. In order to be eligible for award of this Request ta Quote (RFQ) ofterors may be required to have a Basic Agreement with this office. The RFQ for this solicitation and the Basic Agreemen documents may be viewed and downloaded from the 38 EM atske address http://sirwus.eiw38.af.mil/contracting/files/file_csarte de is a combined synopsis/solicitation for commercial items prepared a accordance with the format FAR Subpart 12.6. as supplemented at additional information included in this notice. The announcement costitutes the only solicitation; quotations are being requested and 1 written solicitation will not be issued. If you encounter problems accessing our website, call Belinda Roan at (405) 734-9396 or Sam Cochran at (405) 734-9395.

http://sirius.eiw38.at.mil/contracting/files/file_csalla.htm Cici bed to download a copy of the RFQ. (W-350 SN280876)

FBIVTCAU, 14800 Conference Center Drive, Suite 300. Chantilly,

VA 20151 0-MODIFICATION TO CBD ANNOUNCEMENT 274575 SOL RFQ-825127 DUE 121898 POC Rhonda P. Williams (703) 814-4910 This is a modification to the combined synopsis/solicitation issued as RFQ-825127 dated 11/ 24/98. The CBD submission number for the original announcement is 274575. This modification is being issued to include the following additional information: The actual number of pagers may vary plus or minus the stated amount above depending on changing requirements during the term of the contract. Any resulting contract would include an option provision to increase the number of pagers over the term of the contract by up to 50% of the above stated amounts and options as proposed on a per pager basis. This modification does not change the established response date and time as established in the original CBD announcement of no later than 4:00 PM Eastern Standard Time (EST) December 18, 1998. (W-350 SN280785)

55 Broadway: Cambridge, MA 02142 0-SITE LICENSES FOR LS-DYNA3D SOL DIRS57-99-0-80018 DUE 123098 POC Point of contact-Karen Marino, Purchasing Agent. (617) 494-2437 The Volpe Center plans to procure a sole source Simplified Acquisition from Livermore Software Technology Corporation (LSIC), Livermore, CA, to provide proprietary site licenses for LS-Dyna3d on 35 CPUs for a period of one year. The Volpe Center has been supporting NHTSA in conducting studies in the development of finite element vehicle models specifically to run on LSDyna 3d. Small Business firms classified under SIC Code 7372 that are interested in responding. must demonstrate in writing within 15 days of the date of this publication synopsis that they possess the rights to the proprietary codes and are familiar with the special computational capabilities for Volpe Center programmatic requirements. Small business firms will be required to submit documentation in support of the above for evaluation by the Government prior to receiving a quotation. A single award will result from this solicitation NO telephone requests will be accepled only written requests for this solicitation will be accepted however, we will accept requests for this quotation via facsimile, at (617) 4943649. ATIN: Karen Marino, DTS-852.

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

Purchasing Agent (D-350 SN280791)

Centers for Disease Control and Prevention (CDC), Procurement & Grants Office, Contracts Management Branch, 255 E. Paces

Ferry Road, NE, Room 204, Atlanta, GA 30305 0-GRANITE SOFTWARE FROM TOPAZ TECHNOLOGIES SOL 1999000059 DUE 123198 POC Shirie Wall, Purchasing Agent, (404) 842-6745 The Centers for Disease Control And Prevention intends to solicit a quotation for existing commercial off-the-shell soltware on a Sole Source basis from Topaz Technologies, Inc., 12710 Research Blvd, Suite 300, Austin, TX 78759. GRANITE 4.0 software manages many aspects of data and record keeping for medical research facilities, Il manages cost accounting, facility management, animal records, and training records. The product includes the capability for online protocol submission and tier review. This process allows for research protocols and procedures to be submitted online through multiple tiers for internal and external review board approval. The software must use Power Builder as the front end database tool and provide row level security to the research data preventing abuse and theft of the data while maintaining adequate access to authorized users. The software must be, Good Laboratory Practices (GLP) compliant and allow integration into cutrent database applications stored in an Oracle Relational Database. Spitware must be compatible with current CDC Power Builder front end standard to allow compatibility with current database applications already in use at COC Software must be supported by a dedicated Professional Service Team. This announcement constitutes the only solicitation Simplied acquisition procedures will be utilized and an oral quotation will be solicited on of about 12/31/98. Other than full and open competition is authorized pursuant to 41 USC 2253(C)(1). Qualified vendors have 14 days from date of this synopsis to submit capability statements delineating their ability to provide this product Such qualifications will be used solely for the purpose of determining whether or not to conduct this procurement on a full and open competition basis. No solicitation exists. for further information contact Shirli Wall. FAX# 404-842-6530. Il350 SN280827)

Health Care Financing Administration, Office of Acquisitions and Grants, Mailstop C2-21-15, 7500 Security Blvd., Baltimore, MD

21244-1850 0-MAINTENANCE OF THE GROUPER, MEDICARE CODE EDITOR LO OUTPATIENT CODE EDITOR PROGRAMS SOL HCFA-99-00Z/IP DUE 0212 POC Juanita Pang. Contract Specialist. 4108786-5538: Melissa Strust Contracting Officer, 410/786-7665 Contract Summary for Commer Business Daily 17. The Health Care Financing Administration 107 intends to solicit competitive proposals for maintenance and we to the GROUPER, MEDICARE CODE EDITOR (MCE) and OUTPATIENT CORE EDITOR (OCE) software systems. These systems are collectively use to administer the Medicare prospective payment system (PPS) Lade Medicare, PPS payment to participating hospitals for each mater discharge is based on case assignments into one of 511 tapes related groups (DRGs). Hospitals must also use the MCFA Commu Procedure Coding System (HCPCS) to bill for their outpatient po services. To assure that Medicare claims are processed systemata and uniformly, HCFA uses the following computer software programi GROUPER--an automated classification algorithm that determines assignment based on data elements reported by hospitals. GROUPS is used for all inpatient discharge or transfer bills received tren mot PPS and non-PPS facilities, including those from waiver states by term care hospitals, and excluded units. HCFA will require recomenda tions for modifications to the DRG system which include annual there to the ICD-9-CM coding system. These recommendations will take ** account the clinical aspects of DRG modifications Station animplicationstential DRG modifications and their impact on GROJA software. HCFA will require the development of a written paper man all ICD-9-CM or applicable coding system changes, showing 3 code originally was at the beginning of the Medicare PPS, and demonster subsequent changes. Changes made to the DRGs as a result of 9-CM coding changes must be tabulated. HCFA will require discusse of the mplications of any proposed replacement coding systems as ICD-10-CM and ICD-10-PCS) on the DRG GROUPER, MCE, OCE. Metal fiscal intermediaries, and Medicare quality of care review noci? Code Editor (MCE)-an automated edit that determines correctly more! hospital data for principal diagnosis, secondary diagnoses, procedure sex, age, and discharge disposition of the patient. Maintenance al this software is mandatory for determination of the quality of information passed on to GROUPER. AS GROUPER does not make any rer to edit the data for accuracy, the MCE must perform this function Medicare Outpatient Code Editor (OCE)--an automated edit that takes medical coding errors for hospital outpatient surgery bills to the MCE does for inpatient bills. The edit compares HCPCS scroll codes and ICD-9-CM diagnosis codes for accuracy, validity, and it The Request for Proposal (RFP) will be issued approximately 3 15, 1999. The agency is contemplating award of a contractor one (1) year base period, plus four (4) successive one (1) yea teon periods. Request for the RFP must be in writing and marked a17 RFP-HCFA-99-002/JP. All responsible sources may submit a bid propesa or quotation which shall be considered by the Agency. Telephone rec Jess for the RFP will not be accepted. ... (1-350 SN280984)

