TRUTH BE TOLD

TRUTH BE TOLD
WORLD NEWS EVERY DAY

Thursday, December 20, 2012

POWER PLANT CONTROL CONSOLE ASSEMBLY

SUBJECT: 61--61 -- POWER PLANT CONTROL CONSOLE ASSEMBLY
SOL F07603-01-T-0350
DUE 082401
POC William Galvin, Contract Specialist, Phone (302) 677-3744,
  Fax = (302) 677-2309, Email William.Galvin@dover.af.mil
DESC: Dover Air Force Base wishes to purchase a Power Plant Control
  = Console Assembly. Complete specifications are available as
  attachments = to this solicitation. This solicitation is set
  aside for small business = concerns. All quotes should be valid
  through November 30, 2001. If = there is an after hour point
  of contact, please include in quote. All = firms or individuals
  responding must be registered with the Central = Contractor
  Registration (CCR). All responsive small business offerors
  = will be considered by the agency. The entire solicitation
  will be made = available on the Electronic Posting System (EPS)
  Web Site at = http://www.eps.gov. The solicitation can be accessed
  by following the = links on the EPS website to USAF Offices,
  Air Mobility Command, 436 = CONS. Paper copies will not be
  available. All prospective offerors = interested in submitting
  a quote must have a commercial and government = entity code
  (CAGE Code). Interested parties should submit their = company
  name, mailing address, point of contact, phone number, e-mail
  = address, and business status to SrA Galvin at the below listed
  e-mail = address.=20 William.Galvin@dover.af.mil
LINKURL: http://www.eps.gov/spg/USAF/AMC/436CONS/F07603-01-T-0350/listing.ht=
  ml
LINKDESC: 
  notice
CITE: (D-229 SN50V2P6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 61--STATOR
SOL F34601-02-Q-22047
DUE 100801
POC Oscar Jenkins, Contract Negotiatior, Phone 405-734-4627,
  Email = oscar.jenkins@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 61--STATOR SOL F34601-02-Q-22047
  DUE 100901 OC-ALC/PKXDA TINKER AFB OK = 73145-3015, For additional
  information contact Oscar = Jenkins/Lidab/[405]734-4627 Item
  0001 NSN 6115-01-193-4248 P/N: = 9000D64-4, Material/steel/copper
  function: help provide AC current to = generator NHA: 6115011497588HY
  B01B ACFT T.O. 8C7-2-52-3/-4 15EA. = Applicable to: B1b. Destn:
  FB2029. Delivery: 30 Jun 2003 15 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 qualification
  = requirements for this item were established prior to 19 Oct
  1984 and = the requirements of FAR 9.202(A) do not apply. These
  qualification = requirements apply to line item(s) 0001 The
  approximate issue/response = date will be 06 SEP 2001. The
  anticipated award date will be 07 Dec = 2001. Written procedure
  will be used for this solicitation. To: = Hamilton Sundstrand
  Corp, Rockford Il 61125-7002. No telephone = requests. Only
  written or faxed requests received directly from the = requestor
  are acceptable. All responsible sources solicited may submit
  = a bid, proposal, or quotation which shall be considered.
  The proposed = contract action is for supplies and services
  for which the Government = intends to solicit and negotiate
  with only one, or a limited number of = sources under the authority
  of FAR 6.302. Interested persons may = identify their interest
  and capability to respond to the requirement or = submit proposals.
  This notice of intent is not a request for = competitive proposals.
  However, all proposals received within forty = five-days (thirty
  days if award is issued under an existing basic = ordering
  agreement) after date of publication of this synopsis will
  be = considered by the Government. A Determination by the Government
  not to = compete this proposed contract based upon responses
  to this notice is = solely within the discretion of the Government.
  Information received = will normally be considered solely for
  the purpose of determining = whether to conduct a competitive
  procurement. Award will be made only = if the offeror, the
  product/service, or the manufacturer meets = qualification
  requirements at the time of award in accordance with FAR =
  clause 52.209-1. The solicitation identifies the office where
  = additional information can be obtained concerning qualification
  = requirements as cited in each individual solicitation. =05
  It is = suggested that small business firms or others interested
  in = subcontracting opportunities in connection with the described
  = procurement make contact with the firm(s) listed. Specifications,
  = plans, or drawings relating to the procurement described
  are incomplete = or not available and cannot be furnished by
  the Government. Note: Faxed = solicitation requests can be
  submitted to OC-ALC/PKXDA, Tinker AFB OK = 73145-3015, FAX
  NUMBER (405)739-3656. Request for Written Quotation = will
  be issued. The anticipated award date will be 60 days after
  the = issuance of this notice. See Note (s) 26.=20 Click here
  to reach Tinker AFB Central Contracting Synposes at EPS Click
  Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-Q-22047/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2P8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 61--STATOR
SOL F34601-02-Q-22046
DUE 100801
POC Carol Okazaki, Contracting Officer, Phone 405 734-4639, Fax
  = (405) 739-3462, Email carol.okazaki@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 61--STATOR SOL F34601-02-Q-22046
  DUE 100901 OC-ALC/PKXDA TINKER AFB OK = 73145-3015, For additional
  information contact Carol = Okazaki/Lidab/[405]734-4639 Item
  0001 NSN 6115-01-193-8182 P/N: = 948F761-1, P/N 948F761-2 Dim.
  8 x 8 inches and 5 inches inside diameter = mat. steel, copper
  controls and distributes voltage from the generator = to the
  ACFT NHA: generator(NSN: 6115011497588)B01B ACFT 14EA. = Applicable
  to: B01b. Destn: FB2029. Delivery: 31 Dec 2002 14 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 qualification
  = requirements for this item were established prior to 19 Oct
  1984 and = the requirements of FAR 9.202(A) do not apply. These
  qualification = requirements apply to line item(s) 0001 The
  approximate issue/response = date will be 06 SEP 2001. The
  anticipated award date will be 07 Dec = 2001. Written procedure
  will be used for this solicitation. To: = Westinghouse Electric
  Corp, Lima Oh 45802-0989. No telephone requests. = Only written
  or faxed requests received directly from the requestor are
  = acceptable. All responsible sources solicited may submit
  a bid, = proposal, or quotation which shall be considered.
  The proposed contract = action is for supplies and services
  for which the Government intends to = solicit and negotiate
  with only one, or a limited number of sources = under the authority
  of FAR 6.302. Interested persons may identify their = interest
  and capability to respond to the requirement or submit = proposals.
  This notice of intent is not a request for competitive = proposals.
  However, all proposals received within forty five-days = (thirty
  days if award is issued under an existing basic ordering =
  agreement) after date of publication of this synopsis will
  be = considered by the Government. A Determination by the Government
  not to = compete this proposed contract based upon responses
  to this notice is = solely within the discretion of the Government.
  Information received = will normally be considered solely for
  the purpose of determining = whether to conduct a competitive
  procurement. Award will be made only = if the offeror, the
  product/service, or the manufacturer meets = qualification
  requirements at the time of award in accordance with FAR =
  clause 52.209-1. The solicitation identifies the office where
  = additional information can be obtained concerning qualification
  = requirements as cited in each individual solicitation. =05
  It is = suggested that small business firms or others interested
  in = subcontracting opportunities in connection with the described
  = procurement make contact with the firm(s) listed. Specifications,
  = plans, or drawings relating to the procurement described
  are incomplete = or not available and cannot be furnished by
  the Government. Note: Faxed = solicitation requests can be
  submitted to OC-ALC/PKXDA, Tinker AFB OK = 73145-3015, FAX
  NUMBER (405)739-3656. Request for Written Quotation = will
  be issued. The anticipated award date will be 60 days after
  the = issuance of this notice. See Note (s) 26. Click here
  to reach Tinker AFB Central Contracting Synposes at EPS Click
  Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-Q-22046/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2Q2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 61--POWER SUPPLY
SOL F34601-02-Q-22077
DUE 100801
POC Carol Okazaki, Contracting Officer, Phone 405 734-4639, Fax
  = (405) 739-3462, Email carol.okazaki@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 61--POWER SUPPLY SOL F34601-02-Q-22077
  DUE 100901 OC-ALC/PKXDA TINKER = AFB OK 73145-3015, For additional
  information contact Carol = Okazaki/Lidab/[405]734-4639 Item
  0001 NSN 6130-01-027-1832 P/N: 2-414, = dimens: 6" high, 14"
  long & 9.5" wide, weight 16 lbs. Matl: solid state = electronics,
  descrip: This transformer-rectifier power supply, is a = compact,
  low voltage, high-current power supply for aircraft use. func:
  = converts three phase 115/120 VRMS, 400 HZ to 25.7 VDC. H
  NHA P/N: = 204-561296-3, ACFT: E3A 5EA. Applicable to: E3a.
  Destn: Tinker Air = Force Base Ok 73145-3028. Delivery: 30
  Apr 2003 5 ea The approximate = issue/response date will be
  06 SEP 2001. The anticipated award date = will be 07 Dec 2001.
  Written procedure will be used for this = solicitation. To:
  Eldec Corp, Lynnwood Wa 98046-0100. No telephone = requests.
  Only written or faxed requests received directly from the =
  requestor are acceptable. All responsible sources solicited
  may submit = a bid, proposal, or quotation which shall be considered.
  The proposed = contract action is for supplies and services
  for which the Government = intends to solicit and negotiate
  with only one, or a limited number of = sources under the authority
  of FAR 6.302. Interested persons may = identify their interest
  and capability to respond to the requirement or = submit proposals.
  This notice of intent is not a request for = competitive proposals.
  However, all proposals received within forty = five-days (thirty
  days if award is issued under an existing basic = ordering
  agreement) after date of publication of this synopsis will
  be = considered by the Government. A Determination by the Government
  not to = compete this proposed contract based upon responses
  to this notice is = solely within the discretion of the Government.
  Information received = will normally be considered solely for
  the purpose of determining = whether to conduct a competitive
  procurement. =05 It is suggested that = small business firms
  or others interested in subcontracting = opportunities in connection
  with the described procurement make contact = with the firm(s)
  listed. Specifications, plans, or drawings relating to = the
  procurement described are incomplete or not available and cannot
  be = furnished by the Government. Note: Faxed solicitation
  requests can be = submitted to OC-ALC/PKXDA, Tinker AFB OK
  73145-3015, FAX NUMBER = (405)739-3656. Request for Written
  Quotation will be issued. The = anticipated award date will
  be 60 days after the issuance of this = notice. See Note (s)
  26.=20 No URL Listed. Click Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-Q-22077/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2Q7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 61--EXCITER
SOL F34601-02-Q-22041
DUE 100801
POC Carol Okazaki, Contracting Officer, Phone 405 734-4639, Fax
  = (405) 739-3462, Email carol.okazaki@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 61--EXCITER SOL F34601-02-Q-22041
  DUE 100901 OC-ALC/PKXDA TINKER AFB OK = 73145-3015, For additional
  information contact Carol = Okazaki/Lidab/[405]734-4639 Item
  0001 NSN 6115-01-179-3862 P/N: = 947F226-8, Mat: Steel, Aluminum
  26EA. Applicable to: B01b. Destn: = FB2029. Delivery: 29 Nov
  2002 26 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 qualification requirements for this item
  were = established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) = do not apply. These qualification requirements
  apply to line item(s) = 0001 The approximate issue/response
  date will be 06 SEP 2001. The = anticipated award date will
  be 07 Dec 2001. Written procedure will be = used for this solicitation.
  To: Hamilton Sundstrand Corp, Rockford Il = 61125-7002. No
  telephone requests. Only written or faxed requests = received
  directly from the requestor are acceptable. All responsible
  = sources solicited may submit a bid, proposal, or quotation
  which shall = be considered. The proposed contract action is
  for supplies and = services for which the Government intends
  to solicit and negotiate with = only one, or a limited number
  of sources under the authority of FAR = 6.302. Interested persons
  may identify their interest and capability to = respond to
  the requirement or submit proposals. This notice of intent
  = is not a request for competitive proposals. However, all
  proposals = received within forty five-days (thirty days if
  award is issued under = an existing basic ordering agreement)
  after date of publication of this = synopsis will be considered
  by the Government. A Determination by the = Government not
  to compete this proposed contract based upon responses = to
  this notice is solely within the discretion of the Government.
  = Information received will normally be considered solely for
  the purpose = of determining whether to conduct a competitive
  procurement. =05 It is = suggested that small business firms
  or others interested in = subcontracting opportunities in connection
  with the described = procurement make contact with the firm(s)
  listed. Specifications, = plans, or drawings relating to the
  procurement described are incomplete = or not available and
  cannot be furnished by the Government. Note: Faxed = solicitation
  requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK =
  73145-3015, FAX NUMBER (405)739-3656. Request for Written Quotation
  = will be issued. The anticipated award date will be 60 days
  after the = issuance of this notice. See Note (s) 26.=20 Click
  here to reach Tinker AFB Central Contracting Synposes at EPS
  Click Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-Q-22041/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2T7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 61--ROTOR ASSY
SOL F34601-02-Q-22040
DUE 100801
POC Oscar Jenkins, Contract Negotiatior, Phone 405-734-4627,
  Email = oscar.jenkins@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 61--ROTOR ASSY SOL F34601-02-Q-22040
  DUE 100901 OC-ALC/PKXDA TINKER AFB = OK 73145-3015, For additional
  information contact Oscar = Jenkins/Lidab/[405]734-4627 Item
  0001 NSN 6115-01-356-6257 P/N: = 949F598-1, Rotor Assem Mater:
  steel copper Dim 4 inches x 8 inches = produces AC current
  for NHA generator NSN: 6115012465622HY 6EA. = Applicable to:
  F16. Destn: Tinker Air Force Base Ok 73145-3028. = Delivery:
  30 Jun 2003 6 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 qualification requirements for this
  item were = established prior to 19 Oct 1984 and the requirements
  of FAR 9.202(A) = do not apply. These qualification requirements
  apply to line item(s) = 0001 The approximate issue/response
  date will be 06 SEP 2001. The = anticipated award date will
  be 07 Dec 2001. Written procedure will be = used for this solicitation.
  To: Westinghouse Electric Corp, Lima OH = 45802-0989. No telephone
  requests. Only written or faxed requests = received directly
  from the requestor are acceptable. All responsible = sources
  solicited may submit a bid, proposal, or quotation which shall
  = be considered. The proposed contract action is for supplies
  and = services for which the Government intends to solicit
  and negotiate with = only one, or a limited number of sources
  under the authority of FAR = 6.302. Interested persons may
  identify their interest and capability to = respond to the
  requirement or submit proposals. This notice of intent = is
  not a request for competitive proposals. However, all proposals
  = received within forty five-days (thirty days if award is
  issued under = an existing basic ordering agreement) after
  date of publication of this = synopsis will be considered by
  the Government. A Determination by the = Government not to
  compete this proposed contract based upon responses = to this
  notice is solely within the discretion of the Government. =
  Information received will normally be considered solely for
  the purpose = of determining whether to conduct a competitive
  procurement. Award will = be made only if the offeror, the
  product/service, or the manufacturer = meets qualification
  requirements at the time of award in accordance = with FAR
  clause 52.209-1. The solicitation identifies the office where
  = additional information can be obtained concerning qualification
  = requirements as cited in each individual solicitation. =05
  It is = suggested that small business firms or others interested
  in = subcontracting opportunities in connection with the described
  = procurement make contact with the firm(s) listed. Specifications,
  = plans, or drawings relating to the procurement described
  are incomplete = or not available and cannot be furnished by
  the Government. Note: Faxed = solicitation requests can be
  submitted to OC-ALC/PKXDA, Tinker AFB OK = 73145-3015, FAX
  NUMBER (405)739-3656. Request for Written Quotation = will
  be issued. The anticipated award date will be 60 days after
  the = issuance of this notice. See Note (s) 26.=20 Click here
  to reach Tinker AFB Central Contracting Synposes at EPS Click
  Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-Q-22040/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2U3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 61--CONTROL, GENERATOR FREQ AND LOAD
SOL F34601-02-R-22001
DUE 100801
POC Alan Welch, Contract Specialist, Phone 405 739-5410, Fax
  405 = 739-4417, Email alan.welch@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 61--CONTROL, GENERATOR FREQ
  AND LOAD SOL F34601-02-R-22001 DUE 100901 = OC-ALC/PKXDA TINKER
  AFB OK 73145-3015, For additional information = contact Alan
  Welch/Lidib/[405]739-5410 Item 0001 NSN 6110-01-052-6103 =
  P/N: 204-13005-39, Frequency and Load Controller, Dim: 4 in.
  wide x 4 = in. high x 6 in. in length, controller contains
  printed circuit boards = with metal casing and connector receptacle.
  ACFT: RC-135, E-8, E-3 = 25EA. Applicable to: E-3,E-8,Ec-135.
  Destn: Tinker Air Force Base Ok = 73145-3028. Delivery: 31
  Dec 2002 25 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 qualification requirements for = this
  item were established prior to 19 Oct 1984 and the requirements
  of = FAR 9.202(A) do not apply. These qualification requirements
  apply to = line item(s) 0001 The approximate issue/response
  date will be 06 SEP = 2001. Written procedure will be used
  for this solicitation. To: Boeing = Co, Seattle Wa 98124-2499.
  No telephone requests. Only written or faxed = requests received
  directly from the requestor are acceptable. All = responsible
  sources solicited may submit a bid, proposal, or quotation
  = which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
  = Justification: Supplies (or Services) required are available
  from only = one or a limited number of responsible source(s)
  and no other type of = supplies or services will satisfy agency
  requirements. The proposed = contract action is for supplies
  and services for which the Government = intends to solicit
  and negotiate with only one, or a limited number of = sources
  under the authority of FAR 6.302. Interested persons may =
  identify their interest and capability to respond to the requirement
  or = submit proposals. This notice of intent is not a request
  for = competitive proposals. However, all proposals received
  within forty = five-days (thirty days if award is issued under
  an existing basic = ordering agreement) after date of publication
  of this synopsis will be = considered by the Government. A
  Determination by the Government not to = compete this proposed
  contract based upon responses to this notice is = solely within
  the discretion of the Government. Information received = will
  normally be considered solely for the purpose of determining
  = whether to conduct a competitive procurement. Award will
  be made only = if the offeror, the product/service, or the
  manufacturer meets = qualification requirements at the time
  of award in accordance with FAR = clause 52.209-1. The solicitation
  identifies the office where = additional information can be
  obtained concerning qualification = requirements as cited in
  each individual solicitation. =05 It is = suggested that small
  business firms or others interested in = subcontracting opportunities
  in connection with the described = procurement make contact
  with the firm(s) listed. Specifications, = plans, or drawings
  relating to the procurement described are incomplete = or not
  available and cannot be furnished by the Government. Note:
  Faxed = solicitation requests can be submitted to OC-ALC/PKXDA,
  Tinker AFB OK = 73145-3015, FAX NUMBER (405)739-3656. Request
  for Written Quotation = will be issued. The anticipated award
  date will be 60 days after the = issuance of this notice. See
  Note (s) 26.=20 Click here to reach Tinker AFB Central Contracting
  Synposes at EPS Click Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-R-22001/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2V8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 62--Lighting Fixtures and Lamps
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 62--ROTOR
SOL F34601-02-R-22043
DUE 100801
POC Laura Holman, Contract Negotiator, Phone 405-739-7770, Fax
  = 405-739-3462, Email laura.holman@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 61--ROTOR SOL F34601-02-R-22043
  DUE 100901 OC-ALC/PKXDA TINKER AFB OK = 73145-3015, For additional
  information contact Laura = Holman/Lidab/[405]739-7770 Item
  0001 NSN 6115-01-014-5457 P/N: = 798C528G01, To generate electrical
  current to NHA generator. 67EA. = Applicable to: C130e/H. Destn:
  FB2029. Delivery: 30 Sep 2002 67 ea The = approximate issue/response
  date will be 06 SEP 2001. Written procedure = will be used
  for this solicitation. To: Leland Electrosystems Inc, = Vandalia
  Oh 45377 3062. To: Lockheed Martin Corp, Johnson City Ny =
  13790-1888. No telephone requests. Only written or faxed requests
  = received directly from the requestor are acceptable. All
  responsible = sources solicited may submit a bid, proposal,
  or quotation which shall = be considered. =05 It is suggested
  that small business firms or others = interested in subcontracting
  opportunities in connection with the = described procurement
  make contact with the firm(s) listed. = Specifications, plans,
  or drawings relating to the procurement = described are incomplete
  or not available and cannot be furnished by = the Government.