DISADITCO/DTS11, 2300 East Drive, Scott AFB, IL 62225-5406 D-INMARSAT MINI-M SOL AK25NOV980075-0081, AK30NOV9800820087 DUE 011899 POC Jeanette Robben, 618-229-9480; Contracting officer, Marcia Ann Ferranti, 618-229-9473 Thirteen proposed procurements are for INMARSAT Mini "M" usage service. Each must be compatible with NERA world phone terminals using STRATOS STU-II algorithm. They support various locations for the Air Force. DITCO expects an additional eight requirements for INMARSAT Mini "M“ usage with NERA world phone terminals requiring STRATOS STU-III algorithm supporting the Navy. As yet, no solicitation number has been assigned for the Navy requirements. The government does not own the specifications and drawings to permit full and open competition Pursuant to FAR 6.302-1, the intended source is SIRATOS Mobile Communications, Suite 500, West Bethesda, MD, 20817. See Note 22. (W-350 SN280804)

38 LS/LGCX, 4022 Hilltop Rd Ste 211, Tinker AFB, OK 73145

2713 0 LOCAL EXCHANGE SERVICES FOR MCCONNELL AFB KS SOL F3460899-Q-5028 DUE 010699 POC CONTACT: CONTRACTING OFFICER: Cathy D. Summers (405)734-9759 17. The 38 Logistics Squadron has a requirement for nonpersonal services for local telephone exchange services for McConnell AFB KS. The proposed contract is for five years. The local exchange service provider certified by the Kansas Public Utilities Commission shall provide local commercial communications service for McConnell AFB KS. Local communications service shall include, as a minimum. but not limited to, local access for commercial business lines, analog subscriber fines, analog trunks, transport channel services. directory number and number portability, emergency 9-1-1 service, operator and directory assistance, local and Intra-LATA access, and interconnection with Inter- LATA exchange carrier. Competition is open to domestic and foreign sources. All responsible sources inay submit a bid, which shall be considered. Sources responding to this synopsis must indicate. in writing, whether they are large, small, disadvantaged and/or a womenowned businesses. For this acquisition, a concern will be considered small under SIC 4813 with size standard of 1500 employees. An Ombudsman has been appointed to hear concerns from ofterors 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 stnct 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 Col tee H. Hughes, ESC/CX, Director, Commander's Stall,(781) 371-5106 The Ombudsman should only be contacted with issues or problems that have

Naval Air Warfare Center TSO, Code 257, 12350 Research Parkway,

Orlando FL 32826-3275 0-DATABASE SUBSCRIPTION SERVICE SOL N61339-99-0-0116 DUE 010699 POC Larry Duncan, Purchasing Agent, Phone 407/380-4090, Fax 4077380-8318 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. as supplemented with additional intormation included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Solicitation N61339-99Q-0116 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 97-9. The solicitation shall be awarded on a sole source basis to Information Handling Services, Englewood, CO. The SIC Code for this solicitation is 2741 with a size standard of 500 employee's The following items are required: CLIN 0001, ANSI Complete (Windows) COROM Standalone; PN: ES510. QTY: 1 EA CLIN 0002. ASME Complete ERC Internet 2 User, P/N: 530N5; QTY: 1 EA; CUN 0003, EIA Complete ERC Internet 2 User, P/N: 580N5; QTY: 1 EA; CUN 0004, IEEE Complete ERC Internet 2 User, P/N: 610NS; QTY: | EA; CUN 0005, NEMA Complete ERC Internet 2 User, P/N: 630N5; QTY: 1 A; CLIN 0006, SAL Complete CDROM Standalone. P/N: ES670, QTY I EA CUN 0007, UL Complete with Directortes ERC Internet User, P/N: 07501, QTY: I EA; CUIN 0008. DOD Standardization Service ERC Internet 2 User, P/N: QSIA: QTY: 1 EA: CLIN 0009, H Series Handbooks ERC Internet 2 User.

38 LSALGCX, 4022 Hilltop Ro Ste 211, Tinker AFB, OK 73145

2713 0_LOCAL EXCHANGE SERVICES FOR 349TH RCS RSSL, BELLA RECRUITERS SOL F34608-99-0-5022 DUE 122998 POC POC: CONTRACTIC OFFICER: Cathy 0 Summers (405) 734-9759 This modification is somente to correct the website address in solicitation previously published 09 Dec 98. Correct address is http://sirius.eiw38.af. mit/contracting *** file_ csa/rfq.htm All previously published information remains the one

http://sirius eiw38.at.mil/contracting/files/tile_ csaltia htm Click "e* to download a copy of the RFQ. (W-350 SN281041)

E Purchase of Structures and Facilities

5460 South Quebec St., Suite 100, Englewood, CO 80111-1916 E- PRIVATIZATION UNDER 10 USC 2688, UTILITY SYSTEMS: CONVET ANCE AUTHORITY AT PATRICK AIR FORCE BASE, FLORIDA DUE CI231 POC Scott Beckman or Joel Theis, 303/771-3103 PRIVATIZATION AT 10 USC 2688, UTILITY SYSTEMS: CONVEYANCE AUTHORITY AT "1*% AIR FORCE BASE, FLORIDA, SOL: N/A, DUE: 1722/99. POTENTIAL SC.373 SOUGHT-PURPOSE: The Air Force seeks to identify responsible fry*** sources and obtain information in regards to privatization of copy

U.S. Forest Service, Northern Province Acquisitions, Yreka Office,

1312 Fairlane Road, Yreka, CA 96097-9549 E-TREE PLANTING BY AUGER SOL NP-05-99-01 POC Anna Wargin, 530-841-4411; Contracting Officer: Ruby Metcalfe, 530-841-4410 Project consists of Tree Planting by Auger on an estimated 561 acres. Project is located on the Grindstone Ranger District of the Mendocino National Forest, Tehama, Glenn and lake Counties, California. Contract time is 45 calendar days with an estimated start work date of March 23, 1999. Those interested in obtaining a solicitation package should mail their request, citing the solicitation number, to the address shown above, or FAXing their request to 530-841-4571. Attn: A.Wargin. Numbered Note 1 applies. (W-350 SN280856)

tion: Closed-loop reactor plant, 0.8 MGD; Pretreatment plant, 70,000gpd; collection system piping, 23 miles: septic tanks. 117. Electrical Distribution: 22 miles of overhead distribution line: 9 miles of underground distribution line; 3 substations with total capacity of 81 MVA: seven switch stations; 850 13.2 KVA transformers. The base size is about 15,804 acres. PROCEDURES: This request to interested parties is for gathering information and is a required component and systematic process to evaluate the interested 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, it is 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 Size Standards for the utility systems identified in this announcement. Some, all, or any combination of the following may apply. SIC/SS: 4911/ 4Million (M) Megawatt hours, 4922/$5M, 4923/$5M, 4924/500, 4925/ $5M, 4931/$5M, 4932/$5M, 4939/$5M. 4941/$5M, 4952/$5M, 4953/ $6M, 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: (1) capability and experience in ownership, operation and maintenance of similar potable water and wastewater utility systems; (2) financial capacity to purchase, expand and operate 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 state laws and an understanding of any applicable federal, territorial and local utility laws, regulations or franchise requirements affecting utilities in the territory, and capability of complying with such requirements; and (5) statement detailing the understanding of federal, territorial, and local environmental laws and regulations and famiharity and experience with environmental compliance procedures and regulations for the (State) 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 site visit and the provision of additional data are later determined necessary, notification will be provided by way of an amendment to this announcement. It should be noted that the RFIS for different utility systems may be issued in the same time frame. A separate response to each RFI is required. The point of contact is Scott Beckman or Joel Theis. 303/771-3103