  Note: Faxed solicitation requests can be submitted to = OC-ALC/PKXDA,
  Tinker AFB OK 73145-3015, FAX NUMBER (405)739-3656. = Request
  for Written Quotation will be issued. The anticipated award
  = date will be 60 days after the issuance of this notice. See
  Note (s) = 26.=20 Click here to reach Tinker AFB Central Contracting
  Synposes at EPS Click Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-R-22043/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2U4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 63--Alarm and Signal, and Security Detection Systems--Potential
  Sources Sought
OFFADD: U.S. Property and Fiscal Office for Connecticut, Contracting
  Division, 360 Broad Street, Hartford, CT 06105-3779
SUBJECT: 63--CLOSED CIRCUIT SECURITY MONITORING SYSTEM
SOL DAHA06-01-T-0002
DUE 091701
POC Karen Havens 860-292-2320 fax 860-292-2342
DESC: Small Business Set Aside. Contractor to provide all labor,
  parts, material and equipment necessary to install security
  monitoring system at the Connecticut Air National Guard Base,
  East Granby, CT. System must be compatible with existing system.
  Site survey is recommended
EMAILADD: karen.havens@ctbrad.ang.af.mil
EMAILDESC: 
CITE: (W-229 SN50V3A0)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Dept. of Veterans Affairs Medical Center, 10000 Brecksville
  Road, Brecksville, OH 44141
SUBJECT: 65--WET SKIN PREP TRAY
SOL RFQ 541-088-01
DUE 082301
POC James N. Phillips, Jr. 440-526-3030 ext 7444
DESC: The Combined Synopsis for the Wet Skin Prep Tray is being
  extended from August 17, 2001 to August 23, 2001 at 4:30 pm.
  Required certifications (FAR Clause 52.212-3 and VAAR Clause
  852.219-70), the offer and a sample product (Wet Skin Prep
  Tray)are to be delivered to Louis Stokes Cleveland VAMC, 10000
  Brecksville Road, Brecksville, OH 44141, Attention James Phillips
  90C(B). 
EMAILADD: james.phillips4@med.va.gov
EMAILDESC: 
  e-mail
CITE: (W-228 SN50V270)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: VA Medical Center, 3710 SW U.S. Veterans Hospital Road,
  P.O. Box 1034, Portland, OR 97207
SUBJECT: 65--INTRAOPERATIVE MICROELCTRODE GUIDANCE SYSTEM
SOL RFQ 648-106-01
POC Suzanne Scott, Contracting Officer
DESC: The Portland VA Medical Center requires an Interoperative
  Microelectrode Guidance system, Nicolet Microguide system or
  equal. A Commercial item Request for Quotations (RFQ) will
  be issued August 22, 2001 with proposals due September 5, 2001.
  Written requests for a copy of the RFQ may be submitted by
  facsimile to (503) 402-2914 or mailed to the address above
  to the attention of Suzanne Scott (P4CONT). All responsible
  sources may submit a proposal which will be considered.No verbal
  requests will be accepted.
CITE: (W-228 SN50V2B7)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs Medical Center, 10 North
  Greene Street, Baltimore, MD 21201
SUBJECT: 65--SOVEREIGN PHACOEMULSIFICATION SYSTEM
SOL RFP 512(P)-47-01
DUE 083101
POC Carol L. Pomraning, Contract Specialist, (410) 642-1043
DESC: The VA Maryland Health Care System (VAMHCS), 10 North Greene
  Street, Baltimore, MD 21201, intends to negotiate sole source
  with Allergan Medical Optics for one sovereign phacoemulsification
  system model SOV6800300. This system has the capabilities of
  phacoemulsification, wet-field bi-polar diathermy, automated
  irrigation and aspiration. No solicitation document is available.
  This notice is issued for information purposes only and is
  NOT a request for offers. The Government believes Allergan
  Medical is the only source capable of providing this equipment
  with these unique capabilities. Any company that feels they
  have equipment equal to the Model SOV6800300 must notify the
  Contracting Officer by COB August 31, 2001. 
EMAILADD: carol.pomraning@med.va.gov
EMAILDESC: 
CITE: (W-228 SN50V2E1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veteran Affairs, Network Acquisition Program,
  130 West Kingsbridge Road, 10N3ACQ, Bronx, NY 10468-9938
SUBJECT: 65--FRESENIUS DIALYSIS MACHINES 
SOL 10N3-254-01
DUE 092101
POC Michael Smith 718-741-4322 mcihael.smith4@med.va.gov 917-689-0315
DESC: Business Service Center intends to procure on a competitive
  basis a service contract three (3) Fresenius dialysis machines
  for the VA Medical Center, 130 west Kingsbridge RD, Bronx NY
  10468 Interested parties are to request solicitation no. 10N3-254-01
  via fax @ 718-741-4722 or mail, no telephone request shall
  be accepted. 
CITE: (W-229 SN50V2H6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: U.S. Agency for International Development, M/OP/G/PHN,
  Office of Procurement, Room 7.09-145, Washington, DC 20523-7101
SUBJECT: 65--CONDOMS
SOL n/a
POC Alfreda Thomas, Contract Specialist, Tel: 202-712-1202, Fax:
  202-216-3132, E-mail: Althomas@usaid.gov
DESC: The United States Agency for International Development
  (USAID), is issuing a solicitation for a three year contract
  for 52mm condoms; the contract shall have option quantity to
  increase the contract by up to 300% per year. Production shall
  be delivered in uniform monthly allotments. The condoms shall
  be manufactured in accordance with industry standards as tailored
  to meet USAID requirements. The specifications are provided
  in this solicitation. The condoms shall have a USFDA-approved
  510k or have been in the U.S. market prior to the medical device
  amendments to the Federal Food, Drug and Cosmetic Act as amended
  in 1976. The condoms must be manufactured in the U.S. to meet
  USAID source, origin and nationality regulations under 22 CFR
  228. This RFP is being issued as a combined CBD synopsis/solicitation.
  The response time for this RFP is September 10, 2001 at 3:00
  p.m. eastern standard time. Those interested in receiving a
  Request for Proposal should send a written request. The above-numbered
  solicitation is available on the USAID World Wide Web page
  at the following address: http:// www.usaid.gov. Upon accessing
  the USAID home page, select "Business and Procurement", then
  "USAID Procurement", then "Download Available USAID Solicitations".
  The request for proposal (RFP) is entitled "Condoms" (M/OP-01-1283).
  Receipt of this RFP through internet must be confirmed by written
  notification to the contact person noted above.   
LINKURL: http://www.usaid.gov
LINKDESC: 
EMAILADD: Althomas@usaid.gov
EMAILDESC: 
CITE: (W-229 SN50V2M4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, National Acquisition
  Center, P.O. Box 76, Bldg. 37, Hines, IL 60141-0076
SUBJECT: 65--DIAGNOSTIC X-RAY SYSTEMS AND RELATED EQUIPMENT,
  INCLUDING INSTALLATION
SOL M6-Q1-01
DUE 101704
POC Steve Bense, Contracting Officer, (708) 786-5234
DESC: Medical X-Ray Apparatus/Systems, to include Computed Radiography/Digital
  Radiography (CR/DR), and related equipment, including delivery
  and installation, for delivery to various medical facilities
  of the Federal Government for negotiated multiple award Indefinite-Delivery/Indefinite-Quantity
  contracts. Contract period April 1, 2002 through March 31,
  2003, inclusive, with two renewal options. All responsible
  sources may submit an offer. Solicitation to be issued on or
  about September 5, 2001 with proposals due no later than (NLT)
  October 17, 2004. This solicitation is considered open and
  continuous; offers may be submitted at any time prior to October
  17, 2004. The solicitation will be posted electronically at
  http://www.va.gov/oa&mm/busopp.htm. Only special written requests
  for mailed copies will be considered. No telephone requests
  for the solicitation package will be accepted.--See Note 12
EMAILADD: steve.bense@med.va.gov
EMAILDESC: 
  e-mail.
CITE: (W-229 SN50V2S0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Chief, A&MM Service (90C), Department of Veterans Affairs
  Medical Center, 1 Freedom Way, Augusta, GA 30904-6285
SUBJECT: 65--VENTILATORS
SOL RFP 509-108-01
DUE 090401
POC Sylvia D. Henry, (706) 731-7175
DESC: This procurement is being conducted as a commercial item
  acquisition in accordance with FAR Part 12. The Department
  of Veterans Affairs Medical Center, Augusta, Georgia contemplates
  negotiation of a sole source procurement with Drager Medical,
  Inc., 3135 Quarry Road, Telford, PA 18969, to procure two (2)
  each Dura USA Color ventilators, including components. This
  is considered to be a sole source procurement because, after
  evaluating other ventilators, only the Drager Dura USA Color
  ventilators have the following required capabilities: automatic
  tube compensation which alters the air flow going into the
  patient depending on the airway size which allows easier breathing
  for the patient; automatic leak compensation which helps ventilate
  a patient with cuff link or chest tube leak without constant
  manual adjustments; only known ventilator on which a patient
  can breathe spontaneously in all modes of ventilation; various
  modes of operation to include assist/control, MMV (self weaning
  capability in an SIMV mode), pressure control, pressure support,
  cpap, SIMV and autoflow; required to have pressure/volume and
  flow/volume loops; twenty-four (24) hour trending capabilities
  where information can be recalled regarding changes made to
  the ventilator to help decrease errors; non-invasive ventilation
  capabilities; weaning mechanics - forced vital capacity and
  negative inspiratory flow; computer graphics which is indicated
  with the flow, volume and pressure loops; logbook that automatically
  records changes in ventilation settings and alarm activation
  with date and time; 02 filter kits, air filter kits, carriage
  stands, humidifier brackets, hinged support arms, compressors,
  110V compressor versions, standby version compressors, 3' compressor
  hoses. All of the above features will reduce the number of
  hours that patients are on ventilators and in the Intensive
  Care Unit. Installation, parts and service manuals and training
  are required. Trade-in of two (2) adult Star ventilators is
  included in the solicitation and credit amount must be reflected
  in the quotation. Delivery is FOB destination. Negotiations
  to begin on or about September 4, 2001. Applicable NAICS code
  is 339112. This Notice of Intent is NOT a request for competitive
  proposals. However, the Government will consider all proposals
  received within 15 days after publication of this synopsis.
  Interested parties may identify their interest and capability
  by submitting literature, detailing how their products meet
  VA requirements stated above, and references to the Contracting
  Officer or by fax to 706-731-7172 no later than 4:30 p.m. on
  September 4, 2001. 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.  
CITE: (W-229 SN50V2Y4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, VA Tennessee Valley Healthcare
  System, Alvin C, York Campus, Chief Acquisitions and Materiel
  Management Service (90C), 3400 Lebanon Road, Murfreesboro,
  TN 37129
SUBJECT: 65--RADIOPHARMACEUTICALS
SOL 626-01-53
DUE 092101
POC Susan Hilley, 615-867-6094
DESC: Furnish Radiopharmaceuticals to the VA Tennessee Valley
  Healthcare System, VA Medical Center, 1310 24th Ave., S., Nashville,
  TN 37212. Radiopharmaceuticals shall be delivered in unit dose
  packaging on an as needed basis, Monday through Friday during
  the hours of 7:30 a.m. to 4:30 p.m., within 30 minutes after
  order is placed. Some radiopharmaceuticals may be required
  to be delivered 24 hours per day, 7 days per week. Contract
  period will be 10/1/01 through 9/30/02 with two (2) one-year
  options to renew. NAICS code is 325413. Solicitation documents
  wil be available o/a 8/30/01. Offers are due 9/21/01. Send
  written requests to Contracting Officer (90C), VA Tennessee
  Valley Healthcare System, Alvin C. York VA Medical Center,
  3400 Lebanon Road, TN 37129, or fax to 615-867-5429, or e-mail
  to Susan.Hilley@med.va.gov. 
EMAILADD: Susan.Hilley@med.va.gov
EMAILDESC: 
CITE: (W-229 SN50V331)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Federal Bureau of Prisons, Low Security Correctional
  Institution, P.O. Box 999, Butner, NC 27509-0999
SUBJECT: 65--NOTICE OF INTENT TO NEGOTIATE ON A SOLE SOURCE BASIS
SOL BUH1522
DUE 083001
POC Larry D. Sayles, Contracting Officer, (919)575-5700 EXT 1069
DESC: The Federal Medical Center, Butner, NC intends to negotiate
  a sole source procurement of the following Olympus America
  Medical equipment:1) GI/Pulmonary Image Manager for Windows,
  stock #5002; 2) Optical Drive package, stock# 51029A; 3) 3.2
  GB backup tapes, stock #5103; 4) Heat Probe Unit, stock# HPU-20;
  5) HPU 20 Probe 2.8mm, stock# CD-120U; 6) Olympus Large Basin
  DSD Endoscope Disinfector, stock# DSD-RLB;7) Olympus DSD Internal
  Filter Pack, stock# CD-FP01;8) DSD Two Stage Prefilter, stock#
  CD-FP02. The Government believes that Olympus America Medical
  is the only qualified manufacturer, which can provide equipment
  compatible for use with current Olympus America endoscopic
  surgical video equipment currently installed at FMC Butner.
  This notice is not a request for competitive quotes, however,
  responses received on or before noon August 30, 2001 will be
  evaluated. Offerors responding to this notice must provide
  proof that their equipment will be compatible with current
  Olympus America endoscopy video systems installed at FMC Butner.
  Information shall be submitted to the address listed herein
  or faxed to 919-575-5036 and directed to the attention of Larry
  D. Sayles. 
EMAILADD: LSAYLES@BOP.GOV
EMAILDESC: 
CITE: (W-229 SN50V3B0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, 801 S. Marion St., Lake
  City, FL 32025-5898
SUBJECT: 65--BLOOD AND BLOOD PRODUCTS
SOL RFP 573-02-4
DUE 091501
POC Susan Little or Tami Drake, 904-755-3016, X-2095 or X-2096
DESC: This is a notice of intent of the North Florida/South Georgia
  Veterans  Health System, Lake City Division, 801 S. Marion
  St., Lake City, Florida, to award a sole source contract to
  LifeSouth Community Blood Center, Inc., for blood, blood products,
  and related testing, to be provided to medical  centers in
  Gainesville and Lake City, Florida, for the period October
  1,  2001 through September 30, 2002. This procurement is being
  conducted under the authority of 6.302 and FAR Part 12. This
  authority is cited and  jusitification is based on the determination
  that the government's minimum needs can best be satisfied
  by services available from one source. Other persons may identify
  their interest and capability by responding to this requirement
  by September 15, 2001. Such qualifications/capabilities will
  be perused solely for the purpose of determining whether or
  not to conduct this procurement on a competitive basis. This
  notice of intent is not a request for  competitive proposals.
  However, all responses received on or before 9/15/01  will
  be considered by the Government. A determination by the Government
  not to open the requirement to competition based upon responses
  to this notice is solely within the discretion of the Government.
  Oral communications are not acceptable and responses received
  after 9/15/01 will not be considered. 
CITE: (W-229 SN50V3D2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: 311 HSW/PK 8005 9th St. Brooks AFB, TX
SUBJECT: 65--RELEASE OF RFP AMENDMENT 5, RFP REVISION 2, AND
  UPDATED OVERVIEW
SOL F41624-01-R-1005
POC Ms Ana Jimenez
DESC: CP_EMEDS RFP Amendment 5, RFP Revision 2 and Updated Overview
LINKURL: http://sarah.brooks.af.mil/Sarah/viewsol.asp?ID=CP_EMEDS
LINKDESC: 
EMAILADD: ana.jimenez@brooks.af.mil
EMAILDESC: 
CITE: (D-229 SN50V3I2)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: Department of Veterans Affairs, Great Lakes Healthcare
  Systems, Great Lakes Acquisition Center, Bldg. 5, 5000 West
  National Ave., Milwaukee, WI 53295
SUBJECT: 65--VENTILATORS
SOL 69D-281--01
DUE 082301
POC Michael Cunningham, 414-902-5407
DESC: The US Dept of Veterans Affairs, Great Lakes Acquisition
  Center, is planning to negotiate a sole source contract with
  Drager to provide 2 each, Evita 2 Dura USA Color Ventilator,
  with an option to purchase an additional 2 each of the same
  item, for the Milwaukee WI VA Medical Center. This is considered
  to be a sole source because, of the 4 makes and models evaluated,
  only the Drager equipment has: automatic tube compensation
  which alters the air flow going into the patient depending
  on the airway size which makes breathing easier for the patient;
  automatic leak compensation which helps ventilate a patient
  with cuff link or chest tube leak without constant manual adjustments.
  Also, this is the only ventilator on which the patient can
  breathe spontaneously in all modes of ventilation. All these
  features will reduce the number of hours that patients are
  on ventilators and in the Intensive Care Unit. Other sources
  that believe they can meet VA needs must furnish product information
  and references to this office by no later than 3:00 PM on August
  23, 2001. Information may be mailed or it may be faxed to:
  414-902-5440. 
EMAILADD: michael.cunningham@med.va.gov
EMAILDESC: 
CITE: (W-228 SN50V2A2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: Great Plains Regional Contracting Office, Brooke Army
  Medical Center/Branch, Bldg 3600 Room L65-1A, 3851 Roger Brooke
  Drive, Ft Sam Houston, TX 78234-6200
SUBJECT: 65--CSR WRAP & PEEL PACKS
DUE 091701
POC Nurse Method Analyst Pat Flowers (210)292-4337
DESC: This CBD announcement is a notice that TriCare regions
  6, 7, & 8, which includes all Medical treatment facilities
  in the states of Texas, Arkansas, Louisiana, Colorado, Arizona,
  Kansas, Missouri, Idaho, Oklahoma, New Mexico, North/South
  Dakota, Montana, Nebraska, Nevada, Utah, and Wyoming are in
  the standardization process for the product line CSR Wrap &
  Peel Packs. Base criteria for this product line includes but
  is not limited to Single use, disposable wraps and peel pouches
  used for steam, ethylene oxide, and plasma gas sterilization
  of surgical instruments and other supplies. Criteria includes
  but is not limited to: provides a range of sizes and weight
  for work requirements, provides disposable wraps and peel pouches
  for steam, EO, and plasma gas processing, provides disposable
  wrap for sequential and non-sequential wrapping methods, provides
  disposable wrap that is abrasion and fluid resistant, and provides
  peel pouches with external sterilization exposure indicators.
  If your company currently holds a Distribution and Pricing
  Agreement (DAPA) for the CSR Wrap & Peel Packs product line,
  your company is eligible to participate in the standardization
  process. Please contact the above Nurse Method Analyst (NMA)
  with your company's name, and point of contact. If your company
  is not a current DAPA holder for this product line, you are
  still eligible to participate in the standardization process
  for these regions by contacting the Defense Support Center-Philadelphia
  (DSCP), Ms. Helen Connor at (215)737-7417. Your company can
  be considered for standardization once DAPA paperwork is pending
  at DSCP. After you have notified the NMA that your company
  wishes to participate, or that your DAPA application is pending
  with DSCP, your company will be notified 30 days prior to the
  start of the standardization process for the CSR Wrap & Peel
  Packs Product Line. 
LINKURL: hcaa.medcom.amedd.army.mil
LINKDESC: 
EMAILADD: pat.flowers@tricaresw.af.mil
EMAILDESC: 
CITE: (W-229 SN50V3C6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies--Potential
  Sources Sought
OFFADD: Great Plains Regional Contracting Office, Brooke Army
  Medical Center/Branch, Bldg 3600 Room L65-1A, 3851 Roger Brooke
  Drive, Ft Sam Houston, TX 78234-6200
SUBJECT: 65--OR SCRUB SUPPLIES
DUE 091701
POC Nurse Methods Analyst Pat Flowers (210)292-4337
DESC: This CBD announcement is a notice that TriCare regions
  6, 7, & 8, which includes all Medical treatment facilities
  in the states of Texas, Arkansas, Louisiana, Colorado, Arizona,
  Kansas, Missouri, Idaho, Oklahoma, New Mexico, North/South
  Dakota, Montana, Nebraska, Nevada, Utah, and Wyoming are in
  the standardization process for the product line OR Hand Scrub
  Supplies. Base criteria for this product line includes but
  is not limited to provides at least PVP, CHG, and PCMX antimicrobial
  solutions for surgical scrub sinks, provides sterile disposable
  scrub brushes with and without nail cleaners, provides sterile
  disposable scrub brushes with and without antimicrobial soap,
  and provides reusable scrub brushes. If your company currently
  holds a Distribution and Pricing Agreement (DAPA) for the OR
  Hand Scrub Supplies product line, your company is eligible
  to participate in the standardization process. Please contact
  the above Nurse Method Analyst (NMA)with your company's name,
  and point of contact. If your company is not a current DAPA
  holder for this product line, you are still eligible to participate
  in the standardization process for these regions by contacting
  the Defense Support Center-Philadelphia (DSCP), Ms. Helen Connor
  at (215)737-7417. Your company can be considered for standardization
  once DAPA paperwork is pending at DSCP. After you have notified
  the NMA that your company wishes to participate, or that your
  DAPA application is pending with DSCP, your company will be
  notified 30 days prior to the start of the standardization
  process for the OR Hand Scrub Supplies Product Line.   
LINKURL: hcaa.medcom.amedd.army.mil
LINKDESC: 
EMAILADD: pat.flowers@tricaresw.af.mil
EMAILDESC: 
CITE: (W-229 SN50V3E8)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NASA/George C. Marshall Space Flight Center, Procurement
  Office, Marshall Space Flight Center, AL 35812
SUBJECT: 66--15' VACUUM CHAMBER RE-ACTIVATION
SOL 8-1-1-T7-D5836
DUE 082901
POC  Artra C House, Contract Specialist, Phone (256) 544-3507,
  Fax (256) 544-2812, Email artra.house@msfc.nasa.gov - George
  E. Pendley, Contracting Officer, Phone (256) 544-2949, Fax
  (256) 544-2812, Email george.pendley@msfc.nasa.gov
DESC: NASA/MSFC plans to issue a Request for Quotation (RFQ)
  for 15' Vacuum Chamber Re-Activation. Item 1: CHAMBER PORT/GATE
  VALVE ADAPTER -BUILD ADAPTER SPOOL SECTION TO ADAPT FROM 54"
  CHAMBER PORT TO 35" GATE VALVES -MATERIAL: 304 SS -CHAMBER
  PORT INTERFACE - 61.5" O.D., 54" I.D., W/44 EA 1.25 "BOLT HOLES
  EQUALLY SPACED, BOLT CENTER DIAMETER 59.25" -GATE VALVE INTERFACE
  - 35" I.D., 28 HOLES, 5/8-11NC X 13/16 DP, EQUALLY SPACED ON
  38.5" BC, O-RING GROOVES TBD Item 2: MULTI-COOLANT BAFFLE -BUILD
  COPPER CHEVRON BAFFLE INSERTS AND INSTALL IN EXISTING 304 SS
  SPOOL SECTION -SPOOL SECTION TO BE PROVIDED TO NASA/MSFC -BAFFLE
  SHALL BE CONSTRUCTED TO REQUIRE AT LEAST TWO PARTICLE BOUNCES
  PRIOR TO PASSING TO ASSURE THAT ALL DIFFUSION PUMP OIL VAPORS
  ARE CONDENSED -BAFFLE SHALL BE CAPABLE OF FLOWING CHILLED WATER
  OR LN2 -TUBING INTERFACE TBD Item 3: 12" ROUGING GATE VALVE
  -12" ROUGHING LINE ISOLATION VALVE -304 SS -ELECTRO-PNEUMATIC
  ACTUATION WITH POSITION INDICATION -CAPABLE OF OPENING WITH
  DELTA P IN EITHER DIRECTION Item 4: SUPPORT EVALUATION, LEAK
  TESTING, TROUBLE SHOOTING, AND REPAIR OF EXISTING "35 GATE
  VALVES AT MSFC. EQUIPMENT AND PARTS TO BE PROVIDED BY NASA/MSFC.
  This procurement is being conducted under the Simplified Acquisition
  Procedures (SAP). NASA/MSFC intends to purchase the items from
  GNB Corporation, 4235 Twin Mtns. Drive, Vinton, VA 24179, parts
  and services are required for re-activation of the 15' vacuum
  chamber at test stand 300. The Government intends to acquire
  a commercial item using FAR Part 12. Interested organizations
  may submit their capabilities and qualifications to perform
  the effort in writing to the identified point of contact not
  later than 4:30 p.m. local time on August 29, 2001. Such capabilities/qualifications
  will be evaluated solely for the purpose of determining whether
  or not to conduct this procurement on a competitive basis.
  A determination by the Government not to compete this proposed
  effort on a full and open competition 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 NASA Specific Note "B". Any referenced notes can be viewed
  at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
LINKURL: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=62#8-1-1-T7-D5836
LINKDESC: 
EMAILADD: artra.house@msfc.nasa.gov
EMAILDESC: 
CITE: (D-228 SN50V2A0)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Army Tank-Automotive and Armaments Command, Acquisition
  Center (AMSTA-AQ-DE), Warren, MI 48397-5000
SUBJECT: 66--DELIVER AND INSTALL AN EMISSIONS TEST & ANALYSIS
  WORKBENCH (ETAW)
SOL DAAE07-01-R-L024
DUE 082801
POC Buyer, Dale Pement (810) 574-7290; PCO, Vanita Sims (810)
  574-8130
DESC: TACOM will acquire competitively, the delivery & installation
  of an Emissions Test & Analysis Workbench (ETAW) for our Diesel
  Engine Research laboratory in Warren, Michigan. This procurement
  will be for Commercial Items under FAR Part 12, using Simplified
  Procedures under FAR 13.5 in a Best-Value award scenario. The
  RFP is available at our Business Opportunities webpage, hereunder.
  Proposals are due on August 28th. Participation is unrestricted.
  The ETAW consists of four gas analyzers, and workbench control
  hardware and software. An option is also included for three
  supplemental gas analyzers. See the RFP for complete details.

LINKURL: http://contracting.tacom.army.mil/opportunity.htm
LINKDESC: 
  Opportunities
EMAILADD: pementd@tacom.army.mil
EMAILDESC: 
CITE: (W-228 SN50V2C6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 66--TRANSMITTER, PRESSURE
SOL N003830X5153
DUE 091401
POC Contact Point, Margaret A Filipone, 0223.11, (215)697-2066,
  Fax, (215)697-3161, Twx, Not-avail
DESC: NSN 1R-6685-01-325-9274-BP, Qty 7 EA, Delivery FOB Origin,
  See Note 22*****
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2H4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 66--TRANSMITTER,PRESSUR
SOL N0038301QA353
DUE 092501
POC Contact Point, Margaret A Filipone, 0223.11, (215)697-2066,
  Fax, (215)697-3161, Twx, Not-avail, Contracting Officer, Pamela
  A Rutledge, 0223.01, (215)697-3413
DESC: NSN 1R-6685-01-325-9274-BP, IAW Ref Nr 840J2, Qty 7 EA,
  Delivery FOB Origin, See Note 22*****
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2H5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Crane Division, Code 116, Naval Surface Warfare Center,
  300 Highway 361, Crane, IN 47522-5001
SUBJECT: 66--CALORIMETER SYSTEM
SOL N00164-01-Q-0299
DUE 083101
POC Ron Smith, Code 1162, telephone 812-854-1679
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in FAR 12.6, as
  supplemented with additional information included in this notice.
  This announcement constitutes the only solicitation; proposals
  are being requested and a written solicitation will not be
  issued. Solicitation Number N00164-01-Q-0299 is hereby issued
  as a request for quotation (RFQ). The proposed contract is
  100% set-aside for small business concerns. Incorporated provisions
  and clauses are those in effect through Federal Acquisition
  Circular 97-27 as well as DCN 20001213. The North American
  Industry Classification System (NAICS) Code for this procurement
  is 334513 and the size standard is 500 employees. This requirement
  is for the following: CLIN 0001 1 each Parr Instrument Company
  Model 1680 Isoperibol Calorimeter System, consisting of 1 each
  1266EA Isoperibol Calorimeter without std 1108 bomb; 1 each
  1269Y spare parts kit; 1 each 1563EA water handling system;
  1 each 1552EA water cooler; 1 each Adder for 167HW2 pipette
  substitution for 1104 bomb; 1 each high pressure 1104 oxygen
  bomb; 1 each special 1104 bomb head for use with pressure transducer;
  and 1 each dynamic pressure recording system. Delivery is required
  F.o.B. NSWC Crane, IN 47522 within 6 weeks after award. Final
  inspection will be at destination. The government intends to
  award this action on a sole-source basis to Parr Instrument
  Co, 211 53rd St., Moline IL 61265 so that 10 currently owned
  combustion bombs can be utilized. All responsible sources may
  submit a quote that may be considered by this agency. This
  will be a firm fixed price contract and will be awarded utilizing
  Simplified Acquisition Procedures. The contractor shall extend
  to the Government the full coverage of commercial sale warranty
  provided such warranty is available at no additional cost to
  the Government. Clauses/provisions: 52.211-14(DO-C9E); 52.211-15;
  52.212-1; 52.212-3 Alt l [FILL-IN] [NOTE: Paragraph (b) does
  not apply. This provision MUST be filled out completely and
  submitted with the offer] 52.212-4; 52-212-5; (incorporating
  52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13;
  52.232-33) 52.219-6; 252.204-7004; 252.212-7001). The offeror
  shall provide its Commercial and Government Entity (CAGE) Code,
  Contractor Establishment Code and Tax Identification Number.
  To be eligible for award you must be properly registered in
  the Government's Central Contractor Registration (CCR). Offerors
  may obtain information on CCR registration and annual confirmation
  requirements by calling 1-888-227-2423, or via the internet
  @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. If a change
  occurs in this requirement, only those offerors that respond
  to this announcement within the required time frame will be
  provided any changes/amendments and considered for future discussions
  and/or award. All responsible sources may submit an offer,
  which will be considered by the agency. Quotations may be faxed
  or e-mailed to Ron Smith, FAX 812-854-3762, e-mail address
  smith_rg@crane.navy.mil. All required information must be received
  on or before 12:00 PM Eastern Standard Time. Our mission is
  to provide quality and responsive acquisition services for
  this Command. In an effort to continue to improve our services,
  we are conducting a survey of our vendors. This survey may
  be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm.
  Your comments will help us determine if we are accomplishing
  this and show us ways to improve our processes. Please consider
  taking the time to complete the survey.
LINKURL: http://www.crane.navy.mil/supply/announce.htm
LINKDESC: 
EMAILADD: smith_rg@crane.navy.mil
EMAILDESC: 
CITE: (W-229 SN50V2J5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Geological Survey, ER-AGB-MS152, 12201 Sunrise Valley
  Drive, Reston, Va 20192
SUBJECT: 66--MICROLOGGER II AND ACCESSORIES
SOL 01ERQQ0162
DUE 083001
POC Patricia Goree (703) 648-7396
DESC: This is a combined synopsis/solicitation for commerical
  items. Proposals are being requested under Request for Quote
  (RFQ)# 01ERQQ0162 posted on the Electronic Commerce. Details
  may be viewed on the Department of Interior's Business Opportunities
  Web Page at http://ideasec.nbc.gov. The posted RFQ contains
  a description of the items, 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. THIS ACQUISITION WILL
  BE MADE UNDER THE SIMPLIFIED ACQUISITION THRESHOLD OF $100,000.00.
  SIC code for this acquisition is 3823. Quotes are due at 12:00am
  August 30, 2001. The provisions at 1452.212-1, Instructions
  to Offerors, and 1454.212-5 (5I), Contract Terms and Conditions,
  as they appear in the RFQ apply to this acquisition. Numbered
  note 1 apply.
CITE: (W-229 SN50V2N9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Geological Survey, ER-AGB-MS152, 12201 Sunrise Valley
  Drive, Reston, Va 20192
SUBJECT: 66--2 CHANNEL TOW SHALLOW TOW FISH
SOL N/A
DUE 083001
POC Patricia Goree (703) 648-7396
DESC: The U.S. Geological Survey (USGS) intends to make an award
  with Edgetech for a 2-Channel Shallow Tow Fish on a non Competitive
  basis. This is for informational purposes only. 
CITE: (W-229 SN50V2O1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense Threat Reduction Agency, Albuquerque Field Operations,
  Acquisitions (AMA), 1680 Texas St., SE, Kirtland, AFB, NM 87117-5669
SUBJECT: 66--ACCELEROMETER
SOL DTRA02-01-T-0050
DUE 091001
POC EMELDA ARMIJO, CONTRACT SPECIALIST, 505-846-8457 OR PATRICIA
  M. McDANIEL, CONTRACTING OFFICER, 505-846-8799
DESC: The Solicitation No.: DTRA02-01-T-0050 is being issued
  as a Request for Quotation (RFQ). POC: Mrs. Emelda Armijo,
  Contract Specialist, 505-846-8457 and Mrs. Patricia M. McDaniel,
  Contracting Officer, 505-846-8799. Description: Line Item 0001
  - Accelerometer, range 200g, Entran Devices PN: EGE-73A or
  equal. Line Item 0002 - Accelerometer, range 750g, Entran Devices
  PN: EGE-73A or equal. Line Item 0003 - Accelerometer, range
  2,000g, Entran Devices PN: EGE-73A or equal. Line Item 0004
  - Accelerometer, range 5,000g, Entran Devices PN: EGE-73A or
  equal. Line Item 0005 - Accelerometer, range 10,000g, Entran
  Devices PN: EGE-73A or equal. Government minimum salient characteristics
  are detailed in the solicitation. FOB: Destination: Kirtland
  AFB New Mexico. This requirement is being conducted as a Commercial
  Item - Simplified Acquisition Procedure (SAP) and is a 100%
  Small Business Set-Aside.  NAICS Code is 334519 and Business
  Size Standard is 500 employees. This agency intends to issue
  the Solicitation on or about the 3 Spet 01. Quotes are due
  10 Sept 01. All requests referencing to the Request for Quotation
  must be in writing. No telephonic requests will be accepted.
  Faxed requests will be acceptable (Fax No: 505-846-4246). This
  is a DO rated contract. All responsible sources may submit
  a quotation, which shall be considered by the agency. See 
   Note 1 
CITE: (W-229 SN50V2T5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 66--NA
SOL F34601-02-R-35337
DUE 100901
POC Anthony Dollard, Contract+Negotiator, Phone (405)739-4473,
  Fax (405)739-4417, Email anthony.dollard@tinker.af.mil
DESC: Displays vertical situation data on a cathode ray tube.
  Material: iron aluminum, glass, copper, etc. Dimensions: 8.29
  in wide X 8.64 in high X 14.38 in long Appl: B01B
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-R-35337/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2V5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC = - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, = OK, 73145-3015
SUBJECT: 66--CONTROL PANEL
SOL F34601-02-R-35330
DUE 100801
POC Alan Welch, Contract Specialist, Phone 405 739-5410, Fax
  405 = 739-4417, Email alan.welch@tinker.af.mil
DESC: Presolicitation Notice=20 Date Submitted: 16-AUG-2001 OC-ALC/LIDS
  DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AG1/98C = TINKER
  AIR FORCE BASE OK 73145-3028=20 66--CONTROL PANEL SOL F34601-02-R-35330
  DUE 100901 OC-ALC/PKXDA TINKER = AFB OK 73145-3015, For additional
  information contact Alan = Welch/Lidib/[405]739-5410 Item 0001
  NSN 6615-01-214-9926 P/N: = 8513573-2, The control panel is
  an essential component of the E-3 PB20 = automatic flight control
  system(AFCS). the control panel is composed of = the controller,
  mode selector, autopilot and altitude engage switches = sub-assemblies.
  the control panel allows the crew to engage and = disengage
  the PB20 AFCS and altitude hold hold switch input roll and
  = pitch commands and select the altitude, heading, navigation,
  and = approach modes 3EA. Applicable to: E003b. Destn: Tinker
  Air Force Base = Ok 73145-3028. Delivery: 30 Sep 2002 3 ea
  The approximate = issue/response date will be 06 SEP 2001.
  Written procedure will be used = for this solicitation. To:
  Allied-Signal Aerospace Co, Teterboro Nj = 07608-1173. No telephone
  requests. Only written or faxed requests = received directly
  from the requestor are acceptable. All responsible = sources
  solicited may submit a bid, proposal, or quotation which shall
  = be considered. Authority: 10 U.S.C. 2304(C)(1), Justification:
  Supplies = (or Services) required are available from only one
  or a limited number = of responsible source(s) and no other
  type of supplies or services will = satisfy agency requirements.
  The proposed contract action is for = supplies and services
  for which the Government intends to solicit and = negotiate
  with only one, or a limited number of sources under the = authority
  of FAR 6.302. Interested persons may identify their interest
  = and capability to respond to the requirement or submit proposals.
  This = notice of intent is not a request for competitive proposals.
  However, = all proposals received within forty five-days (thirty
  days if award is = issued under an existing basic ordering
  agreement) after date of = publication of this synopsis will
  be considered by the Government. A = Determination by the Government
  not to compete this proposed contract = based upon responses
  to this notice is solely within the discretion of = the Government.