E-mail to POC (W-349 SN280664)

USDA, Forest Service, SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Boise, ID 83709

-TREE PLANTING ON THE PAYETTE NATIONAL FOREST SOL REP R4-12-99-03 DUE 021199 POC Cheryl R. Molis, Contracting Officer, 208-373-4131; Request for Solicitation, Ethel Hill, 208-373-4128 Tree planting of approx. 929 acres on the Payette National forest, Est. start date is 4/15/99 with est. 46 calendar days for completion. See numbered note #1.

ehill/ To request solicitation (W-350 SN281030)

systems in accordance with 10 USC 2688. "Utility Systems: Conveyance Authority". The Commander of Patrick AFB is seeking interest and information specifically for the potential privatization of the electrical utility system at Patrick AFB, Florida. OBJECTIVE: Should privatization result, the ownership of Patrick AFB electrical utility system, operation and maintenance and obligation to continue to provide utility service for an indefinite and ongoing period will transfer to a utility service provider. All responsibility for maintaining reliable 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 utility systems and services. SYSTEM DESCRIPTIONS: The following is provided only to give an approximation of the size, scope and general description of the electrical utility system. Any numbers should only be used for estimating purposes. The electric distribution system at Patrick AFB serves approximately 1300 facility buildings and 1.549 family housing units. Annual consumption is about 101,000 MWh. Residential usage is about 29% of system usage, commercialindustrial usage is about 71% of system usage. The base size is about 2100 acres. The following system parameters for Patrick AFB are approximations: Electrical Primary Distribution: 49 miles of line; 34 miles of secondary distribution line; 2 substations with total capacity of 80 MVA; seven switch stations; 850 transformers at 13.2 KVA, Age: Approximately 90% of the system is less than 10 years old; the remaining 10% is about 30 years old. PROCEDURES: This request to interested parties is for gathering information and is a required component and systematic process to evaluate the interested parties under the Air Force's utilities privatization program. In order o minimize costs both to potentially interested parties and the governiment, this notice is being issued to determine the interest and leasibility of proceeding with a formal request for proposals. Should insufficient credible interest be identified for a privatization action, it is highly kely that no formal solicitation will be issued. SHOULD INTEREST 3E DETERMINED SUFFICIENT, A FORMAL REQUEST FOR PROPOSALS MAY BE FORTHCOMING. Small Business interests shall note the FAR Part 19 Standard Industrial Codes (SIC) and Size Standards for the utility systems identified in this announcement. Some, all, or any combination of the following may apply. SIC/SS: 4911/4Million (M) Megawatt hours, 1922/$5M, 4923/$5M. 4924/500, 4925/$5M, 4931/$5M, 4932/$5M, 4939/ ISM, 4941/$5M, 4952/$5M, 4953/$6M, 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). "he statement should include as a minimum the following criteria: 1) capability and experience in ownership, operation and maintenance hf similar potable water and wastewater utility systems; (2) financial apacity to purchase, expand and operate the utility systems; (3) statenent detailing the understanding of the obligation to serve in regards o continuous utility service; (4) statement detailing the legal right serve, own, operate, and maintain utility systems within state laws ind an understanding of any applicable federal, territorial and local Atility laws, regulations or franchise requirements affecting utilities in the territory, and capability of complying with such requirements; und (5) statement detailing the understanding of federal, terntorial, and local environmental laws and regulations and familiarity and experience with environmental compliance procedures and regulations for he (State) and the U. S. Environmental Protection Agency. Elaborate Xoposals or pricing information is neither required nor desired. Under 10 cucumstances will cost data for the existing systems be provided. my innovative and new conceptual ideas to achieve the stated objective mre encouraged. If a site visit and the provision of additional data ire later determined necessary, notification will be provided by way 1 an amendment to this announcement. It should be noted that the Fls for different utility systems may be issued in the same time ame. A separate response to each RFL is required. The point of ontact is Scott Beckman or Joel Theis, 303/771-3103. E-mail to POC (W-349 SN280657)

Acquisition Management Department, Building 54, National Naval

Medical Center, Bethesda, MD 20889-5600 6-LIFEGUARD WANTED SOL N00168-98-0-C501 DUE 123098 POC Ms. Tracy Holland (301) 295-0294 The National Naval Medical Center in Bethesda, MD is seeking sources to hire a lifegaurd for the Morale, Welfare and Recreation Department. Qualified applicants must have current certification with the Red Cross Lifeguard Training, first aid, and CPR Professional (American Lifeguard Association will not be recognized). General duties will include sole responsibility for monitoring a indoor 75-1t swimming pool, and two saunas. Each facility will be maintained regularly to include water tests, and provide montly report on pool usage. Issuance of swimming equipment, monitor pool passes and monitor pool reservatons. Maintain and stock all necessary Hifesaving equipment, and onitor supplies and other consumables used in pool. Work hours are 5:30am to 11:00am. Monday thru Friday and 11:00am to 5:00pm on Saturdays and Sundays. Pool will be closed on all federal holidays. All companys interested in complete copy of this solicitation can fax requests to (301) 295-0286. No phone calls will be accepted. Request for solicilation must be received by close of business on December 30th, 1998. close of business 4:30 EST. Award company must have prior to receipt of award be currently registered in DOO Central Contractor Registration (CCR), have CAGE code, DUNS number and federal tax identification number. The government will select the offeror which provides the greatest value to the Government. Cost/ price could become the determinative factor in selection. The Government reservies the right to make an award without discussions and/or negotiations. (W-350 SN280740)

F Natural Resources and Conservation Services

USDA- forest Service, Modoc National Forest, 800 West 12th

Street, Alturas, CA 96101 F-HEAVENLY JACKPOT PILING SOL RFQ 06-99-10 DUE 031799 POC Miley Sutherland, C.O., 530-252-6621: for a copy of the solicitation contact Margaret Forrest, Proc. Asst. 530-233-8756 The Hat Creek Ranger District, Lassen National Forest, intends to contract for jackpot piling service for fuel reduction. Contractor shall cut all damaged trees less than 10 inches dbh. Contractor shall pile all slash, cut trees, and exising log decks. Project area consist of eight (8) units Totalling approximately 971 acres. Contract performance period is 120 days. Estimated start work date is 05-15.99. Solicitation to be released on, or about 01-20-99. Basis for contract award is: Price, experience, past performance, understanding of the requirement, and ability to tollow instructions. Price is of equal importance as the other factors combined. (W-349 SN280668)

H Quality Control, Testing and Inspection Services Potential Sources Sought

U.S. Forest Service, National Interagency Fire Center, 3833 S

Development Avenue, Boise, Idaho 83705 F-TYPE 1 AND STANDARD CATEGORY TYPE II HELICOPTER SERVICES SOL IFB 49-99-02 DUE 021199 POC Richard M. Willis, 208/387-5669 Furnish fully operated Type I and Standard Category Type II Helicopters on a call-when-needed basis. Primary function will be for fire attack and support missions throughout the United States. Multiple awards are anticipated. When callin, be prepared to state name, address, and solicitation number ***** (W-350 SN 280818)

VA Medical Center, Attn: Contracting Officer (90C), 7305 N. Military

Trail, West Palm Beach, FL 33410-6400 H-TESTING OF ELECTRICAL DISTRIBUTION SYSTEM SOL REI 54899-SB-41 DUE 011199 POC Sue Byrne 561-882-6508 or Donna Nelson 561-882-6510 This Request for Information (RFI) is the initiation of market research for seeking potential sources to provide all professional and technical personnel, all testing equipment, including meters. loadbanks, etc. to perform work for electrical distribution system testing as required by specifications. Work shall include recording power loads, cleaning and testing of electrical equipment, including transformers, circuit breakers, emergency switchgear etc. Interested parties should submit the following information: 1) company profile and capability statement 2) references of past work experience and 3) general pricing information. This information should be mailed to: VA Medical Center, 7305 N. Military Trail West Palm Beach, Fl. 33410 Attn: Sue Byrne (048). Information should be submitted no later than January 11, 1999. This announcement is for the sole purpose of identifying potential sources. (W-350 SN280802)

5460 South Quebec St., Suite 100, Englewood, CO 80111-1916

- PRIVATIZATION UNDER 10 USC 2688, UTILITY SYSTEMS: CONVEYNCE AUTHORITY AT CAPE CANAVERAL AIR STATION, FLORIDA DUE 12299 POC Scott Beckman or Joel Theis, 303/771-3103 PRIVATIZATION NDER 10 USC 2688. UTILITY SYSTEMS: CONVEYANCE AUTHORITY AT APE CANAVERAL AIR STATION, FLORIDA, SOL: N/A, DUE: 1/22/99. POTENAL SOURCES SOUGHT-PURPOSE: The Air Force seeks to identity respon. ble potential sources and obtain information in regards to privatization

utility systems in accordance with 10 USC 2688. "Utility Systems: monveyance Authority". The Commander of Cape Canaveral Air Station

seeking interest and information specifically for the potential privatizaon of the potable water, wastewater, and electrical utility systems

Cape Canaveral Air Station (CCAS), Florida. OBJECTIVE: Should privatation result, the ownership of CCAS potable water, wastewater, and ectrical utility systems, operation and maintenance and obligation

continue to provide utility service for an indefinite and ongoing riod will transfer to a utility service provider. All responsibility for aintaining reliable utility service, including such items as environmental ampliance, maintenance costs, major system renovations, construction, uipment, manpower and overhead costs will become the utility service covider's responsibility. It is intended that the privatization will ultimately duce the Air Force's life-cycle costs for operating and maintaining Hity systems and services. SYSTEM DESCRIPTIONS: The following is rovided only to give an approximation of the size, scope and general escription of the potable water, wastewater, and electrical utility systems. my numbers should only be used for estimating purposes. The following -stem parameters are approximations: Water Distribution: supply capac2. 30 MGD: Piping. 100 miles; facilities served, 230: three pump ations; storage tanks capacity. 5.2 million gallons. Waste Water Collec

Maintenance, Repair, and Rebuilding of Equipment

USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box 2965, Portland, Oregon 97208-2965

TREE PLANTING AND MAINTENANCE SOL HAQ992018 DUE 011999 POC Tom Fulton 503-952-6218 The work consists of initial planting and installation of a fertilizer packet for each planted tree on 55 acres (approximately 550 irees per acre), and interplanting and installation of a fertilizer packet on 120 acres (approximately 350 trees per acre). Associated maintenance treatments include scalp and grub maintenance on 25 acres, scalp with mulch installation on 66 acres, and tree netting installation on 52 acres. This request for quotation includes an option that allows for increased quantities not to exceed fifty percent (50%) of the total contract price. Project sites are located in Grants Pass Resource Area, Medford District. Oregon. All responsible sources may submit an offer which will be considered. See Numbered Note(s): 1.

or 942mhor.blor MW-350 SN 280840)

Department of Veterans Affairs, VA Medical Center (900), 2401 West Main Street, Marion, IL 62959

-TRIENNIAL SWITCHGEAR INSPECTION SOL RFQ 609-16-99 DUE 011599 POC Mary J. Bird, Contracting Officer (618)993-4175. Fax (618)993-4156 Provide all labor, supervision, materials, tools, test equipment and manulacturer's recommended test equipment to perform the triennial switchgear inspection for physical testing, cleaning, lubricating and adjustment of vanous low and medium voltage ait break switches, generators, transfer switches and transformers. Sol. docs available o/a 12/17/98 Quotes due o/a 1/15/99 Requests for sol. pkg. must be submitted in writing and will also be accepted via facsimile and e-mail. All responsible sources may submit a quote which will be considered.

The Contracting Officer be reached by e-mail. (W-349 SN280678)

WRITE TO BUYER FOR A COPY OF THE SOLICITATION. THE SOUCITATION WILL ONLY BE AVAILABLE ON THE TINKER WEBSITE. Solicitation will not be available on the WEB Page until after 28 Dec 1998. The approximate issue response date will be 04 JAN 1999. The anticipated award date will be 22 Jan 1999. Electronic procedure will be used for this solicitation. See our Web page. See Note (s) 1.

http://www.tinker-contract.com/pkobizops/supplies/active/active.htm Click here to reach the Tinker AFB PK Business

Click Here to E-mail Buyer ***** (1-350 SN281019)

Department of Veterans Affairs, VA Medical Center (90C), 2401

West Main Street, Marion, IL 62959 HPM/REPAIR SERVICE ADEC VERTEX PLUS TM/PEGASSYS 20 GAMMA CAMERA SOL RFQ 609-15-99 DUE 011599 POC Mary J. Bird, Contracting Officer, 618/993-4175 FAX 618/993-4156 Provide all labor, materials, equipment and supervision necessary to perform preventive maintenance/ repair service of ADEC Vertex Plus TM/Pegasys 20 Gamma Camera, Model NVPP20, SN 797F6000686. The Government anticipates award of a one year contract with options for two additional years. SIC 7699. Sol. pkg. available o/a 12/18/98 and must be requested in writing from the Contracting Officer. Faxed and e-mail requests will also be accepted.. Quotes due o/a 1/15/99. All responsible sources may submit a quote which will be considered.