  Information received will normally be considered solely = for
  the purpose of determining whether to conduct a competitive
  = procurement. =05 It is suggested that small business firms
  or others = interested in subcontracting opportunities in connection
  with the = described procurement make contact with the firm(s)
  listed. = Specifications, plans, or drawings relating to the
  procurement = described are incomplete or not available and
  cannot be furnished by = the Government. Note: Faxed solicitation
  requests can be submitted to = OC-ALC/PKXDA, Tinker AFB OK
  73145-3015, FAX NUMBER (405)739-3656. = Request for Written
  Quotation will be issued. The anticipated award = date will
  be 60 days after the issuance of this notice. See Note (s)
  = 26.=20 Click here to reach Tinker AFB Central Contracting
  Synposes at EPS Click Here to E-mail Buyer
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC/F34601-02-R-35330/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V2W2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: 311 HSW/PK 8005 9th St. Brooks AFB, TX
SUBJECT: 66--CW TUNABLE TI-SAPPHIRE LASER
SOL F41622-01-Q-0020
DUE 082401
POC 2Lt Benjamin Sherrill
DESC: The Government intends to negotiate a sole source purchase
  order with Spectra-Physics, Inc., Mountain View CA. The purchase
  is for a CW tunable Ti-Sapphire Laser including three plate
  birefringent filter and mirror sets to cover 700-100nm tuning
  range.
LINKURL: http://sarah.brooks.af.mil/Sarah/viewsol.asp?ID=LASER
LINKDESC: 
EMAILADD: benjamin.sherrill@brooks.af.mil
EMAILDESC: 
CITE: (D-229 SN50V2Z2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of the Navy, Office of Naval Research, Naval
  Research Laboratory/Supply, 4555 Overlook Ave S.W., Washington,
  DC, 20375
SUBJECT: 66--REFLECTOMETER
SOL N00173-01-Q-0169
DUE 091401
POC Darlene Copp, Contracting Officer, Phone 202-767-2374, Fax
  202-404-8158, Email SolQnA@labmis.nrl.navy.mil
DESC: Naval Research Laboratory intends to award to Opto Electronics,
  on other than full and open competitive basis, 1 each Tunable
  high-resolution optical time-domain reflectometer. Sole source
  is based on unique requirements needed to complete missions
  critical to NRL. See note(s) 22.
LINKURL: http://www.eps.gov/spg/USN/ONR/3400/N00173-01-Q-0169/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V314)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: U.S. Geological Survey, ER-AGB-MS152, 12201 Sunrise Valley
  Drive, Reston, Va 20192
SUBJECT: 66--ACOUSTIC BOREHOLE TELEVIEWER
SOL N/A
DUE 083001
POC Patricia Goree (703) 648-7396
DESC: The U.S. Geological Survey (USGS) intends to make an award
  with Mount Sopris Instruments for a Acoustic Borehole Televiewer
  on a non competitive basis. This is for informational purposes
  only. 
CITE: (W-229 SN50V355)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: National Imagery & Mapping Agency, Contracting Support
  for Information Services Directorate, Attn: PCI/D-88, 4600
  Sangamore Road, Bethesda, MD 20816-5003
SUBJECT: 66--INSTRUMENTS AND LABORATORY EQUIP - TOTAL STATIONS
  TYPE 1
SOL NMA100-01-R-0036
POC Lynn Brannan, Contract Specialist, 301/227-7843, FAX 301/227-2306,
  email: brannanl@nima.mil
DESC: This is an amendment to synopsis published in the Commerce
  Business Daily  on 20Aug01. Original synopis stated: Interoperability:
  be used with an IBM Compatible PC's with Windows 98, or Windows
  2000 running GEOsurv's software "Geolab", to process the data.
  Correction: Must be compatible with various laptops that currently
  run Windows 98 and Windows 2000. This procurement is being
  set-aside for small business. See Numbered Note 1. All other
  conditions remain unchanged. 
CITE: (W-229 SN50V362)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: National Imagery & Mapping Agency, Contracting Support
  for Information Services Directorate, Attn: PCI/D-88, 4600
  Sangamore Road, Bethesda, MD 20816-5003
SUBJECT: 66--INSTRUMENTS AND LABORATORY EQUIP - TOTAL STATIONS
  TYPE 2
SOL NMA100-01-R-0037
POC Lynn Brannan, Contract Specialist, 301/227-7843, FAX 301/227-2306,
  email: brannanl@nima.mil
DESC: This is an amendment to synopsis published in the Commerce
  Business Daily on 20Aug01. Original synopis stated NIMA intends
  to purchase Leica  Geosystems brand-name equipment and Interoperability:
  be used with an IBM Compatible PC's with Windows 98, or Windows
  2000 running GEOsurv's software "Geolab", to process the data.
  Correction: NIMA intends to purchase reflectorless type 2 total
  stations (Leica brand-name or equal) and must be compatible
  with various laptops that currently run Windows 98 and Windows
  2000. This procurement is being set-aside for small business.
  See Numbered Note 1. All other conditions remain unchanged.

CITE: (W-229 SN50V364)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Contracting Officer (90C), DVA Medical Center, 700 South
  19th Street, Birmingham, AL 35233
SUBJECT: 66--DEIONIZED WATER EQUIPMENT AND SERVICE
SOL RFQ521-013-02WG
DUE 092101
POC Wanda Goolsby (205) 933-4492 ext 1
DESC: The DVAMC, Birmingham requires a Contractor to provide,
  maintain and service equipment in order to produce water service
  to the Laboratory Service, in accordance with the specifications.
  The Contractor may provide any type of equipment he chooses,
  provided the equipment functions well, is not unnecessarily
  bulky or unsightly meets the critical standards outlined in
  this paragraph for Laboratory Service and consistently delivers
  high quality water of sufficient quantity to each area according
  to their needs. Equipment must be able to fit well in designated
  areas. Silica removal and neutral pH is a requirement. The
  water must always be above 12 mega ohms specific resistance
  per cm at the outlet of the deionization system, and 1 mega
  ohms resistance at the outlets located at the point of use.
  Provisions must be made to verify resistance at these levels
  by installing a spigot at the outlet from the tanks and a 1
  mega ohm light at each user's outlet. The water must be as
  organic free as possible using activated carbon. This carbon
  will be changed with each change of tanks. Some form of corrosion
  resistant pan at least 1" deep is required between the unit
  and existing floor to prevent damage to floor or stairs, etc.
  Also, water spillage and leaks from units will not be acceptable.
  All deionized water stations must have at least eight (8) gallons
  flow per minute. Contract shall be for the period October 1,
  2001 through September 30, 2002, with four one-year option
  renewals. Request for packages shall be in writing to the address
  above or faxed to (205) 933-4489. Packages shall be ready on/about
  August 27, 2001 with the response date on/about September 21,
  2001. 
CITE: (W-229 SN50V369)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: National Imagery & Mapping Agency, Contracting Support
  for Information Services Directorate, Attn: PCI/D-88, 4600
  Sangamore Road, Bethesda, MD 20816-5003
SUBJECT: 66--TOTAL STATIONS - TYPE 1
POC Lynn Brannan, Contract Specialist, 301/227-7843, FAX 301/227-2306,
  email: brannanl@nima.mil
DESC: This is an amendment to synopsis published in the Commerce
  Business Daily on 20Aug01. This synopsis is being cancelled.
  Original synopis contained typographical errors. Please see
  two separate notices published on 20Aug01. First one references
  solicitation # NMA100-01-R-0036 (Instruments and Laboratory
  Equip - Total Stations Type 1). The second one references solicitation
  # NMA100-01-R-0037 (Instruments and Laboratory Equip - Total
  Stations Type 2).  
CITE: (W-229 SN50V370)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street,
  Robins AFB, GA, 31098-1611
SUBJECT: 66--PENDULUM CLINOMETER
SOL F09603-01-Q-72077
DUE 090401
POC Diana Washington, Contract Specialist, Phone (478)926-7851
  x117, Fax (478)926-7801, Email Diana.Washington@robins.af.mil
DESC: NSN: 6675-01-482-8570RN, P/N: 23-2070, TOTAL QTY: 10 EA,
  INCLUDING 3 EA FMS. SOLE SOURCE TO WARREN-KNIGHT INSTRUMENT
  COMPANY, CAGE CODE:63848.
LINKURL: http://www.eps.gov/spg/USAF/AFMC/WRALC/F09603-01-Q-72077/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V379)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Naval Research Laboratory, Code 3220, 4555 Overlook Ave.
  S.W., Washington, D.C. 20375-5326
SUBJECT: 66--ULTRA-HIGH-VACUUM MULTIPLE-TIP SCANNING TUNNELING
  MICROSCOPE AND NANOMANIPULATOR
SOL N00173-01-R-TB04
POC John Booros, Contract Specialist, Code 3220.TB, (202) 767-2120,
  Wayne Carrington, Contracting Officer
DESC: This is a combined synopsis/solicitation for commercial
  items prepared in accordance with the format in Federal Acquisition
  Regulations (FAR) Subpart 12.6, as supplemented with additional
  information included in this notice. This announcement constitutes
  the only solicitation; proposals are being requested and a
  written solicitation will not be issued. The solicitation,
  N00173-01-R-TB04, is issued as a Request for Proposal (RFP).
  The solicitation document and incorporated provisions and clauses
  are those in effect through Federal Acquisition Circular 97-27
  . The associated NAICS code is 334516 and small business size
  standard is 500 employees . NRL has a requirement for CLIN
  0001 - Ultra-High-Vacuum Multiple-Tip Scanning Tunneling Microscope
  and Nanomanipulator that meet or exceed the specifications
  located on the NRL Contracts division Web-page at http://heron.nrl.navy.mil/contracts/rfplist.htm.
  CLIN 0002 - Wiring and appropriate feed-through access to install
  3 electrical contacts on one STM-tip. CLIN 0003 - Operating
  manuals, CLIN 004 Standard Commercial Warranty . Delivery and
  acceptance is at NRL, 4555 Overlook Ave. SW, Washington, D.C.
  20375, FOB Destination. Delivery shall be no later than 30
  days from date of award. The provision at 52.212-1, Instructions
  to Offerors--Commercial, applies to this acquisition.  The
  Government intends to award a contract resulting from this
  solicitation to that responsible offeror proposing the lowest
  price for the items that have been determined to comply with
  the requirements of the specifications and solicitation. The
  proposal must demonstrate an understanding of the requirement
  and the ability to meet the specifications. General statements
  that the offeror can or will comply with the requirements,
  that standard procedures will be used, that well-known techniques
  will be used, or paraphrases the RFP specifications in whole
  or in part will not constitute compliance with this requirement
  concerning the content of the technical proposal. Offeror
  must complete and submit with its proposal, FAR 52.212-3 Offeror
  Representations and Certifications--Commercial Items and DFARs
  252.212-7000 Offeror Representations and Certifications--Commercial
  Items., which are available electronically at : http://heron.nrl.navy.mil/contracts/reps&certs.htm
   The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial
   Items and FAR 52.212-5, Contract Terms and Conditions Required
  To Implement Statutes or Executive Orders--Commercial Items,
  applies to this acquisition. The additional FAR clauses cited
  in the clause are applicable to the acquisition: FAR 52.212-1,
  FAR 52.212-2, FAR 52.222-3, FAR 52.233-3, FAR 52.203-6, FAR
  52.219-4, FAR 52.219-8, FAR 52.219-25, FAR 52.222-21, FAR 52.222-26,
  FAR 52.222-35, FAR 52.222-36, FAR 52.222-37, FAR 52.222-19,
  FAR 52.225-1, FAR 52.225-3, FAR 52.225-5, FAR 52.225-13, FAR
  52.232-33. The DFARs clauses at 252.212-7001, Contract Terms
  and Conditions Required to Implement Statutes or Executive
  Orders Applicable to Defense Acquisitions of Commercial Items
  is applicable. The additional DFARs clauses cited in the clause
  are applicable: DFARS 252.205-7000, DFARS 252.225-7001, DFARS
  252.225-7007, DFARS 252.225-7012, DFARS 252.225-7036, DFARS
  252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002. The following
  additional FAR clauses apply: 52.203-8; 52.203-10. The following
  additional DFARs clauses apply: 252.204-7004, 252.232-7009.
  All EIT supplies and services provided under must comply with
  the applicable accessibility standards issued by the Architectural
  and Transportation Barriers Compliance Board at 36 CFR part
  1194 (see FAR Subpart 39.2). Electronic and information technology
  (EIT) is defined at FAR 2.101.  Make sure to inlcude any
  applicable notes from CBD Any resultant contract will be a
  DO Rated order under the Defense Priorities and Allocations
  System (DPAS). The Contract Specialist must receive any questions
  no later than 10 calendar days before the closing date of the
  proposal. An original and two (2) copies of the offeror's proposal
  shall be delivered to Contracting Officer, Bldg. 222, Room
  115, Naval Research Laboratory, 4555 Overlook Ave. SW Washington,
  D.C. 20375-5326 on or before 4:00PM, local time, 14 September
  2001 . The package should be marked with the solicitation number
  (N00173-00-R-TB04) and due date and time. The response date
  published in this synopsis is the current estimated date. The
  actual due date for proposals will be stated in the solicitation
  when issued. 
EMAILADD: BOOROS@CONTRACTS.NRL.NAVY.MIL
EMAILDESC: 
CITE: (W-229 SN50V3C2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street,
  Robins AFB, GA, 31098-1611
SUBJECT: 66--SPECTRUM ANALYZER, P/N SPS610, NSN 6625-01-462-9370RH
SOL FO9603-01-Q77199
DUE 090701
POC Angela Patterson, Contract Specialist, Phone (478) 926-7702
  x181, Fax (478) 926-7452, Email Angela.Patterson@robins.af.mil
  - Wilma Felton, Contract Specialist, Phone (478)926-7702 ext
  194, Fax (478)926-7452, Email Wilma.Felton@robins.af.mil
DESC: PR: FD2060-01-77199 NSN: 6625-01-462-9370RH P/N: SPS610
  NAME ITEM NAME ANALYZER, SPECTRUM APQB UNIT NAME VIBRATION
  AFGQ FREQUENCY RANGE RATING 0.001 TO 40.000 KILOHERTZ BHZG
  INDIVIDUAL PLUG-IN UNIT FREQUENCY NOT RATED ACYN AC VOLTAGE
  RATING 100.0 VOLTS MINIMUM AND 240.0 VOLTS MAXIMUM ACZB FREQUENCY
  RATING 40.0 HERTZ MINUMUM AND 400.00 HERTZ MAXIMUM ABHP OVERALL
  LENGTH 9.000 INCHES NOMINAL ABMK OVERALL WIDTH 16.000 INCHES
  NOMINAL ABKW OVERALL HEIGHT 9.5000 INCHES NOMINAL BHZL RECORDING
  DEVICE ACCOMMODATION NOT PROVIDED FEAT SPECIAL FEATURES SINGLE-UNIT
  MULTISPEED, MULTIPLANE, MULTI-SENSOR; SINGLE-PASS BALANCING;
  AUTOMATED DATA ACQUISITION; EXPANDABLE AND UPGRADEABLE; MICROSOFT
  WINDOWS; KEYBOARD AND MOUSE BUILT-IN, 2 GB HARD DRIVE; BALANCE
  ENGINE SPEED 300-100,000 RPMS; MFG NAME ENGINE VIBRATION AND
  BALANCE ANALYZER AWJN III UNPACKAGED UNIT WEIGHT 27.000 POUNDS
  SUPP III SUPPLEMENTARY FEATURES FREQUENCY RANGES FULL SCALE
  IN A 1-2-3-4-5 SEQUENCE, 2 TO 6 ACTIVE CHANNELS, WITH AN ACCURACY
  OF POM 0.26% FTLD III FUNCTIONAL DESCRIPTION USE IN TESTING
  TF-33
LINKURL: http://www.eps.gov/spg/USAF/AFMC/WRALC/FO9603-01-Q77199/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3G1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Department of the Navy, Office of Naval Research, Naval
  Research Laboratory/Supply, 4555 Overlook Ave S.W., Washington,
  DC, 20375
SUBJECT: 67--67 -- IR RANGE MOVING WINDOW
SOL N00173-01-Q-0152
DUE 090901
POC Darlene Copp, Contracting Officer, Phone 202-767-2374, Fax
  202-404-8158, Email SolQnA@labmis.nrl.navy.mil
DESC: This modification changes the description to read: Naval
  Research Laboratory intends to award to Bemco, Inc., on other
  than full and open competitive basis, a contract to upgrade
  the NRL IR range which includes: fabrication and installation
  of a moving IR window system; an Interface camera enclosure
  to IR Range LN2-air heat exchanger system, and add motion encoders
  to rotary and vertical motion stages of sample elevator. Sole
  source is based on compatibility to existing equipment. See
  note(s) 22.
LINKURL: http://www.eps.gov/spg/USN/ONR/3400/N00173-01-Q-0152/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V300)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: Department of the Treasury, Bureau of Alcohol, Tobacco
  and Firearms, Acquisition Division, Room 3290, 650 Massachusetts
  Ave., NW, Washington, DC 20226
SUBJECT: 67--MINI MOBILE SURVEILLANCE SYSTEM
SOL 130400000213
DUE 010822
POC POC Jim Huff PH# 202/927-7721
DESC: The Bureau of Alcohol, Tobacco and Firearms (ATF) intends
  to procure the following: * (107 each) MSS-18N Mini Mobile
  Surveillance Systems. Each system will contain (1 each) Sony
  CVX-V18NS, Camera, Color 8mm Infrared with controller, (1 each)
  Sony DK415/M power adapter with a 12Volt Vehicle mount, it
  must be modified to regulate a DC 7.2 battery operated, or
  DC 8.4 volts, a AC adapter is required to power and operate
  the camera, with the modification a cigarette lighter plug
  will be included, (1 each) Calrad (45-752/M) 110 AC Volt /
  12 Volt DC power supply, 1.2 Amp regulated power supply must
  be modified so that it will handle the power requirements with
  the DK-415/M, a female plug must be attached to one end of
  the Calrad power supply unit. No substitution of brand for
  standardization purposes within the Bureau. Award will be made
  to the offeror meeting all specification listed above. This
  procurement is a total Small Business Set-Aside and an award
  will be made utilizing the simplified acquisition procedures
  under FAR Subpart 13.5. Awardee must complete a SF-3381 ACH
  Vendor/Miscellaneous Payment Enrollment form, for payment via
  electronic funds transfer. All interested parties must submit
  a quote within 5 days after date of publication. Low quote
  will be contacted after close date and will be asked to send
  a sample system for testing purposes prior to purchase order
  being awarded, if sample does not meet specifications the next
  lowest quote will be contacted until all specifications are
  met. Quotes must include price and product literature information,
  which list specifications. Quotes are acceptable by mail and/or
  facsimile machine at 202/927-7311 Attn: Jim Huff. No telephone
  request or inquires will be accepted. 
CITE: (W-229 SN50V391)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 67--Photographic Equipment
OFFADD: HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC,
  8825 Beulah Street, Fort Belvoir, VA 22060-5246
SUBJECT: 67--IMAGER, THERMAL SYSTEM PALM-IR 250
SOL W23BFK-1222-7001
DUE 082301
POC Lisa Grant, 703-706-2761
DESC:  COMBINED SYNOPSIS/SOLICITATION. This is combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in the Federal Acquisition Regulation (FAR) Subpart 12.6, as
  supplemented with additional information included in this notic
  e. This announcement constitutes the only solicitation--a written
  solicitation will not be issued. There is no solicitation number,
  for reference use PR Number W23BFK-1222-7001. Headquarters,
  US Army Intelligence & Security Command, Fort Belvoir, VA.,
  i s soliciting the following: IMAGER,THERMAL SYSTEM PALM-IR
  250, Quantity: Three(3), Description: Camera w/50MM lens, includes
  battery charger, carrying case, neck strap and manual. The
  product number is 3261604-2. Delivery to Ft. Meade, Maryland,
  2075 5-5315. This solicitation document incorporates provisions
  and clauses that are those in effect through Federal Acquisition
  Circular 97-04. The provision at FAR 52.212-1, Instructions
  to Offerors Commercial, applies to this acquisition. A completed
  copy of the provision at FAR 52.212-3, Offeror Representations
  and Certifications Commercial Items must be included with the
  offer. The clause at 52.212-4, Contract Terms and Conditions
  Commercial Items, applies to this acquisition. The clause 52.212-5,
  Contract T erms and Conditions Required to Implement Statutes
  or Executive Orders Commercial Items, applies to this acquisition
  including 52.203-6 Restrictions on Subcontractor Sales to the
  Government with Alt I (41 U.S.C. 253g and 10 U.S.C. 2402);
  52.219-8 Utiliza tion of Small Business Concerns (15 U.S.C.
  637 (d)(2) and (3); 52.219-14 Limitations on Subcontracting
  (15 U.S.C. 637(a)(14); 52.222-19, Child Labor--Cooperation
  with Authorities and Remedies (E.O.13126), ; 52.22-21 Prohibition
  of Segregated Facilities; 5 2.222-26, Equal Opportunity (E.O.
  11246); 52.222-35, Affirmative Action for Disabled Veterans
  and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36,
  Affirmative Action for Workers with Disabilities (29 U.S.C.
  793); 52.222-37, Employment Reports on Di sabled Veterans and
  Veterans of the Vietnam Era (38 U.S.C 4212); 52.232-33 Payment
  by Electronic Funds Transfer Central Contractor Registration
  (31 U.S.C. 3332). The DFARS clause 252.212-7001 Contract Terms
  and Conditions. Defense Acquistions of Commerci al Items applies
  to this acquisition including 252.225-7001, Buy American Act
  and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582);
  252.247-7024, Notification of Transportation of Supplies by
  Sea (10 U.S.C 2631). The DFARS Clause 252.204-7004 Re quired
  Central Contractor Registration applies. Full FAR/DFARS text
  may be obtained at website http://www.arnet.gov/far. IMPORTANT--Only
  offerors who are registered in the Central Contractor Database
  are eligible for award (reference DFARS Clause 52.204-7004
  or see web site http://ccr.edi.disa.mil). NO PRODUCT SUBSTITUTIONS/EQUIVALENT
  PRODUCTS WILL BE ACCEPTED. All quotations are due by Thursday,
  August 23, 2001, 3:00 p.m. Eastern Standard Time. This is a
  100% set-aside for small business, NAICS Code 421410, Small
  Business Size Standard 100 employee s. All responsible sources
  should submit a quote to Lisa P. Grant at fax number (703)
  806-1156 or by e-mail to www.lpgrant@vulcan.belvoir.army.mil.
LINKURL: http://acquisition.army.mil
LINKDESC: 
EMAILADD: lpgrant@vulcan.belvoir.army.mil
EMAILDESC: 
CITE: (D-229 SN50V3F1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 69--Training Aids and Devices
OFFADD: Naval Air Warfare Center TSD, Code 257, 12350 Research
  Parkway, Orlando FL 32826-3275
SUBJECT: 69--LEARNING CONTENT MANAGEMENT SYSTEM
SOL N61339-01-R-0032
DUE 091001
POC Ms. Janice Nieves, 407-380-4027; FAX 407-380-4164
DESC: 69-- 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 number N61339-01-R-0032 is issued
  as a request for proposal (RFP). The solicitation document
  and incorporated provisions and clauses are those in effect
  through Federal Acquisition Circular 97-26. This requirement
  is unrestricted and a subcontracting plan is required. The
  standard industrial classification code is 511210 and the small
  business size standard is $18 Million. The U.S. Navy has a
  requirement to procure a commercial item Learning Content Management
  System (LCMS) software application for use in the Navy Integrated
  Learning Asset Repository System (NILARS). The LCMS will integrate
  shareable learning asset requirements including raw media,
  content, and course objects to support instructional design,
  development and delivery providing the Navy with the management
  tools and technical architecture to meet the latest released
  version of the Advanced Distributed Learning (ADL) Sharable
  Content Object Reference Model (SCORM) high level requirements.
  The following items are required: Item 0001 - commercial item
  Learning Content Management System (LCMS) software application
  with applicable license, Quantity - 1 with the potential for
  9 additional site installations over the next five years and
  Item 0002, Technical Data and Information, not separately priced.
  The contractor shall install, integrate, and test the Learning
  Content Management System (LCMS) software on a baseline site
  at the Naval Air Warfare Center Training Systems Division,
  Orlando, Florida. Upon the issuance of any future delivery
  orders, the contractor shall conduct pre-installation surveys,
  install, integrate, test and technically support the Learning
  Content Management System (LCMS) software at other sites upon
  award of additional delivery orders under this contract. Location
  of the additional sites is not known at this time. The contractor
  shall provide technical support to each installation site during
  installation activities and for 90 days following Government
  acceptance. This evaluation will result in the selection of
  the contractor, who demonstrates the best product, product
  support history, and capability for meeting specified system
  requirements at the best value to the Government. Selection
  of the Contractor will be based on best value as determined
  by a Government evaluation team using pricing, past performance,
  and technical factors. Offerors' proposals will consist of
  a written proposal and an oral presentation during which the
  proposed product shall be demonstrated. The content of the
  written proposal shall not exceed 10 pages (excluding the copies
  of user manuals/documentation described in #4 below) and the
  offeror must address completely the following: (1) verification
  that they developed and own the product being proposed, (2)
  evidence that they have a final product that is currently available
  in the commercial marketplace and that they can meet the 01
  November 01 delivery date for the first order, (3) provide
  a list of customers currently using the product, (4) provide
  one copy of user manuals/documentation for the product being
  proposed, (5) explain how they determine pricing for the product.
  Those offerors that submit a written proposal which adequately
  addresses each of the five areas listed above as determined
  by the Contracting Officer, will be invited to provide an oral
  presentation and capability demonstration. For planning purposes
  of oral presentations, notice of intent to submit a proposal
  is requested by 4 Sep 01 COB. Offerors are advised that oral
  presentations could begin as early as 13 Sept 01 with the last
  presentation as late as 21 Sep 01. The oral presentation and
  capability demonstration is intended to affirm the COTS product's
  ability to meet the performance requirements specified in the
  Statement of Work. The oral presentation and capability demonstration
  will be scheduled for a maximum of 90 minutes and limited to
  no more than two presenter personnel. Offerors will have a
  maximum of 30 minutes to set up for the presentation. In terms
  of evaluation, technical performance and capability is more
  important than past performance and past performance is more
  important than price. The oral presentation and product demonstration
  will be conducted at NAWCTSD Orlando, Florida, using contractor
  provided equipment and data. The Government will provide a
  projection screen for contractor use during presentation and
  sample data to assist in the evaluation. The successful offeror,
  in response to the Request for Proposal (RFP), will be considered
  for entering into a multi-year Indefinite Quantity Contract
  (IQC) with the Naval Air Warfare Center Training Systems Division
  (NAWCTSD) to provide the Navy, or other Services and Federal
  Agencies, with NILARS installations at approximately 10 locations
  over a 60 Month period.The Functional Requirements, Statement
  of Work, and Contract Data Requirements Lists (CDRLs) can be
  downloaded from the Naval Air Warfare Center Training System
  Division's web site at www.ntsc.nsvy.mil/. Delivery or the
  initial installation is to be made 2 months after contract
  award. FOB point is Destination to Naval Air Warfare Center
  Training Systems Division (NAWCTSD), 12350 Research Parkway,
  Orlando, Florida 32826-3224. Acceptance shall be made at destination.
    The Government intends to make award on the basis of initial
  proposals without conducting discussions but reserves the right
  to conduct discussions if determined necessary. Offerors are
  advised to submit their most favorable terms and conditions
  in their initial proposal submission. FAR 52.212-1, "Instructions
  to Offerors-Commercial Items" is incorporated by reference
  and applies to this acquisition. Offerors shall include a completed
  copy of the provisions at FAR 52.212-3, "Offeror Representations
  and Certifications - Commercial Items" with its proposal. FAR
  52.212-4, "Contract Terms and Conditions - Commercial Items"
  is incorporated by reference and applies to this acquisition
  and resulting purchase order. The resulting purchase order
  will be a firm-fixed-priced order. FAR 52.212-5, "Contract
  Terms and Conditions Required To Implement Statues or Executive
  Orders - Commercial Items" (Feb 2001) applies to this acquisition
  along with the following additional FAR clauses, cited in clause
  52.212-5: As prescribed in 12.301(b)(4), insert the following
  clause: (a) The Contractor agrees to comply with the following
  FAR clauses, which are incorporated in this contract by reference,
  to implement provisions of law or executive orders applicable
  to acquisitions of commercial items: (1) 52.222-3, Convict
  Labor (E.O. 11755); (2) 52.225-13, Restrictions on Certain
  Foreign Purchases (E.O.'s 12722, 12724, 13059, and 13067).
   (3) 52.233-3, Protest after Award (31 U.S.C 3553). (b) The
  Contractor agrees to comply with the FAR clauses in this paragraph
  (b) which the contracting officer has indicated as being incorporated
  in this contract by reference to implement provisions of law
  or executive orders applicable to acquisitions of commercial
  items or components: [Contracting Officer shall check as appropriate.]
   ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the
  Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C.
  2402). ___ (2) 52.219-3, Notice of HUBZone Small Business
  Set-Aside (Jan 1999). ___ (3) 52.219-4, Notice of Price Evaluation
  Preference for HUBZone Small Business Concerns (Jan 1999) (if
  the offeror elects to waive the preference, it shall so indicate
  in its offer). ___ (4)(i) 52.219-5, Very Small Business Set-Aside
  (pub. L. 103-403, section 304, small Business Reauthorization
  and Amendments Act of 1994). ___(ii) Alternate I to 52.219-5.
   ___(iii) Alternate II to 52.219-5. _X__ (5) 52.219-8, Utilization
  of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)).
   _X__ (6) 52.219-9, Small Business Subcontracting Plan (15
  U.S.C. 637 (d)(4)). ___ (7) 52.219-14, Limitations on Subcontracting
  (15 U.S.C. 637(a)(14)). ___ (8) (i) 52.219-23, Notice of Price
  Evaluation Adjustment for Small Disadvantaged Business Concerns
  (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the
  offeror elects to waive the adjustment, it shall so indicate
  in its offer). (ii) Alternate I of 52.219-23. ___ (9) 52.219-25,
  Small Disadvantaged Business Participation Program-Disadvantaged
  Status and Reporting (Pub. L. 103-355, section 7102, and 10
  U.S.C. 2323). ___ (10) 52.219-26, Small Disadvantaged Business
  Participation Program-Incentive Subcontracting (Pub. L. 103-355,
  section 7102, and 10 U.S.C. 2323. ___ (11) 52.222-21, Prohibition
  of Segregated Facilities (Feb 1999). ___ (12) 52.222-26, Equal
  Opportunity (E.O. 11246). __ (13) 52.222-35, Affirmative Action
  for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
  4212).  (14) 52.222-36, Affirmative Action for Workers with
  Disabilities (29 U.S.C. 793). ___ (15) 52.222-37, Employment
  Reports on Disabled Veterans and Veterans of the Vietnam Era
  (38 U.S.C. 4212). ___ (16) 52.225-1, Buy American Act-Balance
  of Payments Program-Supplies (41 U.S.C. 10a-10d).  ___ (17)(i)
  52.225-3, Buy American Act - North American Free Trade Agreement
  - Israeli Trade Act - Balance of Payments Program (41 U.S.C.
  10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). ___ (ii)
  Alternate I of 52.225-3. ___ (iii) Alternate II of 52.225-3.
   ___ (18) 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq.,
  19 U.S.C. 3301 note). ___ (19) 52.225-15, Sanctioned European
  Union Country End Products (E.O. 12849). ___ (20) 52.225-16,
  Sanctioned European Union Country Services (E.O. 12849). ___
  (21) [Reserved] _X_ (22) 52.232-33, Payment by Electronic
  Funds Transfer-Central Contractor Registration (31 U.S.C. 3332).
   ___ (23) 52.232-34, Payment by Electronic Funds Transfer-Other
  Than Central Contractor Registration (31 U.S.C. 3332). __
  (24) 52.232-36, Payment by Third Party (31 U.S.C. 3332).]
  _X__ (25) 52.239-1, Privacy or Security Safeguards (5 U.S.C.
  552a). ___ (26) 52.247-64, Preference for Privately Owned
  U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (c) The Contractor
  agrees to comply with the FAR clauses in this paragraph (c),
  applicable to commercial services, which the Contracting Officer
  has indicated as being incorporated in this contract by reference
  to implement provisions of law or executive orders applicable
  to acquisitions of commercial items or components: [Contracting
  Officer check as appropriate.] ___ (1) 52.222-41, Service
  Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.).
   ___ (2) 52.222-42, Statement of Equivalent Rates for Federal
  Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3)
  52.222-43, Fair Labor Standards Act and Service Contract Act
  - Price Adjustment (Multiple Year and Option Contracts) (29
  U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44,
  Fair Labor Standards Act and Service Contract Act - Price Adjustment
  (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-47,
  SCA Minimum Wages and Fringe Benefits Applicable to Successor
  Contract Pursuant to Predecessor Contractor Collective Bargaining
  Agreement (CBA) (41 U.S.C. 351, et seq.). ___ (6) 52.222-50,
  Nondisplacement of Qualified Workers (Executive Order 129333).
   (e) Notwithstanding the requirements of the clauses in paragraphs
  (a), (b), (c) or (d) of this clause, the Contractor is not
  required to include any FAR clause, other than those listed
  below (and as may be required by an addenda to this paragraph
  to establish the reasonableness of prices under Part 15), in
  a subcontract for commercial items or commercial components
  -- (1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35,
  Affirmative Action for Disabled Veterans and Veterans of the
  Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action
  for Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64,
  Preference for Privately-Owned U.S.- Flag Commercial Vessels
  (46 U.S.C. 1241) (flow down not required for subcontracts awarded
  beginning May 1, 1996).  FAR Clause 52.216-18 Ordering is
  incorporated by reference and applies to this acquisition.
   DFARS 252.212-7001, "Contract Terms and Conditions Required
  To Implement Statues or Executive Orders Applicable to Defense
  Acquisitions of Commercial Items" applies to this acquisition
  along with the following additional DFARS clauses, cited in
  clause 252.212-7001: 252.247-7023. The full text of the solicitation
  provisions/clauses may be accessed electronically at this address:
  http://www.acq.osd.mil/dp/dars/dfars.html. Submission of the
  Proposal to include the Technical proposal, briefing slides,
  and Pricing are due on 10 September 2001 at 300 PM EST to the
  FOB Destination address above, ATTN: Janice Nieves Code 25333.
  For information regarding this solicitation, contact Janice
  Nieves at (407) 380-4027 or email Nievesjm@navair.navy.mil.

LINKURL: http://www.ntsc.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm?client=NAWCTSD&men=OPA
LINKDESC: 
  click
EMAILADD: nievesjm@navair.navy.mil
EMAILDESC: 
CITE: (W-229 SN50V3D4)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: General Services Administration, Federal Technology Service
  = (FTS), Acquisition Services Division (6TS-A), 1500 Bannister
  Road, = Kansas City, MO, 64131
SUBJECT: 70--INTENT TO AWARD
SOL 6TSA-01-JMT-0214
DUE 082301
POC June Thomas, Procurement Assistant, Fax (816) 823-3322, Email
  = june.thomas@gsa.gov
DESC: The General Services Administration intends to issue a
  contract = to TriCor Industries under the authority of FAR
  6.302-1 through = solicitation number 6TSA-01-JMT-0214. The
  solicitation document and = incorporated provisions and clauses
  are those in effect through Federal = Acquisition Circular
  (FAC) 97-14. Only one responsible source and no = other supplies
  or services will satisfy agency requirements. A = justification
  for Other than Full and Open Competition has been = prepared
  in support of this acquisition. This procurement is to obtain
  = Other Direct Costs on a Schedule buy modification to an existing
  = contract that cannot be separated from the procurement. This
  = procurement is to provide additional systems engineering
  & technical = services for the Naval Air Station in Jacksonville,
  FL. The proposed = contract action is for supplies or services
  for which the Government = intends to solicit and negotiate
  with only one source under authority = of FAR 6.302. Interested
  persons may identify their interest and = capability to respond
  to the requirement or submit proposals. This = notice is not
  a request for competitive proposals. All proposals = received
  by close of business, 8/23/2001 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 = 816-823-3322 or email. =20
LINKURL: http://www.eps.gov/spg/GSA/FTS/ASD6TSA/6TSA-01-JMT-0214/listing.htm=
  l
LINKDESC: 
  notice
CITE: (D-228 SN50V281)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Other Defense Agencies, National Imagery and Mapping
  Agency, St Louis Contracting Center (PCS), Attn: PCS Mail Stop
  L-13 3200 South Second Street, St. Louis, MO, 63118-3399
SUBJECT: 70--70 -- DIGITAL VERSATILE DISK (DVD) BLANK RECORDABLE
  DISK
SOL Reference-Number-S0189W20-DVDR
DUE 082001
POC Karen Edgar, Purchasing Agent, Phone (314) 263-4211 x105,
  Fax (314) 263-8024, Email edgark@nima.mil - Phyllis Barr, Contract
  Officer, Phone (314) 263-4211 x117, Fax (314) 263-8024, Email
  barrp@nima.mil
DESC: This is modification to synopsis Solicitation S0189W20-DVDR
  which posted Aug 10, 2001. Description is amended to read:
  Blank DVD-R Media 4.7 Gigabyte per disc, DVDR Version 2.0,
  Pioneer Brand only (Pioneer P/N DVS-R4700SP), quantity 2,000
  each of the branded jewel case. All other terms and conditions
  of this synopsis/solicitation remain unchanged.
LINKURL: http://www.eps.gov/spg/ODA/NIMA/PCSL-13/Reference-Number-S0189W20-DVDR/listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V285)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Pennsylvania Air National Guard, Base Contracting Office,
  111th FW/LGC, 1337 Fairchild Street, Willow Grove ARS, PA 19090-5320
SUBJECT: 70--AUDIO/VISUAL EQUIPMENT
SOL DAHA36-01-M8034/35/36/37/38
DUE 082101
POC Sylvia R. Castro, TSgt, 215-443-1350, Contracting Officer.