The Contracting Office may be reach via email. (W-349 SN280679)

POC Contract Specialist, JAMES E. HALL, (805) 228-6282, OR, Contractare Officer, ELKE FOSS, (805) 228-0617 PHD, Naval Surface Warfare Center intends to solicit, negotiate, and award a contract on a Cost Reimburs ment basis for Design Agent Engineering Support Service for the i 45 Target Detection Device/Shroud Assembly (TDD/SA), including asso ated Electronic Assemblies (EAS), TDD test equipment (TE), and atalar equipment on a sole source basis. Motorola Inc is the sole design agent and manufacturer of the MK 45 TDD/SA The design agent support services are required for unique planning, troubleshooting recen, upgrade, and technical documentation for the MK 45 Mod 0-10 TO SA for the US Fleet and allied navies. The required Services will be provided for a basic contract period of twelve (12) months plus de one-year option periods, for a total of 36 months. All work pertar med shall include work specifically related to MK 45 program development production,in-service engineering, maintenance and/or operational related support equipment. The anticipated level of effort is approximate 10,000 manhours per year. Award of a proposed Cost Re-imbursenes type contract (CPFF) is anticipated for 15 September 1999 or befar The applicable Standard Industrial Code (SIC) is 8711 and the federa Supply Code (FSC) is J014. The anticipated release date for this sencils! is on or about 1 February 1999. This synopsis is for motores purposes only. Notes: (22) and (26) are applicable to this requirement To obtain a copy of the solicitation, you must vist PHD. NSNC page at: http://www/nswses navy.mil/procurements A hard copy # 38 solicitation will be available "For Review Only, in the bid folder because in the lobby of bldg #5, PHD, (4-350 SN 280954)

| Technical Representation Services

Supply Directorate, Contracting Department, PSC Box 8018, MCAS,

Cherry Point, NC 28533-0018 HINSPECTION AND REPAIR OF A SPARE 7-64 DYNAMOMETER AND SPARE SPINDLE ASSEMBLY SOL M00146-99-Q-V177 DUE 012199 POC Lee imhauser, Purchasing Agent, 252-466-8297, or Cindy Ives, Contracting Officer, 252-466-5318 The Naval Aviation Depot located at the Marne Corps air Station, Cherry Point, NC, has submitted a procurement request for Disassembly and Inspection of a T-64 Dynamometer. The Depot has also submitter a procurement request for a High-Strength spindle Shaft Assembly (Model Number 505-100-085). The disassebly, inspection and the spindle assembly shall be used in the T-64 Test Cell. The period of performance for the disassembly and inspection on the dynamometer shall be 25 Jan 99 through 28 Feb 99 and the spindle assembly shall be received within 30 days after receipt of order. Provide cage code and Dun and Bradstreet number with request. No telephone request please. Fax request to 252-466-8492. As of 1 march 1998 all contractors must be registered in the Central Contractor Registration (CCR) Database as a condition of contract award. Contract may register in the CCR through the World Wide Web at http://www.acq.osd.mulec or call the DOD Electronic Commerce Information Center at 1-800-334-3414. (W350 SN280774)

General Services Administration, Public Buildings Service (PBS). Eastern Area, New Orleans District (7PEN), 501 Magazine Street, Room 1044, New Orleans, U, 70130

-FULL MAINTENANCE AT VARIOUS FEDERAL BUILDINGS IN THE BATON ROUGE, LAFAYETTE, OPELOUSAS AND HOUMA, LA, AREA. SOL GS-07P-99-UUC-0015 DUE 021599 POC Vicki Reed, Contract Specialist, Phone (504) 589-6677, fax (504) 589-6698. Email Noto, Contract Specialist, Phone (504)589-6678, Fax (504)5896698, Email gayle SIC Code: 7349: GS-07P-99-UUC-0015. Provide all management, supervision, labor materials, supplies, repair parts, tools and equipment and shall plan, schedule, coordinate and assure effective performance of Fut Maintenance Services at Russel B. Long Federal Building/Courthouse, Social Security Administration, and Old Federal Building/Courthouse. Baton Rouge, LA. The Estaurine and Coastal Fisheries Center, Federal Building/US Courthouse, Lafayette, LA. The Federal Building/Post Office, Opelousas, LA., and the fede Building Post Office, Houma, LA. Contract period May 1, 1999 through April 30, 2004 with two, five year option periods, for a total of 15 years. This contract will be acquired utilizing SOURCE SELECTION procedures with award based on "GREATEST VALUE” concept. Anticipated release date of the request for proposal is on or about January 11, 1999, with an anticipated receipt of proposal date of February 15. 1999. The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in PDF format and will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address of General Services Administration page is http://eps.arnet.gov. Prospective oflerors shall notify this office (either by electronic mail or facsimile) of their intent to submit an offer. It is the offeror's responsibility to monitor this site for 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 numbered notes can be viewed at the above website. This solicitation is set aside for small business. Estimated contract value for the five year period is between $2,500,000 to $5,000,000. Bid/performance 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-UUC-0015&LocID=17 Visit this URL for the latest information about this notice

Vicki Reed (D-350 SN281042)

Defense Threat Reduction Agency, 6801 Telegraph Rd., Alexandria,

VA 22310-3398 1-SUPPORT TO THE JOINT V.S/RUSSIAN OPTIMIZATION OF THE TWO-STAGE DESTRUCTION PROCESS FOR ORGANOPHOSPHORUS AGENTS SOL AIC 1272 POC Timothy Houston, Negotiator, (703) 810-4637 PM effort is entitled Support to the Joint U.S. Russian Optimiston # the Two-Stage Destruction Process for Organophosphorus Agents pour Defense Threat Reduclion Agency (OTRA) has a requirement to i months of additional work on the Support to the Jotoi USA Optimization of the Two-Stage Destruction Process for Organophosatec 5 Agents contract. Contractor will: a)provide a more in-depth 25 of the FD-4M in order to characterize the RD-4M mixture, Dkretar joint experiments to demonstrate the synthesis: and cival dat hy efficacy of VX destruction using the RD-4M produced. This effet also include support to chronic toxicological testing, identified in toxicological studies of the basic contract, and QA oversight Russian institutes during the conduct of testing. DTRA plans to maint the additional work to the current contractor, Battelle Memorial Instal 505 King Avenue, Columbus, Ohio 43201. All inquiries must writing and directed to Mr. Timothy Houston, Detense Threat Red.co Agency, 45045 Aviation Drive. Dulles, YA 20166-1517. See note

http://www.dswa.mil/dswaproc/cui proc.htm Click here to access the DTRA Current Solicitations web page

timothy.houston@dtra,mit Click here to contact the contract SDECHES via e-mail (W-350 SN280755)

K Modification of Equipment

Military Sealift Command, Pacific, Code N-10, 140 Sylvester Road,

San Diego, CA 92106-3521 H-MID-TERM AVAILABILITY (MTA) SOL N31980-99-R-4040 POC Jennifer Tsui at fax number 619-553-7774 Mid-Term Availability (MIA). USNS SIOUX (T-AIF 171)to start on or about 15 June 1999. Ship specifications: lenghth 226'0"; beam 42'0“: draft 15 6 3/4": and displacement 2330 LI. Place of performance is Contractor's facility, West Coast CONUS. This is an unrestricted procurement. All Otteror must have an executed Master Agreement for Repair and Alteration of Vessels prior to award of contract. Only written requests for solicitation will be accepted. Solicitation will be issued via compact disc, Ollerors must have capability to read solicitation in MS Word 5.0 or 7.0

http://www.msc.navy.mil None

Jennifer. .navy.mil Military Sealift Command (W-350 SN280873)

Directorate of Contracting/Bldg 1233, 00-Alc/6072 Fir Avenue,

Hill Air Force Base, UT 84056-5820 I-RADAR ELECTRICAL DISPLAY UNIT SOL F42620-99-0-23697 01 DUE 012699 POC For copy, Janice Pech/Likes/18011777-5768, For additional information contact Janice Peck/ltks/18011777-5768 Amended. This synopSiS is cancelled because of urgency. 18. 19. See above 20. PECKI@HILLWPOS. HILLAF.MIL!! 21. Click Here to

http://contracting hill at mil/htm/2099424221/21 2099024221.htm Chick here to obtain view solicitation.

Click Here to E-mail Buyer***** (1-350 SN280994)

Port Hueneme Division (Code 5F00), Naval Surface Wartare Center,

4363 Missile Way, Bldg #5, Port Hueneme, CA 93043-4307 K-DESIGN AGENT SUPPORT SERVICE FOR THE MK612 GMTS, DLME! PRODUCTION AND ANCILLARY TEST EQUIPMENT. SOL N63394-99-R-1217 DUE 030199 POC Contract Specialist, JAMES E HALL, (805) 228-6282, 01. Contracting Officer, ELKE FOSS. (805) 228-0617 The Navy intends to procure Design Agent Engineering Support Services for various blocks of Standard Missile; production; Itermediate Level Maintenance Facility (ILMF); and Depot Level Maintenance Facility (DLMF) Test and Ancillary, Equipment for the MK 612 Guided Missile Test Set (GMTS) from Raytheon Missile Company (RMCO) 1151 East Herman Road, Bldg 801, M/S19, P.O. Box 11337, Tucson, AZ using Other Than Full and Open Competition pursuant to the Authority of 10 U.S.C. 2304(C)(1). This procurement is a follow-on requirement to the existing Design Agent Engineering Support Services contract (N63394-99-0-1215) with Raytheon Missile Systems Company (RMSC), Tucson, AZ. Raytheon Missile Systems Company,is the sole design agent and manufacturer that developed and currently maintains the level II drawings for the MK 612 GMTS for the Navy. The required services will be provided for a period of twelve (12) months, plus two (2) one year option periods for a total of thirty-six (36) months. All work performed shall include work specifically related to the MK 612 program development, production, in-service engineering, maintenance and/or operational related support equipment The anticipated level of effort is approximately 18,000 manhours per year Award of a proposed Cost Re-imbursable type contract (CPFF) is anticipated for 15 September 1999 or before. The applicable Standard Industrial Code (SIC) is 871) and the Federal Supply Code is 1014. The anticipated release date for this solicitation is on or about 25 January 1999. This synopsis is for "Information purposes only". Notes:(22) and (26) are applicable to this requirement. To obtain a copy of this solicitation, you must vist PHD, NSWC web page at: http://www/ nswses.navy.mil/procurements A hard copy of this solicitation will be available "For Review Only". In the bid folder located in the lobby of bldg #5, PHD, (1-350 SN 280953)

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

Material Mgt Branch, Washington, DC 20534-0001 6SERVICE ON A HYPERION GENERAL LEDGER SYBASE SATELE DATABASE SOL IPL-0-0097-99 DUE 122898 POC Louise Slopete for Telephone No. 202-305-7322 UNICOR, Federal Prison Industrie intends to enter into a Firm-Fixed Price sole source requirement Relational Data Systems (RDS), 30 Executive Park, Suite 260. CA. 92714 for performing remote management on a Hyperion Ce** Ledger Sybase Software Database running under Windows NT, Martesani of server's database applications allow UNICOR to receive martesat and updates. This includes 24 hour on call assistance to main servers bugs being feed in a timely manner with phone cai ** placed. This will be daily, weekly and monthly maintenance resume to be performed. ROS will provide Ist ties Zights out Service" * support of 5 X 24 working as primary system and database producto support. RDS will also provide NI, Sybase and Network Cossuet plus expenses in addition to service referenced in Item 2 eres service to include 7 X 24 coverage. Production Support Consu** includes: Complete hardware review. Ioading OS with tuning for cars Loading DBMS with turning to OS. Event definitations and notice for Powerdoa and OS Monitor, Network consulting for proper tastys of systems into Network, Certification for Powerdba/Os Mon:tce 10 15 lights out service. The price for the service is based on the elect* number of hours needed to support the Chent's database ROSO also serve Sybase database operation or the interfaces, ties, and what among the NT operating system and the Sybase Database. ROS Der Saving shall respond to the client service calls within thuty (30) David Monday through Friday, twenty-four (24) hours per day lam litady! 1, 1999 thru December 31, 1999. Production Support Consulting Complete Hardware Review, Loading OS with tuning for OSMSWE DBMS with tuning to OS. Event deimlions and notifications for Free and OS Monitor. Network consulting for proper introductas 595 ** into network. Certification for Power DBA/OS Monitor to provide lipit Out Service. The required performance will be January 1, 1383 December 31, 1999 Performance will be FOB Destinat on es UMBODE Federal Prison Industries, Inc., Central Ollace400 Fuse Spree Washington, D.C. 20534-0001. This notice is not a request to feel Interested ofterors may submit a quolation, which will be morzare by this agency, however, a determination by the Government of

Oc-Ald/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force

Base, OK 73145-9106 1- CLOTHING SOL F34650-99-1-1197 DUE 020399 POC For copy. See PKOBIZOPS Website, cited in Para 18... For additional information contact Frankie Gilley/Phoc a/14051739-3743 Tinker Air Force Base has the following requirements for which quotes are solicited. Solicitation F34650-99-1-1197, nine (9) line items as follows 0001-NSN: 8415P5331562037-Cover alts Oty: 144 PR; 0002-NSN: 8415P737P852Coveralls-Qty: 144 PR; 0003-NSN 8415P800-MOM-Gloves-Qty: 200 DZ: 0004-NSN: 8415PP13-Gloves - Qty 5400 PR. 0005.NSN 8415P5420-GlovesOly: 300 DZ: 0006-NSN: 8415PFINGERMITT-FINGERMIT-QTY: 150 PR: 0007-NSN 8415P737PB48-Coveralis-Qty: 144 PR; 0008-NSN: 8430091122459-Footwear Covers Qty 500 PR: 0009-NAN8430009112459-Footwear Covers-Qty 145 PR DO NOT CALL, FAX OR

Port Hueneme Division (Code 5F00), Naval Surface Wartare Center, 4363 Missite Way, Port Hueneme, CA 93043-4307