DESC: Please incorporate the following change to the Office Address
  to Submission No.50U9P1, dated August 14, 2001: Pennsylvania
  Air National Guard, 111th FW/LGC, 1337 Fairchild Street, Willow
  Grove ARS, Pa. 19090-5320. Our office Fax number is 215-443-1724.
CITE: (W-228 SN50V299)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NASA/Langley Research Center, Mail Stop 144, Industry
  Assistance Office, Hampton, VA 23681-0001
SUBJECT: 70--BOEING LAPTOP TOOL
SOL 1-155-RD.1207
DUE 082701
POC  Sharon V. Hare, Contract Specialist, Phone (757) 864-2409,
  Fax (757) 864-6966, Email S.V.HARE@larc.nasa.gov - Roberta
  I Hollifield, Contracting Officer, Phone (757) 864-2521, Fax
  (757) 864-6966, Email r.i.hollifield@larc.nasa.gov
DESC: NASA/LaRC plans to issue a Request for Quotation (RFQ)
  for Boeing Laptop Tool with software designed for 757-200/RB211-535E4
  engines. This procurement is being conducted under the Simplified
  Acquisition Procedures (SAP). NASA/LaRC intends to purchase
  the items from Boeing Flight Operations Engineering who is
  the only responsible source and no other supplies or services
  will satisfy Agency requirements. The Boeing Laptop Tool (BLT),
  is a Microsoft Windows based software system providing takeoff
  and landing analysis and weight and balance information for
  flight crews on the flight deck utilizing specific engine data,
  calculations can be done during flight to provide real-time
  payload improvements. Currently the flight crew must determine
  takeoff weights and speeds from airport analyses. Adjustments
  must be made for non-standard conditions or requirements increasing
  crew workload and potential for error. These modifications
  are one-of-a-kind and change from project to project. Boeing
  is the developer of the software and the sole provider for
  the data. It would take substantial duplication of time and
  money for another company to generate the data necessary to
  customize their software to a single highly modified aircraft
  and these costs are not expected to be recovered through competition.
  The Government intends to acquire a commercial item using FAR
  Part 12. Interested organizations may submit their capabilities
  and qualifications to perform the effort in writing to the
  identified point of contact not later than 4:30 p.m. local
  time on August 22, 2001. Such capabilities/qualifications will
  be evaluated solely for the purpose of determining whether
  or not to conduct this procurement on a competitive basis.
  A determination by the Government not to compete this proposed
  effort on a full and open competition 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 NASA Specific Note "B". Any referenced notes can be viewed
  at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
LINKURL: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-155-RD.1207
LINKDESC: 
EMAILADD: S.V.HARE@larc.nasa.gov
EMAILDESC: 
CITE: (D-229 SN50V2N1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Directorate of Peninsula Contracting, Attn: ATZF-DPC,
  Building 2746, Fort Eustis, VA 23604-5292
SUBJECT: 70--QUALSTAR TLS-8466 LIBRARY WITH 4 LTO HVD SCSI DISK
  DRIVES AND SUPPORTING TAPE AND TAPE CLEANING CARTRIDGES 
SOL DABT57-01-T-0086
DUE 082801
POC CPT Kenneth F. Cummings, (757) 878-1439 ext 247
DESC: 70 - General purpose information technology equipment.
  Provide 1 EA Part Number TLS-8466 library with 4 LTO HVD SCSI
  disk drives. The drives must include I/O port, have a barcode
  reader, 66 tape slots and native capacity not less than 6.6
  TB. In addition, this request for quotation (RFQ) includes
  solicitation for 200 EA ultruim 100 GB Tapes and 20 EA LTO
  ultrium tape cleaning cartridges. This RFQ is a synopsis for
  commercial supplies in accorance with the format in FAR 5.207.
  The Standard Industrial Classification (SIC) code is 3577,
  Computer Peripheral Equipment, N.E.C. This solicitation is
  100% sret aside for small business with less than 1000 employees.
  For further details on specified requirements, refer to the
  appropriate point of contact, CPT Kenneth F. Cummings (757)
  878-1439 voice mail 247. When calling, be prepared to state
  name, address and soliciation number. Required Central Contractor
  Registration applies to this solicitation. All questions concerning
  this synopsis can be mailed to CPT Kenneth F. Cummings, ATTN-DPC,
  building 2746, Ft. Eustis, VA 23604; sent via facsimile at
  (757) 878-2904; via telephone at (757) 878-1439 voice mail
  247; or email at cummingsk@eustis.army.mil. All responsible
  sources may submit and offer which will be considered no later
  than 08/28/2001. 
EMAILADD: cummingsk@eustis.army.mil
EMAILDESC: 
CITE: (W-229 SN50V2N2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of the Treasury, Bureau of the Public Debt
  (BPD), = Division of Procurement, UNB 4th Floor 200 Third Street,
  Parkersburg, = WV, 26101-5312
SUBJECT: 70--SOFTWARE LICENSE AND SUPPORT
SOL Reference-Number-CD-01110-01-0097
DUE 083101
POC Becky Thompson, Contract Specialist, Phone (304) 480-7079,
  Fax = (304) 480-7203, Email procurement@bpd.treas.gov - Susie
  Daugherty, = Contracting Officer, Phone (304) 480-7138, Fax
  (304) 480-7203, Email = procurement@bpd.treas.gov
DESC: Subject to final approval, the Bureau of the Public Debt,
  = Community Development Financial Institution Fund, intends
  to acquire on = a sole-source basis from Geographic Data Technology
  license and support = for it?s proprietary products 1) Dynamap
  2000 nationwide in ArcView = format 2) Matchmaker SDK Professional
  nationwide 3) Dynamap/Puerto Rico = nationwide in ArcView format.
  If no affirmative written response is = received by 2 PM EDT
  on August 31, 2001, to the effect that a = comparable service
  is available, and that it is more advantageous to = the Government
  than obtaining this service through a sole-source = contract,
  a sole-source award will be made. No solicitation document
  = is available. Requests for solicitation documentation will
  not be = considered an affirmative response. Interested offerors
  may register = at http://www.fedbizopps.gov to receive notification
  if a solicitation = and any amendments are issued and available
  for downloading. Please = note that the General Services Administration
  provides the notification = service as a convenience and does
  not guarantee that notifications will = be received by all
  persons on the mailing list. Therefore, we = recommend that
  you monitor the FedBizOpps site for all information = relevant
  to desired acquisitions. If the Internet option is not = available
  to you, you may receive a hard copy of the solicitation and
  = any amendments (via U.S. Mail) by faxing your request to
  (304) 480-7203 = or e-mailing your request to procurement@bpd.treas.gov.
LINKURL: http://www.eps.gov/spg/TREAS/BPD/DP/Reference-Number-CD-01110-01-00=
  97/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2O8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: USDA, Office of Operations , Procurement Operations Division,
  Stop 9850, 1400 Independence Avenue, SW, Washington, DC 20250-9850
SUBJECT: 70--ARCHIVE PRODUCT FOR OS/390 DB2
SOL RFQ-OPPM-01-1034SF
DUE 083001
POC Shirley Fortune (202) 720-1666
DESC: The U.S. Department of Agriculture, Office of the Chief
  Information Officer, located in Kansas City, Missouri, has
  a requirement for an Archive Product for OS/390 DB2. Interested
  parties should contact the Contracting Officer for a copy of
  the Request for Quotation (RFQ) stating the characteristics
  of the product. Reference to RFQ-OPPM-01-1034SF should be made
  to: Shirley Fortune on (202) 720-1666, by fax on (202 720-4529,
  or via email: shirley.fortune@usda.gov. 
EMAILADD: shirley.fortune@usda.gov
EMAILDESC: 
CITE: (W-229 SN50V2Z1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of the Navy, Office of Naval Research, Naval
  Research Laboratory/Supply, 4555 Overlook Ave S.W., Washington,
  DC, 20375
SUBJECT: 70--SOFTWARE LICENSE
SOL N00173-01-Q-0186
DUE 091401
POC Darlene Copp, Contracting Officer, Phone 202-767-2374, Fax
  202-404-8158, Email SolQnA@labmis.nrl.navy.mil
DESC: Naval Research Laboratory has a requirement for 2 each
  Four Port OC-3C MM-SC connector, part # NM-4/155MMSCE, 2 each
  Four Port OC-3C, SM-SC connector, part #NM-4/155SMIRE, 2 each
  FourThought Gold License for ASX-200BX, part #FTA-200G, and
  2 each ASX-1200 2.5 Gbps ATM Switch, part #ASXUPG1200P266.
  All items must be brand name or equal. Response date of this
  quotation is an estimate. Actual response date will be shown
  on the actual RFQ. RFQ will be posted on http://supply.nrl.navy.mil
  the 16th day after this notice. See note(s) 1.
LINKURL: http://www.eps.gov/spg/USN/ONR/3400/N00173-01-Q-0186/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V301)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696,
  Mail Code: BJ
SUBJECT: 70--DELL PC WORKSTATIONS
SOL 9-BJ2-Z72-01-43Q
DUE 083101
POC  Michelle E. Diefenderfer, Contract Specialist, Phone (281)
  483-4175, Fax (281) 483-4173, Email michelle.diefenderfer1@jsc.nasa.gov
  - Jessica C. Miller, Contracting Officer, Phone (281) 483-6792,
  Fax (281) 483-2138, Email jessica.c.miller1@jsc.nasa.gov
DESC: The Government intends to acquire a commercial item using
  FAR Part 12 and the Simplified Acquisition Procedures set forth
  in FAR Part 13. This notice is a combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in FAR Subpart 12.6, as supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation, which is issued as a Request for Quotation
  (RFQ); quotes are being requested and a written solicitation
  will not be issued. Offerors are required to use the On-Line
  RFQ system to submit their quote. The On-line RFQ system is
  linked above or it may be accessed at http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=
  . The information required by FAR Subpart 12.6 is included
  in the on-line RFQ. NASA/JSC plans to acquire: (7) Dell PC
  Workstations Questions regarding this acquisition must be submitted
  in writing (e-mail is preferred) no later than 08/24/01. It
  is the quoter's responsibility to monitor this site for the
  release of amendments (if any). Potential quoters will be responsible
  for downloading their own copy of this notice, the on-line
  RFQ and amendments (if any). An ombudsman has been appointed
  - See NASA Specific Note "B". See Note 1. Any referenced notes
  can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
  .
LINKURL: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#9-BJ2-Z72-01-43Q
LINKDESC: 
EMAILADD: michelle.diefenderfer1@jsc.nasa.gov
EMAILDESC: 
CITE: (D-229 SN50V317)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696,
  Mail Code: BJ
SUBJECT: 70--PERIPHERAL DEVICES FOR DELL PC WORKSTATIONS
SOL 9-BJ2-Z72-01-45Q
DUE 083101
POC  Michelle E. Diefenderfer, Contract Specialist, Phone (281)
  483-4175, Fax (281) 483-4173, Email michelle.diefenderfer1@jsc.nasa.gov
  - Jessica C. Miller, Contracting Officer, Phone (281) 483-6792,
  Fax (281) 483-2138, Email jessica.c.miller1@jsc.nasa.gov
DESC: The Government intends to acquire a commercial item using
  FAR Part 12 and the Simplified Acquisition Procedures set forth
  in FAR Part 13. This notice is a combined synopsis/solicitation
  for commercial items prepared in accordance with the format
  in FAR Subpart 12.6, as supplemented with additional information
  included in this notice. This announcement constitutes the
  only solicitation, which is issued as a Request for Quotation
  (RFQ); quotes are being requested and a written solicitation
  will not be issued. Offerors are required to use the On-Line
  RFQ system to submit their quote. The On-line RFQ system is
  linked above or it may be accessed at http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=
  . The information required by FAR Subpart 12.6 is included
  in the on-line RFQ. NASA/JSC plans to acquire (17) MULTISYNC
  LCD2010X-BK20.1" (20.1" VIS) Digital/Analog LCD Monitors-Black
  Cabinet (brandname or equivalent) (2) Dell 1701FP 17 inch Midnight
  Grey Flat Panel Monitors (brandname or equivalent) (7) Gladiac
  920 64MB AGP GeForce3 Ctlr Graphics Accelerators (brandname
  or equivalent) (1) HP DeskJet 970CXI (brandname or equivalent)
  (1) USB Peripheral Cable (brandname or equivalent) (7) Geforce
  MX 32M Twinview Dipanels (brandname or equivalent) Questions
  regarding this acquisition must be submitted in writing (e-mail
  is preferred) no later than 08/24/01. It is the quoter's responsibility
  to monitor this site for the release of amendments (if any).
  Potential quoters will be responsible for downloading their
  own copy of this notice, the on-line RFQ and amendments (if
  any). An ombudsman has been appointed - See NASA Specific Note
  "B". See Note(s) _1_. Any referenced notes can be viewed at
  the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
  .
LINKURL: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=73#9-BJ2-Z72-01-45Q
LINKDESC: 
EMAILADD: michelle.diefenderfer1@jsc.nasa.gov
EMAILDESC: 
CITE: (D-229 SN50V321)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of the Air Force, Air Education and Training
  = Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza
  South Bldg = 804, Maxwell AFB, AL, 36112-6334
SUBJECT: 70--70 -- MODIFY,CALIBRATE & VALIDATE IEA MODULE
SOL Reference-Number-F73ACS12151400
DUE 081701
POC Deborah Downey, Contract Specialist, Phone 334-953-3541,
  Fax = 334-953-3543, Email deborah.downey@maxwell.af.mil
DESC: FURNISH ALL LABOR, EQUIPMENT, TOOLS, AND MATERIALS NECESSARY
  TO = CREATE, CALIBRATE, AND VALIDATE (I.E. MEASURE THE RELIABILITY
  OF) AN = INTELLIGENT ESSAY ASSESSOR MODULE FOR SCORING ESSAY
  EXAMS FOR AN AIR = COMMAND AND STAFF COLLEGE (ACSC) COURSE
  MATERIAL. THE CONTRACTOR WILL = SCORE UP TO 1,000 ESSAY EXAMS
  FOR THIS PURPOSE. ACSC WILL PROVIDE = BACKGROUND INSTRUCTIONAL
  MATERIAL OF AT LEAST 200 PAGES OF COURSE = RELEVANT TEXT IN
  MACHINE READABLE FORM, ESSAY TEST ANSWERS OF 200-1000 = WORDS,
  ALSO IN MACHINE READABLE FORM, GRADES ASSIGNED BY COURSE =
  INSTRUCTORS TO A RANDOM SAMPLE OF AT LEAST 100 OF SAID ESSAYS,
  ALONG = WITH A SECOND INDEPENDENT SCORE OF AT LEAST 50 OF SAME.
  THE CONTRACTOR = WILL SUPPLY A SUBSCRIPTION ?SUMMATIVE? GRADING
  SERVICE FOR ESSAYS = WRITTEN TO THE SAME PROMPTS AS THOSE CALIBRATED
  IN THE SCORING OF ACSC = ESSAY EXAMS. THE TOTAL NUMBER OF ESSAYS
  TO BE SCORED BY THE CONTRACTOR = SHALL NOT EXCEED 10,000. THE
  PERIOD OF THIS ACQUISITION IS FROM. II IS = THE INTENT OF THIS
  AGENCY TO NEGOITATE A SOLE SOURCE CONTRACT UNDER = STUTORY
  AUTHORITY 10 U.S.C. 2304 (C) (1), SET FORTH IN FAR 6.302-1,
  = (ONLY ONE RESPONSIBLE SOURCE AND NO OTHER SUPPLIES OR SERVICES
  WILL = SATISFY AGENCY REQUIREMENTS). THIS AGENCY INTENDS TO
  NEGOTIATE WITH = KNOWLEDGE ANALYSIS TECHNOLOGIES, LLC, 4940
  PEARL EAST CIRCLE ? SUITE = 200, BOULDER, CO 80301. THIS REQUIREMENT
  IS BEING DIVIDED INTO 2 = PERIODS OF PERFORMANCE. THE FIRST
  IS THE BASE YEAR OF 1 SEP 01 THROUGH = 31 AUG 02 WHICH PROVIDES
  FOR SCORES FOR ALL SUBMITTED ESSAYS AND A = CALIBRATION AND
  VALIDATION STATISTICAL REPORT ON ESSAYS NLT 15 DEC 01, = AND
  ALSO PROVIDE OPERATIONAL ESSAY SCORING SERVICE. THE FIRST OPTION
  = PERIOD OF 1 SEP 02 THROUGH 31 DEC 02 PROVIDES FOR PROJECT
  REPORTS NLT = 15 DEC 02. SEE NOTE 22
LINKURL: http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-F73ACS12=
  151400/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V350)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of Commerce, Patent and Trademark Office (PTO),
  = Office of Procurement, Box 6, Washington, DC, 20231
SUBJECT: 70--UNISYS NX6832 SERVER, SOFTWARE SUPPORT, HARDWARE
  = MAINTENANCE, SYSTEM PROGRAM SUPPORT
SOL 52-PAPT-1-01020
DUE 082701
POC Frank Rumph, Contract Specialist, Phone (703) 306-4505, Fax
  = (703) 305-8294, Email frank.rumph@uspto.gov - Frank Rumph,
  Contract = Specialist, Phone (703) 306-4505, Fax (703) 305-8294,
  Email = frank.rumph@uspto.gov
DESC: Description: The PTO intends to acquire a Unisys NX6832
  = Enterprise Server running the MCP/AS operating system, system
  software, = hardware maintenance services, system programming
  support, and = installation support as well as de-installation
  of the current system. = The resulting contract will also include
  hardware maintenance on = existing peripherals and software
  support on furnished software and on = software for existing
  Unisys CP2000 communications processors. The = system to be
  acquired must be object-code-compatible with 2,374 = existing
  USPTO COBOL74 programs currently running on a Unisys A16 =
  mainframe computer. New equipment is required for the Unisys
  NX6832 = Enterprise Server and central equipment complex. This
  is a combined = Synopsis/solicitation for commercial items
  prepared in accordance with = the format in FAR Subpart 12.6,
  the test program in FAR Subpart 13.5, = and FAR Part 15, as
  supplemented by the additional information included = in this
  notice. This announcement constitutes the only solicitation;
  = proposals are being requested and a written solicitation
  will not be = issued. Proposals submitted in response to this
  solicitation shall = reference RFP Number "52-PAPT-1-01020".
  This RFP incorporates all of = the applicable provisions and
  clauses in effect through Federal = Acquisition Circular 97-27,
  as if stated in full text, FAR 52.212-1, as = well as the Department
  of Commerce Agency Level Protest Procedures = listed at http://www.uspto.gov/web/offices/ac/comp/proc/html/.