-DESIGN AGENT SUPPORT FOR THE MK 45 TARGET DETECTION DEVICE AND SHROUD ASSEMBLY. SOL N63394-99-R-1216 DUE 041599

tion will be provided by way of an amendment to this announcement. It should be noted that the RFIs for different utility systems may be issued in the same time frame. A separate response to each RFI is required. The point of contact is Scott Beckman or Joel Theis. 303/771-3103

E-mail to POC (W-349 SN280666)

tuote this proposed contract based upon responses to this notice is as het ta holely within the discretion of the Government. Provisions FAR 52.212**** instructions to Offerors-commercial Items applies to this acquisition. la the following are addenda to FAR Clause 52.212-1: Paragraph (c) Period

him of acceptance of otters; the offeror agrees to hold their prices of somheir quote form for 30 calendar days from the date specified for 7 Metaceipt of quotes. Provision FAR 52.212-2, Evaluation-Commercial Items, ?vice shall be evaluated by multiplying each offeror's proposed unit

sice by the each line item, taking into consideration any applicable * Ivy American differentials. Discounts for early payment, if offered, Pierwell not be considered in the evaluation of award. Each reference *** w gust contain the name, address and telephone number of the company 117p government agency for which a contract was performed as well CMO a contact person and contract number if applicable. Vendors must qrame clude a completed copy of FAR Provision 52.212-3, Offeror Representa

spins and Certifications-Commercial Items with their offer. Any quotes det sig at reject the terms and conditions of this solicitation or do not ay clude the certifications and representations contained in FAR 52.212

may be excluded from consideration. The following clauses apply

this solicitation: FAR 52 212-4. Contract Terms and Conditions-Commeral Items applies and FAR 52212-5, Contract Terms and Conditions quired to implement Statutes or Executive Orders-Commercial Items, d FAR Provision 52.214-31, facsimile quotes are acceptable. Send

the attention of Louise Stoneberger, Contracting Officer at (202) 1-7363/-7365. Vendors may submit quotes to UNICOR, Federal Prison dustries, Inc, ATTN: Bid Custodian, Material Management Branch, 0 First Street NW, 7th Floor, Washington, DC 20534. Quotes may

submitted on the Standard Form 1449 or on your company letterhead. e due date and time of receipt of ofterors is 2:00 p.m.. Eastern andard Time, December 28, 1998. All quotes must reference the otation number 1PL-0-0097-99 and the due date for receipt of quotes,

me, address and telephone number and discount terms that is offered old discount terms. If quote is not submitted on a Standard form

49. you must include a statement specitying the extent of agreement

th all terms and conditions of this quotation. NO TELEPHONE REQUEST ET QUOTE WILL BE ACCEPTED. All responsible sources may submit

juote which shall be considered. Clause 52.232-33, Mandatory Informaa for Electronic Funds Transfer Payment, applies to this acquisition. e lo electronic payment procedures, all vendors must supply your H Number and TIN Number with your quote. FAX questions are, come al 202-305-7363/-7365. Contact Louise Stoneberger al 2025-1322 for information regarding this solicitation. www.unicor.gov/procurement Download solicitation Istone@Central. UNICOR.gov istone@Central UNICOR.gov (W-350 280968)

$5M. 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: (1) capability and experience in ownership operation and maintenance of similar potable water and wastewater utility systems; (2) financial Capacity to purchase, expand and operate the utility systems; (3) statemeni 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 state laws and an understanding of any applicable federal, teritonal and local utility laws, regulations or franchise requirements affecting utilities in the territory, and capability of complying with such requirements; and (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 (State) 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 site visit and the provision additional data are later determined necessary, notification will be provided by way of an amendment to this announcement. It should be noted that the RFIs for different utility systems may be issued in the same time frame. A separate response to each RFL is required. The point of contact is Scott Beckman or Joel Theis, 303/771-3103.

E-mail to POC (W-349 SN280661)

USAFE Contracting Squadron LGC, Unit 3115, APO AE 09094-3115 N-BASE MAINTENANCE OPERATIONS AT ARAXOS A.S., GREECE SOL F61521-99-R-5010 POC Mrs. Doris Dollitz, Buyer, Phone: from outside Germany 011 49 631 3539 195 The USAFE Contracting Squadron intends to solicit proposals for a follow-on contract for Base Maintenance Services for Araxos A.S., Greece. Functional areas include Program management, Civil Engineering, Vehicle Management & Maintenance & Food Services. The period of performance for the Greece Base Maintenance Contract is for a two month phase-in period and one basic year starting 1 Oct 99 with four one-year options. A Fixed Price plus Award fee or Incentive fee type contract is anticipated. This procurement requires U.S. Security Clearance for key positions. Copies of the solicitation will be available through USAFE Contracting Squadron's web site: www.usate.at miljoint/cons/cons/html. Final RFP will be available on or about 1 Mar 99. NO PAPER COPIES WILL BE ISSUED. No telephonic requests for the solicitation package will be accepted. NOTE: It is the offeror's responsibility to monitor the aforementioned Internet site for the release of the solicitation and amendments (if any). Potential otterors will be responsible for downloading their own copy of the solicitation and amendments (if any). Attendee lists of interested parties can be downloaded from the USAFE CONS' website. Date, time and location of the Pre-Proposal Conference will be announced at a later date.

http://www.dorothea Click here to access the USAFE CONS Web Site

dorothea dollitz@ramstein al mil Click here to contact the USAFE CONS point of contact, Mrs. Doris Dollitz, via e-mail (W-350 SN280718)

Operation of Government-Owned Facilities

913 AW/LGC, 1051 Fairchild St, Willow Grove Air Reserve Station,

Willow Grove, PA 19090-5203 M-OPERATION & MAINTENANCE OF HVAC SYSTEMS SOL F3670099-B-A001 POC Contract Administrator: C. 1. Schoenherr, FAX (215) 443-1956 Provide all supervision, personnel, equipment, material and other items and services necessary to operate, maintain, and repair all HVAC systems, including the central HTHW plant and distribution systems at the Willow Grove Air Reserve Station, PA. The term of the contract shall be for a basic performance period from 1 April 1999 through 30 September 1999 with four (4) one-year option periods. Solicitation packages will be issued on or about 15 January 1999. Requests for solicitation package must be requested in writing either by FAX to (215) 443-1956 or by letter to the above address. See Note No. 1. (W-350 SN280783)

5460 South Quebec St., Suite 100, Englewood, CO 80111-1916

PRIVATIZATION UNDER 10 USC 2688, UTILITY SYSTEMS: CONVEYCE AUTHORITY AT PATRICK AIR FORCE BASE, FLORIDA DUE 012299 POC Scott Beckman or Joel Theis, 303/771-3103 PRIVATIZATION ER 10 USC 2688, UTILITY SYSTEMS CONVEYANCE AUTHORITY AT ICK AIR FORCE BASE, FLORIDA, SOL: N/A, DUE 1/22/99, POTENTIAL CES SOUGHT-PURPOSE The Air Force seeks to identity responsible tial sources and obtain information in regards to privatization lity systems in accordance with 10 USC 2688. "Utility Systems; yance Authority". The Commander of Patrick ATB is seeking interest ormation specifically for the potential privatization of the electrical system at Patrick AFB, Florida. OBJECTIVE: Should privatization the ownership of Patrick AFB electrical utility system, operation intenance and obligation to continue to provide utility service ndefinite and ongoing period will transfer to a utility service All responsibility for maintaining reliable utility service, including ms as environmental compliance, maintenance costs, major novations, construction, equipment, manpower and overhead become the utility service provider's responsibility. It is intended privatization will ultimately reduce the Air Force's Wife-cycle Derating and maintaining utility systems and services. SYSTEM NS: The following is provided only to give an approximation e, scope and general description of the electrical utility

numbers should only be used for estimating purposes. distribution system at Patrick AFB serves approximately, buildings and 1,549 family housing units. Annual consump

101,000 MWh. Residential usage is about 29% of system ercialindustrial usage is about 71% of system usage. e is about 2100 acres. The following system parameters FB are approximations: Electrical Primary Distribution: 49

34 miles of secondary distribution line; 2 substations acity of 80 MVA, seven switch stations; 850 transformers

Age: Approximately 90% of the system is less than the remaining 10% is about 30 years old. PROCEDURES:

interested parties is for gathering information and nponent and systematic process to evaluale the interested e Air Force's utilities privatization program. In order s both to potentially interested parties and the govern

15 being issued to determine the interest and teasibility th a formal request for proposals. Should insufficient

be identified for a privatization action, it is highly ormal solicitation will be issued. SHOULD INTEREST

SUFFICIENT, A FORMAL REQUEST FOR PROPOSALS MAY G. Small Business interests shall note the FAR Part ustrial Codes (SIC) and Size Standards for the utiliy d in this announcement. Some, all, or any combination may apply. SIC/SS: 491 1/4Million (M) Megawall hours, $5M, 4924/500, 4925/$5M, 4931/$5M, 4932/$5M, 4939/

4952/$5M. 4953/$6M. 4959/$5M, 4961/$9M, 4971.

5460 South Quebec St., Suite 100, Englewood, CO 80111-1916 M-PRIVATIZATION UNDER 10 USC 2688, UTILITY SYSTEMS: CONVEYANCE AUTHORITY AT CAPE CANAVERAL AIR STATION, FLORIDA DUE 012299 POC Scott Beckman or Joel Theis, 303/771-3103 PRIVATIZATION UNDER 10 USC 2688, UTILITY SYSTEMS: CONVEYANCE AUTHORITY AT CAPE CANAVERAL AIR STATION, FLORIDA, SOL: N/A, DUE: 1/22/99, POTENTIAL SOURCES SOUGHI-PURPOSE: 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 Cape Canaveral All Station is seeking interest and information specifically for the potential privatization of the potable water, wastewater, and electrical utility systems at Cape Canaveral Air Station (CCAS), Florida. OBJECTIVE: Should privatization result, the ownership of CCAS potable water, wastewater, and electrical utility systems, operation and maintenance and obligation to continue to provide utility service for an indefinite and ongoing period will transfer to a utility service provider. All responsibility for maintaining reliable 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 wife-cycle costs for operating and maintaining utility systems and services. SYSTEM DESCRIPTIONS: The following is provided only to give an approximation of the size, scope and general description of the potable water, wastewater, and electrical utility systems. Any numbers should only be used for estimating purposes. The following system parameters are approximations. Water Distribution: supply capacity, 3.0 MGO; Piping, 100 miles; facilities served, 230; three pump stations; storage tanks capacity, 5.2 million gallons. Waste Water Collection: Closed-loop reactor plant. 0.8 MGD: Pretreatment plant, 70,000gpd; collection system piping, 23 miles: septic tanks, 117. Electrical Distribution: 22 miles of overhead distribution line. 9 miles of underground distribution line; 3 substations with total capacity of 81 MVA: seven switch stations; 850 13.2 KVA transformers. The base size is about 15,804 acres PROCEDURES: This request to interested parties is for gathering information and is a required component and systematic process to evaluate the interested 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, it is 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 Size Standards for the utility systems identified in this announcement. Some, all, or any combination of the following may apply. SIC/SS: 4911/ 4 Million (M) Megawatt hours, 4922/$5M, 4923/$5M. 4924/500, 4925/ $5M, 4931/$5M, 4932/$5M, 4939/$5M, 4941/$5M. 4952/$5M, 4953/ $6M, 4959/$5M, 4961/$9M. 4971/$5M. 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: (1) capability and experience in ownership, operation and maintenance of similar potable water and wastewater utility systems; (2) financial capacity to purchase, expand and operate 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 state laws and an understanding of any applicable federal, territorial and local utility laws, regulations or franchise requirements affecting utilities in the territory, and capability of complying with such requirements; and (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 (State) 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 site visit and the provision of additional data are later determined necessary, notifica

DA, DIRECTORATE OF CONTRACTING, FORT DRUM, NY 13602-5220 M—THE MANAGEMENT AND OPERATION OF THE DIRECTORATE OF PUBLIC WORKS AT FORT DRUM, NY SOL DAKF36-98-R-0011 DUE 020199 POC Contract Specialist RONALD C. JOHNSON Contracting Officer SANDRA A. BROWN (315) 772-6510 (Site Code DAKF36) This is the first of three synopses announcing the OMB Circular A-76 Cost Comparison study of the Directorate of Public Works at Fort Drum, NY. The intent of this study is to determine the most efficient and cost effective method of providing Public Works Services included in the management and operation of the Directorate of Public Works at Fort Drum, NY. This notice does not constitute a commitment by the Government. The study will determine whether these services should be performed under a contract with commercial sources or through the federal work force. A government proposal to provide these services is being developed and a contract may or may not result. The SIC is 8744 with small business size standard of $20.0 million. The Cost Comparison Study of Public Works Services at Fort Drum, includes the following range of functions which are subject to change based upon mission requirements: Work Reception and Management, Supply Support Programs, Carpentry. Plaster and Drywall, Roofing, Packing and Crating. Locksmith, Masonry, Painting, Signage. Electrical, Heating, Ventilation and Air Conditioning (HVAC), Sheet Metal and Welding, Plumbing and Pipefitting. Swimming Pools, Ground Water Re-mediation Wells, Central Vehicle Wash Facility (CVWF), Fuel Dispensing Equipment, Vehicle and Equipment Maintenance, Pest Control Management, Grounds Maintenance, Surfaced and Unsurfaced Areas, Railroads, Refuse Collection and Disposal, Alarm Systems, Environmental, Engineering, Master Planning and Real Property Management, Project Work, Billeting, Water Trealment and Distribution Systems, Wastewater Collection, Natural Gas Distribution Systems, Electrical Distribution Systems, Telemetry, Fuel Distribution Systems, Snow Removal Operations, and Housing Management. Proposal evaluation will be in accordance with the procedures set forth in OMB Circular A-76 and Section M of the Request for Proposal. RFP issuance date will be O/A 15 Mar 99. Any resulting contract will have a performance period consisting of a base year with four option years and the contract type is anticipated to be a Cost Plus Award fee. All Olterors for this solicitation will be required to submit a complete technical, management and cost proposal with associated documentation, However, during the interimi period, we are seeking questions and comments from Industry on a Draft Request for Proposal (DRFP). The DRFP will be available O/A 22 Jan 99 via internet by accessing the fort Drum Directorate of