  The = provisions at 52.212-3 Offeror Representations and =
  Certifications--Commercial Items, 52.212-4 Contract Terms and
  = Conditions--Commercial Items, and 52.212-5 Contract Terms
  and = Conditions Required to Implement Statutes or Executive
  = Orders--Commercial Items (May 2001) applies to this acquisition.This
  = procurement will be awarded on the basis of a 100% small
  business = set-aside under NAICS Code 541513. For this solicitation
  and any = resulting contract, a non-manufacture rule class
  waiver is in place = from the Small Business Administration
  (SBA). As a result of this = waiver, small businesses may offer
  the domestic product of a large = business manufacturer. A
  firm fixed price contract will be awarded as a = result of
  this solicitation, for a base period of one (1) year with =
  four (4) additional one-year option periods. Objective: The
  United = States Patent and Trademark Office (USPTO) has a requirement
  for a = Unisys NX6832 Enterprise Server, hardware maintenance
  support, software = license, software support including software
  subscription service for = periodic software updates, and system
  program support. Prospective = offerors should email Sam Brasel
  at Sam.Brasel@uspto.gov for equipment = specifications. The
  Government will award a contract resulting from = this solicitation
  to the responsible Offeror whose proposal, conforming = to
  the solicitation, will be the most advantageous and represents
  the = best value to the Government, price and other factors
  considered. In = making the best value determination, USPTO
  will compare the differences = in the value of technical and
  past performance features with = differences in cost to the
  USPTO. The USPTO shall determine what = tradeoff among technical
  requirements, past performance, and price, = promises the greatest
  value to the USPTO. The following factors will = be used to
  evaluate offers: (A) Technical Capability; (B) Past = Performance;
  and, (C) Price. Factor A is more important than Factor B, =
  and together Factors A and B are significantly more important
  than = Factor C. Separately Factor A and B are more important
  than Factor C. = However, Factor C will not be scored but will
  be evaluated. As = proposals become more technically equal,
  price will become more = important. Provided below is the list
  of elements comprising the = evaluation criteria described
  above for the written proposals: (A) = Technical Capability:
  the Unisys NX6832 must be configured in = accordance with supplied
  specifications. (B) Past = Performance/Experience: Evaluation
  of past performance shall be based = upon information obtained
  from the contracts/references provided by the = offeror, as
  well as any other information the Government may have or =
  obtain from other sources. (C) the total price shall consist
  of the = following priced contract line items 0001: Contractor
  shall deliver and = install (Qty 1) Unisys NX6832 Server in
  USPTO Arlington, VA campus = $________; Item 0002: Contractor
  shall provide Unisys Software License = (one lot) $_______and
  Item 0002A, Software Support for Unisys NX6832 = Server $________;
  Item 0003: Hardware maintenance support for the life = of the
  system $______; 0004: Contractor shall provide System Program
  = Support for ClearPath MCP Software $________; Item 0005,
  Installation = and De-Installation services.(one lot) $_______.
  The offeror must = provide pricing for all the items listed
  above. Pricing for requested = services (Items 002A, 0003,
  0004) must be provided on a annual basis = for each Option
  Year.For purposes of evaluating price, the USPTO will = evaluate
  price based on the total cost to the government. Proposals
  = will be found unacceptable if pricing is not provided for
  all items. = Instruction/Notice to Offerors: Offerors are requested
  to submit one = (1) signed and dated original and (2) copies
  of the proposal. = Proposals are limited to 20 pages or less
  in size. The proposal shall = be brief and concise and utilize
  product marketing literature, and = technical brochures where
  applicable and demonstrate the technical = capability of the
  product and services proposed. All questions = concerning this
  synopsis/solicitation should be E-mailed to Mr. Sam = Brasel
  at Sam.Brasel@uspto.gov Technical questions regarding the =
  hardware configuration and Unisys Federal Government Software
  Licensing = agreements may also be directed to: Sam.Brasel@uspto.gov.
  Deliveries = from a resulting contract shall be F.O.B. Destination,
  within 30 days = of award, to the USPTO's Arlington, VA campus.
  Proposals shall be = delivered to the Patent and Trademark
  Office, Office of Procurement, = 2011 Crystal Drive, Suite
  810, Arlington, VA 22202, Attention: Mr. = Frank L. Rumph,
  Contracting Officer, no later than 2:00 PM (EST) on = August
  27, 2001. All offers shall state "52-PAPT-1-01020" on the =
  outside of the package. The point of contact for information
  regarding = this solicitation is Mr. Sam Brasel at 703-305-8779
  or = Sam.Brasel@uspto.gov.
LINKURL: http://www.eps.gov/spg/DOC/PTO/OPDC20220/52-PAPT-1-01020/listing.ht=
  ml
LINKDESC: 
  notice
CITE: (D-229 SN50V381)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of Agriculture, Agricultural Research Service,
  North = Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor,
  PA, 19038
SUBJECT: 70--RENEWAL OF SOFTWARE MAINTENANCE AND TECHNICAL SUPPORT
  = FOR ASPENPLUS SOFTWARE
SOL Reference-Number-108-0001
DUE 082701
POC Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax
  = 215-233-6558, Email lbotella@naa.ars.usda.gov - Eileen LeGates,
  = Procurement Assistance Officer, Phone 215-233-6551, Fax 215-233-6558,
  = Email elegates@naa.ars.usda.gov
DESC: The USDA, Agricultural Research Service (ARS), intends
  to renew = the maintenance support services on leased Aspen
  Technologies software = for the USDA, ARS, Eastern Regional
  Research Center, in Wyndmoor, = (Philadelphia), PA. This software
  is proprietary to Aspen Technologies = as they are the manufacturer
  an the only source to provide maintenance = of their software.
  The USDA has a 99-year software lease from Aspen = Technologies
  for the following: 1) one (1) user license for Bioprocess =
  Simulation with Aspen Plus; and 2) One user license for Aspen
  Plus with = ModelManager. The software packages are a process
  flowsheeting and = simulation program for engineering design
  of chemical and biochemical = processes. The maintenance and
  technical support services will provide = regular updates of
  the software, troubleshooting of programming bugs, = and technical
  support. The performance period will begin October 1, = 2001
  through September 30, 2002, with four (4) 1-year option periods.
  = This requirement is pending availability of funding. The
  maintenance = support shall include "Y2K" and Section 508 Compliancy
  requirements. = Delivery shall be F.O.B. Destination to the
  USDA, ARS, NAA, Eastern = Regional Research Center (ERRC),
  600 East Mermaid Lane, Wyndmoor, = Pennsylvania 19038. Companies
  with the demonstrated capability and = financial capacity to
  service the software must submit a written = substantive statement
  outlining the Company's and systems' capabilities = to the
  Contracting Officer within 10 days of publication of this =
  notice. THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION
  IS = AVAILABLE.
LINKURL: http://www.eps.gov/spg/USDA/ARS/NAAO/Reference-Number-108-0001/list=
  ing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V380)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of Commerce, Patent and Trademark Office (PTO),
  = Office of Procurement, Box 6, Washington, DC, 20231
SUBJECT: 70--UNISYS NX6832 SERVER, SOFTWARE SUPPORT, HARDWARE
  = MAINTENANCE, SYSTEM PROGRAM SUPPORT, INSTALL AND DE-INSTALL
SOL 52PAPT101020
DUE 082701
POC Frank Rumph, Contract Specialist, Phone (703) 306-4505, Fax
  = (703) 305-8294, Email frank.rumph@uspto.gov - Frank Rumph,
  Contract = Specialist, Phone (703) 306-4505, Fax (703) 305-8294,
  Email = frank.rumph@uspto.gov
DESC: Description: The PTO intends to acquire a Unisys NX6832
  = Enterprise Server running the MCP/AS operating system, system
  software, = hardware maintenance services, system programming
  support, and = installation support as well as de-installation
  of the current system. = The resulting contract will also include
  hardware maintenance on = existing peripherals and software
  support on furnished software and on = software for existing
  Unisys CP2000 communications processors. The = system to be
  acquired must be object-code-compatible with 2,374 = existing
  USPTO COBOL74 programs currently running on a Unisys A16 =
  mainframe computer. New equipment is required for the Unisys
  NX6832 = Enterprise Server and central equipment complex. This
  is a combined = synopsis/solicitation for commercial items
  prepared in accordance with = the format in FAR Subpart 12.6,
  the test program in FAR Subpart 13.5, = and FAR Part 15, as
  supplemented by the additional information included = in this
  notice. This announcement constitutes the only solicitation;
  = proposals are being requested and a written solicitation
  will not be = issued. Proposals submitted in response to this
  solicitation shall = reference RFP Number "52-PAPT-1-01020".
  This RFP incorporates all of = the applicable provisions and
  clauses in effect through Federal = Acquisition Circular 97-27,
  as if stated in full text, FAR 52.212-1, as = well as the Department
  of Commerce Agency Level Protest Procedures = listed at http://www.uspto.gov/web/offices/ac/comp/proc/html/.
  The = provisions at 52.212-3 Offeror Representations and =
  Certifications--Commercial Items, 52.212-4 Contract Terms and
  = Conditions--Commercial Items, and 52.212-5 Contract Terms
  and = Conditions Required to Implement Statutes or Executive
  = Orders--Commercial Items (May 2001) applies to this acquisition.
  This procurement will be = awarded on the basis of a 100% small
  business set-aside under NAICS = Code 541513. For this solicitation
  and any resulting contract, a = non-manufacture rule class
  waiver is in place from the Small Business = Administration
  (SBA). As a result of this waiver, small businesses may = offer
  the domestic product of a large business manufacturer. A firm
  = fixed price contract will be awarded as a result of this
  solicitation, = for a base period of one (1) year with four
  (4) additional one-year = option periods. Objective: The United
  States Patent and Trademark = Office (USPTO) has a requirement
  for a Unisys NX6832 Enterprise Server, = hardware maintenance
  support, software license, software support = including software
  subscription service for periodic software updates, = and system
  program support. Prospective offerors should email Sam = Brasel
  at Sam.Brasel@uspto.gov for equipment specifications. The =
  Government will award a contract resulting from this solicitation
  to = the responsible Offeror whose proposal, conforming to
  the solicitation, = will be the most advantageous and represents
  the best value to the = Government, price and other factors
  considered. In making the best = value determination, USPTO
  will compare the differences in the value of = technical and
  past performance features with differences in cost to the =
  USPTO. The USPTO shall determine what tradeoff among technical
  = requirements, past performance, and price, promises the greatest
  value = to the USPTO. The following factors will be used to
  evaluate offers: = (A) Technical Capability; (B) Past Performance;
  and, (C) Price. Factor = A is more important than Factor B,
  and together Factors A and B are = significantly more important
  than Factor C. Separately Factor A and B = are more important
  than Factor C. However, Factor C will not be scored = but will
  be evaluated. As proposals become more technically equal, =
  price will become more important. Provided below is the list
  of = elements comprising the evaluation criteria described
  above for the = written proposals: (A) Technical Capability:
  the Unisys NX6832 must be = configured in accordance with supplied
  specifications. (B) Past = Performance/Experience: Evaluation
  of past performance shall be based = upon information obtained
  from the contracts/references provided by the = offeror, as
  well as any other information the Government may have or =
  obtain from other sources. (C) the total price shall consist
  of the = following priced contract line items 0001: Contractor
  shall deliver and = install (Qty 1) Unisys NX6832 Server in
  USPTO Arlington, VA campus = $________; Item 0002: Contractor
  shall provide Unisys Software License = (one lot) $_______and
  Item 0002A, Software Support for Unisys NX6832 = Server $________;
  Item 0003: Hardware maintenance support for the life = of the
  system $______; 0004: Contractor shall provide System Program
  = Support for ClearPath MCP Software $________; Item 0005,
  Installation = and De-Installation services.(one lot) $_______.
  The offeror must = provide pricing for all the items listed
  above. Pricing for requested = services (Items 002A, 0003,
  0004) must be provided on a annual basis = for each Option
  Year. For purposes of evaluating price, the USPTO will = evaluate
  price based on the total cost to the government. Proposals
  = will be found unacceptable if pricing is not provided for
  all items. = Instruction/Notice to Offerors: Offerors are requested
  to submit one = (1) signed and dated original and (2) copies
  of the proposal. = Proposals are limited to 20 pages or less
  in size. The proposal shall = be brief and concise and utilize
  product marketing literature, and = technical brochures where
  applicable and demonstrate the technical = capability of the
  product and services proposed. All questions = concerning this
  synopsis/solicitation should be E-mailed to Mr. Sam = Brasel
  at Sam.Brasel@uspto.gov Technical questions regarding the =
  hardware configuration and Unisys Federal Government Software
  Licensing = agreements may also be directed to: Sam.Brasel@uspto.gov.
  Deliveries = from a resulting contract shall be F.O.B. Destination,
  within 30 days = of award, to the USPTO's Arlington, VA campus.
  Proposals shall be = delivered to the Patent and Trademark
  Office, Office of Procurement, = 2011 Crystal Drive, Suite
  810, Arlington, VA 22202, Attention: Mr. = Frank L. Rumph,
  Contracting Officer, no later than 2:00 PM (EST) on = August
  27, 2001. All offers shall state "52-PAPT-1-01020" on the =
  outside of the package. The point of contact for information
  regarding = this solicitation is Mr. Sam Brasel at 703-305-8779
  or = Sam.Brasel@uspto.gov.
LINKURL: http://www.eps.gov/spg/DOC/PTO/OPDC20220/52PAPT101020/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V384)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Department of the Air Force, Air Education and Training
  = Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza
  South Bldg = 804, Maxwell AFB, AL, 36112-6334
SUBJECT: 70--VIDEO TELECONF SYSTEM
SOL F13ADR12121900
DUE 082301
POC Mary Peters, Contract Specialist, Phone 334-953-2560, Fax
  = 334-953-2198, Email mary.peters@maxwell.af.mil
DESC:  This is a combined synopsis/solicitation for commercial
  items prepared = in accordance with the format in the Federal
  Acquisition Regulation = (FAR) Subpart 12.6, as supplemented
  with additional information = included in this notice. This
  announcement constitutes the only = solicitation; a written
  solicitation will not be issued. Solicitation = number F13ADR12121900
  is being issued as Request for Proposal (RFP) = using simplified
  acquisition procedures. This requirement is a sole = source
  procurement with intention to award to Video Network = Communications,
  Inc., Portsmouth NH 03801. The solicitation document = and
  incorporated provisions and clauses are those in effect through
  = Federal Acquisition Circular (FAC) 97-27, and Defense Federal
  = Acquisition Regulation Supplement, Defense change Notice
  (DCN) = 20001213. It is the contractors? responsibility to
  be familiar with = applicable clauses and provisions. The North
  American Industry = Classification System 541519 with a small
  business size standard of 750 = employees. Contractor shall
  furnish and install the following line = items: 01 ? 1 ea,
  VidPhone Switch32 ? PN/Model: SWT-1032-0000-AGA VNCI = (Items
  included: 1 ea: PN/Model: BRD-0100-0001-AAA, Main Controller
  = Card. 1 ea: PN/Model: BRD-0200-0001-AAA, Video Maxtrix54
  Card). 02) 6 = ea, VidPhone Single-User AVD (w/audio/video
  card) ? PN/Model: = BDL-6000-0101-WBM. 3) 1 ea, VidModem10
  Card ? PN/Model: = BRD-0310-0000-AAA. 4) 1 ea, Direct Access10
  Card ? PV/Model: = BRD-0410-0000-AAA. 5) 1 ea, Conference Bridge4-NTSC
  Card ? PN/Model: = BRD-0500-0101-AAA. 6) 1 ea, H.320 ISDN Gateway2-U
  Interface (Includes = NT-1s) ? PN/Model: GWY-1000-0001-AAA.
  7) 1 ea, Services/Connection: = PN/Model: INS 1100-0001-AAA.
  Interconnection of the supplied VidPhone = Switch equipment
  utilizing the standard supplied cables, system = configuration,
  software installation, system testing, and installation = of
  up to 5 VidPhone Stations within a single premise. Include
  travel = and travel-related expenses and up to two 8-hour days
  of actual = installation services. 8) Services/Instructional
  Course: PN/Model: = TRA-1000-0000-AAA. The VidPhone System
  Installation & Maintenance = course. 9) Services/Instructional
  Course: PN/Model: TRA-1100-0001-AAA. = VidPhone Station Application
  Training Course. 10) 6 ea, Pan/Tilt/Zoom = Camera ? Sony D30
  ? PN/Model: OPT-1100-0101-ACA. Automatic or manual = focus.
  11) 6 ea, P/T/Z Camera Cable ? 25 feet ? PN/Model: = CBL-0050-0000-ABA.
  To connect to user-supplied camera to video overlay = card.
  12) 1 ea, Maintenance Contract. FOB is Destination, Maxwell
  AFB = AL 36112. Warranty information shall be provided with
  proposal. = Required delivery and installation shall be 30
  days or less after = receipt of award. Offerors must include
  a completed copy of the = provision at FAR 52.212-3, Offeror
  Representations and = Certifications?Commercial Items (Feb
  00) and DFARS 252.555-7000, Buy = American Act-Balance Payment
  Program Certificate (Sep 99) with the = proposal. The following
  clauses and provisions are incorporated by = reference and
  are to remain in full force in any resultant purchase = order.
  FAR 52.212-1, Instructions to Offerors?Commercial Items (Mar
  = 2000) applies to this acquisition. Submit signed and dated
  proposals = on company letterhead. The government will make
  an award to the lowest = priced, technical acceptable and responsible
  contractor whose proposal = conforms to the solicitation and
  is the best value to the government. = In addition to technical
  acceptability and price, the past performance = is also an
  evaluation factor. The government reserves the right to = evaluate
  delivery capability and make a best value decision. The = contractor
  must be registered in the Central Contractor Registration =
  (CCR) database. Award will be made to a single source that
  can provide = all parts and installation. Clauses and provisions
  may be accessed via = the internet, http:/farsite.hill.af.mil.
  The clause at FAR 52.212-4 = (May 99), Contract Terms and Conditions?Commercial
  Items (May 99), is = incorporated into this RFP and is addended
  to add the following = clauses: 52.211-6, Contract Terms and
  Conditions Required to Implement = Statutes or Executive Orders?Commercial
  Items (Aug 00) is applicable. = The following additional FAR
  clauses under paragraph (b) are = applicable: 52.222-21, Prohibition
  of Segregated Facilities; 52.222-26, = Equal Opportunity; 52.222-35,
  Affirmative Action for Disabled Veterans = and Veterans of
  the Vietnam Era; 52.222-36, Affirmative Action for = Workers
  with Disabilities; 52.222-37, Employment Report on Disabled
  = Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions
  on = Certain Foreign Purchases; 52.232-33, Payment by Electronic
  Funds = Transfer?Central Contractor Registration; 52.247-64,
  Preference for = Privately Owned U.S. Flag Commercial Vessels.
  The following DFARS = clauses under paragraph (a) are applicable:
  252-225-7001, Buy American = Act and Balance of Payments Program;
  DFARS 252.204-7004, Required = Central Contractor Registration
  and 252.225-7002, Qualifying Country = Sources as Subcontractors
  are also applicable. Th Defense Priorities = Allocations System
  rating is A70. Offers are due 23 Aug 01 no later = than 1:00
  PM CDST. Offers may be mailed to 42d Contracting Squadron,
  = 50 LeMay Plaza South, Building 804, Maxwell AFB AL 36112-6334,
  faxed to = 334-953-3543, ATTN: Mary Peters, or emailed to =
  mary.peters@maxwell.af.mil. Vendors must submit specifications
  for any = item(s) that is offered as an ?equal? to those specified.
  Reference the = solicitation number and provide delivery date
  on the proposal. Numbered = note 22
LINKURL: http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/F13ADR12121900/listing.ht=
  ml
LINKDESC: 
  notice
CITE: (D-229 SN50V387)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 70--General-Purpose Information Technology Equipment
OFFADD: Social Security Administration, Deputy Commissioner for
  = Finance, Assessment and Management, Office of Acquisition
  and Grants, = 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
SUBJECT: 70--CLARITAS IMARK LICENSING
SOL Reference-Number-0150-01-0771
DUE 082901
POC Andrew Klimas, Contract Specialist, Phone 410-965-9473, Fax
  = 410-966-9310, Email andrew.klimas@ssa.gov - Bob Austin, Contract
  = Specialist, Phone 4109659522, Fax 4109669310, Email bob.austin@ssa.gov
DESC: The Social Security Administration (SSA) intends to issue
  a sole = source purchase order under Simplified Acquisition
  procedures to = Claritas, Inc., 1525 Wilson Blvd., Suite 1200,
  Arlington, VA 22209 to = provide an advanced demographics and
  marketing database package called = iMARK Enterprise. The database
  package contains additional detailed = demographics data currently
  provided to SSA under the REZIDE database = as well as six
  (6) discrete interlinked marketing databases called Pop = Facts
  Demographics, Age by Income, Boundaries, GDT Dynamap, PRIZM
  area = profiles, and MRI media complete. Claritas Corporation
  is the only = source for this data. The Claritas product contains
  specific = demographic and marketing information databases
  needed to help SSA = reach specific population segments. SSA
  proposes to purchase Claritas = site licenses for 15 SSA users.
  Claritas will host the databases for = SSA on its website and
  provide training for SSA's designated users. = Since SSA's
  Public Understanding Measurement System (PUMS) contractor =
  also has a similar Claritas site license, SSA's purchase of
  the iMARK = package license will allow SSA and the PUMS contractor
  to "tag" the = PUMS data with the Claritas data. This will
  give SSA the ability to = produce customized PUMS demographic
  reports via the iMARK system. It is = critical that these databases
  be compatible so that SSA's public = affairs specialists will
  gain one-step access to all available data. No = other databases
  are known to be available or could be substituted = without
  substantial increased costs to the government. This is an =
  announcement of SSA's intent to issue an order to Claritas,
  Inc. for = the iMARK database license and associated training;
  SSA will not issue = a solicitation. SSA will not respond to
  requests for solicitation = copies and will not pay for information
  received in response to this = announcement. Responses must
  provide sufficient information for SSA to = determine that
  a firm other than Claritas Inc. can provide the database =
  license and training as described above. If SSA does not receive
  an = acceptable response to this announcement within 5 days
  of its = publication, it will issue a purchase order to Claritas
  Inc. for the = iMARK license. Respondents should refer to iMARK
  license.
LINKURL: http://www.eps.gov/spg/SSA/DCFIAM/OAG/Reference-Number-0150-01-0771=
  /listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3B5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 71--Furniture
OFFADD: Department of the Air Force, Air Combat Command, 7 CONS,
  381 = Third Street, Dyess AFB, TX, 79607-1581
SUBJECT: 71--71 -- STACKING ARM/TABLET CHAIRS
SOL F41652-01-T-0070
DUE 082001
POC Ann Scott-Miller, Contract Administrator, Phone (915) = 696-2679,
  Fax (915) 696-4078, Email ann.miller@dyess.af.mil
DESC: Amendment #1 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. Solicitation number = F41652-01-T-0070,
  request for quotation. This solicitation document & = incorporated
  provisions & clauses are those in effect through Federal =
  Acquisition Circular 97-13. This procurement is a 100% small
  business = set-aside. The SIC Code is 5021 and the size standard
  is 500 = employees. CLIN 0001: Brand name or equal ATD-American
  Co. Stacking = Arm/Tablet Arm Chair, Black Frame Finish, Black
  Tablet, Padded Seat & = Back, Color-Burgundy model #16906.
  230 Each $______; CLIN 0002: Brand = name or equal ATD American
  Co. Ganging Clamp. 230 Each $_______; CLIN = 0003 Brand name
  or equal ATD American Co. Chair Dolly model #16916. 12 = Each
  $________; Delivery date - _______________. Description: Purchase
  = of Stacking Arm/Tablet Chairs. Desired delivery date: 3 September
  2001; = Place of delivery is: 389 Ave C, Building 7237, Dyess
  AFB, TX 79607, = FOB destination, acceptance by the Government
  at place of delivery. = Provision at FAR 52.212-2, Evaluation-Commercial
  Items, applies to this = acquisition. This award will be made
  on the basis of lowest cost, = technically acceptable. Include
  a completed copy of the provision at = FAR 52.212-3, Offeror
  Representations and Certifications-Commercial = Items, with
  this offer. Clause at 52.212-4, contract Terms and = Conditions-Commercial
  Items, applies to this acquisition. Clause at = 52.212-5 Contract
  Terms and Conditions Required to Implement Statutes = or Executive
  Orders-Commercial Items, applies to this acquisition, and =
  the following FAR clauses are cited: FAR 52.203-6, Restrictions
  on = Subcontractor Sales to the Government with Alternate I;
  FAR 52.219-8, = Utilization of Small Business Concerns; Clause
  at FAR 52.222-19, Child = Labor; FAR 52.222-26, Equal Opportunity;
  FAR 52.222-35, Affirmative = Action for Disabled Veterans &
  Veterans of the Vietnam Era; FAR = 52.222-36 Affirmative Action
  for Workers with Disabilities; FAR = 52.222-37, Employment
  Reports on Disabled Veterans & Veterans of the = Vietnam Era;
  FAR 52.225-3, Buy American Act-Supplies; FAR 52.232-33, = Payment
  by Electronic Funds Transfer-Central Contractor Registration.
  = Additional Contract Terms & Conditions applicable to this
  procurement = are: DFAR 252.212-7001, Contract Terms and Conditions
  required to = Implement Statues or Executive Orders applicable
  to Defense Acquisition = of Commercial Items is hereby incorporated
  by reference. DFAR = 252.225-7036, North American Free Trade
  Agreement Implementation Act, = is incorporated by reference.
  Offers are due to: 7 CONS/LGCB, 381 Third = Street, Dyess AFB,
  TX 79607 or Fax (915) 696-4078, by 28 August 2001. = Please
  contact Lt Ann Miller with any questions. Offerors shall comply
  = with FAR 52.232-33, Payment by Electronic Funds Transfer-Central
  = Contractor Registration. Lack of registration will make an
  offeror = ineligible for award. Offerors may register by calling
  1-888-227-2423, = or via the Internet at www.ccr.dlsc.dla.mil.
LINKURL: http://www.eps.gov/spg/USAF/ACC/7CONS/F41652-01-T-0070/listing.html=
LINKDESC: 
  notice
CITE: (D-229 SN50V3F8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 75--Office Supplies and Devices
OFFADD: Department of the Air Force, Direct Reporting Units,
  11th CONS, 110 Luke Avenue Building 5681, Bolling AFB, DC,
  20332-0305
SUBJECT: 75--75 -- KIOSK MODEL AND CONTENT
SOL F49642-01-T--253
DUE 082401
POC Beatrice Ridley, Contract Specialist, Phone 202-767-8033,
  Fax 202-767-7887, Email beatrice.ridley@bolling.af.mil
DESC: This synopsis/solicitation has been cancelled. This item
  is manufactued by UNICOR and is being procurred through them.
LINKURL: http://www.eps.gov/spg/USAF/DRU/11CONS/F49642-01-T--253/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3G2)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: U.S. Army Robert Morris Acquisition Center, AMSSB-ACW,
  Bldg 126W, White Sands Missile Range, NM 88002-5201
SUBJECT: 76--PRINTING AND PUBLISHING OF A CIVILIAN ENTERPRISE
  PUBLICATION FOR THE COMMAND GUIDE AND MAP 
SOL DATM05-01-R-0010
DUE 100101
POC Edwin D. Guthrie (505)678-4526
DESC: The US Army White Sands Missile Range has a requirement
  for the printing and publishing of a Civilian Enterprise Publication
  for the Command Guide to include detached maps and CD copies
  of the guide. Advertising rights and authorizations will be
  provided to the contractor in lieu of payment; the Guide shall
  be printed at no cost to the Government. The Government will
  provide all editorial material estimated between 40-50 pages,
  magazine size (approximately 10 inches long by 8 inches wide)
  The government anticipates a minimum of 5,000 with a maximum
  of 13,000 copies of the guide per year; a maximum of 1,000
  with a maximum of 3,000 copies of the guide on a CD in PDF
  format per year; and a minimum of 10,000 with a maximum of
  30,000 maps per year. The Government anticipates a written
  and oral proposal. The basic period of performance is anticipated
  to be from 01 November 2001 through 31 October 2002 with two
  option periods from 01 November 2002 through 31 October 2004,
  and 01 November 2004 through 31 October 2007. The solicitation
  will be issued on or about 17 September 2001. All responsible
  sources may submit a request for a copy of the solicitation
  by mail at the above address or by e-mail at guthrieed@wsmr.army.mil.

LINKURL: http://www.wsmr.army.mil/docpage/docpage.htm
LINKDESC: 
EMAILADD: guthrieed@wsmr.army.mil
EMAILDESC: 
CITE: (W-228 SN50V2C0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Department of the Air Force, Air Education and Training
  = Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza
  South Bldg = 804, Maxwell AFB, AL, 36112-6334
SUBJECT: 76--BOOKS
SOL Reference-Number-FL336812201500
DUE 083101
POC Deborah Downey, Contract Specialist, Phone 334-953-3541,
  Fax = 334-953-3543, Email deborah.downey@maxwell.af.mil - Linda
  Lowmiller, = Contract Specialist, Phone 334-953-5528, Fax 334-953-3543,
  Email = linda.lowmiller@maxwell.af.mil
DESC: 7610- Purchase 6400 books titled ?A Few Great Captains:
  The Men = and Events that Shaped the Development of U.S. Air
  Power? (ISBN = 0939009293) by DeWitt S. Copp to include shipping
  cost. This = announcement constitutes the only solicitation/proposals
  being = requested and a written solicitation will not be issued.
  This = solicitation FL336812201500, is being issued as a Request
  for Proposal = (RFP). The solicitation document and incorporated
  provisions and = clauses are those in effect through Federal
  Acquisition Circular 97-12 = and Defense Acquisition Circular
  91-13. The Standard Industrial = Classification Code is 7610,
  Size Standard $5.0 mil. The contractor = agrees to comply with
  the following FAR clauses, which are incorporated = in this
  solicitation by reference, to implement provisions of law or
  = executive orders applicable to acquisition of commercial
  items. IAW = FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE-The
  full text of a = clause may be accessed electronically at listed
  address: http: = //farsite.hill.af.mil/reghtml/far/far1toc.htm.
  The following = provisions and clauses apply: 52.212-1 INSTRUCTIONS
  TO = OFFERORS-COMMERCIAL ITEMS, FAR 52.212-3 OFFERORS REPRESENTATION
  AND = CERTIFICATIONS-COMERCIAL ITEMS. Offeror shall include
  a completed copy = of the provisions at FAR 52.212-3 Offeror
  Representation and = Certifications-Commercial Items. Offeror
  may contract POC for full = text. FAR 52.212-4 CONTRACT TERMS
  AND CONDITIONS-COMMERCIAL ITEMS, = 52.212-5 CONTRACT TERMS
  AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES = OR EXECUTIVE
  ORDERS-COMMERCIAL ITEMS. 52.222-3 Convict Labor = (E.O.11755),
  52.233-3 Protest after Award (31 U.S.C.3553), 52.222-21, =
  Prohibition of Segregated Facilities (Feb 1999), 52.222-26,
  Equal = Opportunity (E.O. 11246), 52.222-35 Affirmative Action
  for Disabled = Veterans and Veterans of the Vietnam Era (38
  U.S.C. 4212), 52.222-36 = Affirmative Action for Workers with
  Disabilities (29 U.S.C. 793), = 52.222-37 Employment Reports
  on disabled Veterans and Veterans of the = Vietnam Era (38
  U.S.C. 4212), 52.222-19, Child Labor?Cooperation with = Authorities
  and Remedies (E.O. 13126), 52.232-33 Payment by Electronic
  = Funds Transfer-Central Contractor Registration (31 U.S.C.
  3332). = Additionally, offeror is required to submit DUNS Number,
  Taxpayer = Identification Number (TIN) and Cage Code. The DFARS
  clause = 252.204-7004 mandates awards be made only to those
  offerors that are = successfully registered with Central Contractor
  Registration (CCR). In = accordance with DFARS 252.232-7009,
  payment for goods and services = received by the federal government
  shall be made using Electronic Funds = Transfer (EFT). Proposals
  will be submitted in writing to 42 CONS/LGCB = Ms. Downey,
  faxed to number listed or emailed at the address listed = below.
  Proposals must be received no later than 4:00 PM Central =
  Standard Time on 24 August 2001, 1600 CST. SUMMARY OF WORK:
  The = contractor shall provide the unit price, prompt payment
  terms and = delivery schedule. The books are required to be
  delivered not later = than 1 October 2001. (SEE Numbered Notes
  1)
LINKURL: http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-FL336812=
  201500/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V339)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Department of the Air Force, Air Education and Training
  = Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza
  South Bldg = 804, Maxwell AFB, AL, 36112-6334
SUBJECT: 76--BOOKS
SOL Reference-Number-FL336812201300
DUE 083101
POC Deborah Downey, Contract Specialist, Phone 334-953-3541,
  Fax = 334-953-3543, Email deborah.downey@maxwell.af.mil - Linda
  Lowmiller, = Contract Specialist, Phone 334-953-5528, Fax 334-953-3543,
  Email = linda.lowmiller@maxwell.af.mil
DESC: 7610- Purchase 6550 books titled ?This Kind of War? (ISBN
  = 1-57488-334-8) by T.R. Fehrenbach 50th Anniversary Edition
  to include = shipping cost. This announcement constitutes the
  only = solicitation/proposals being requested and a written
  solicitation will = not be issued. This solicitation FL336812201300,
  is being issued as a = Request for Proposal (RFP). The solicitation
  document and = incorporated provisions and clauses are those
  in effect through Federal = Acquisition Circular 97-12 and
  Defense Acquisition Circular 91-13. The = Standard Industrial
  Classification Code is 7610, Size Standard $5.0 = mil. The
  contractor agrees to comply with the following FAR clauses,
  = which are incorporated in this solicitation by reference,
  to implement = provisions of law or executive orders applicable
  to acquisition of = commercial items. IAW FAR 52.252-2, CLAUSES
  INCORPORATED BY = REFERENCE-The full text of a clause may be
  accessed electronically at = listed address: http: //farsite.hill.af.mil/reghtml/far/far1toc.htm.
  = The following provisions and clauses apply: 52.212-1 INSTRUCTIONS
  TO = OFFERORS-COMMERCIAL ITEMS, FAR 52.212-3 OFFERORS REPRESENTATION
  AND = CERTIFICATIONS-COMERCIAL ITEMS. Offeror shall include
  a completed copy = of the provisions at FAR 52.212-3 Offeror
  Representation and = Certifications-Commercial Items. Offeror
  may contract POC for full = text. FAR 52.212-4 CONTRACT TERMS
  AND CONDITIONS-COMMERCIAL ITEMS, = 52.212-5 CONTRACT TERMS
  AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES = OR EXECUTIVE
  ORDERS-COMMERCIAL ITEMS. 52.222-3 Convict Labor = (E.O.11755),
  52.233-3 Protest after Award (31 U.S.C.3553), 52.222-21, =
  Prohibition of Segregated Facilities (Feb 1999), 52.222-26,
  Equal = Opportunity (E.O. 11246), 52.222-35 Affirmative Action
  for Disabled = Veterans and Veterans of the Vietnam Era (38
  U.S.C. 4212), 52.222-36 = Affirmative Action for Workers with
  Disabilities (29 U.S.C. 793), = 52.222-37 Employment Reports
  on disabled Veterans and Veterans of the = Vietnam Era (38
  U.S.C. 4212), 52.222-19, Child Labor?Cooperation with = Authorities
  and Remedies (E.O. 13126), 52.232-33 Payment by Electronic
  = Funds Transfer-Central Contractor Registration (31 U.S.C.
  3332). = Additionally, offeror is required to submit DUNS Number,
  Taxpayer = Identification Number (TIN) and Cage Code. The DFARS
  clause = 252.204-7004 mandates awards be made only to those
  offerors that are = successfully registered with Central Contractor
  Registration (CCR). In = accordance with DFARS 252.232-7009,
  payment for goods and services = received by the federal government
  shall be made using Electronic Funds = Transfer (EFT). Proposals
  will be submitted in writing to 42 CONS/LGCB = Ms. Downey,
  faxed to number listed or emailed at the address listed = below.
  Proposals must be received no later than 4:00 PM Central =
  Standard Time on 31 August 2001, 1600 CST. SUMMARY OF WORK:
  The = contractor shall provide the unit price, prompt payment
  terms and = delivery schedule. The books are required to be
  delivered not later = than 1 October 2001. (SEE Numbered Notes
  1)
LINKURL: http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-FL336812=
  201300/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V344)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Department of the Air Force, Air Education and Training
  = Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza
  South Bldg = 804, Maxwell AFB, AL, 36112-6334
SUBJECT: 76--BOOKS
SOL Reference-Number-FL336812201700
DUE 083101
POC Deborah Downey, Contract Specialist, Phone 334-953-3541,
  Fax = 334-953-3543, Email deborah.downey@maxwell.af.mil - Linda
  Lowmiller, = Contract Specialist, Phone 334-953-5528, Fax 334-953-3543,
  Email = linda.lowmiller@maxwell.af.mil
DESC: 7610- Purchase 10,950 books titles (1) 500 each ?HAP Arnold
  and = the Evolution of American Airpower? (ISBN 1560989491)
  by Dik Alan Daso; = and (2) 10450 each ?They Also Flew: The
  Enlisted Pilot Legacy, = 1912-1943? (ISBN 1560988371) by Lee
  Arbon to include shipping cost. = This announcement constitutes
  the only solicitation/proposals being = requested and a written
  solicitation will not be issued. This = solicitation FL336812201700,
  is being issued as a Request for Proposal = (RFP). The solicitation
  document and incorporated provisions and = clauses are those
  in effect through Federal Acquisition Circular 97-12 = and
  Defense Acquisition Circular 91-13. The Standard Industrial
  = Classification Code is 7610, Size Standard $5.0 mil. The
  contractor = agrees to comply with the following FAR clauses,
  which are incorporated = in this solicitation by reference,
  to implement provisions of law or = executive orders applicable
  to acquisition of commercial items. IAW = FAR 52.252-2, CLAUSES
  INCORPORATED BY REFERENCE-The full text of a = clause may be
  accessed electronically at listed address: http: = //farsite.hill.af.mil/reghtml/far/far1toc.htm.
  The following = provisions and clauses apply: 52.212-1 INSTRUCTIONS
  TO = OFFERORS-COMMERCIAL ITEMS, FAR 52.212-3 OFFERORS REPRESENTATION
  AND = CERTIFICATIONS-COMERCIAL ITEMS. Offeror shall include
  a completed copy = of the provisions at FAR 52.212-3 Offeror
  Representation and = Certifications-Commercial Items. Offeror
  may contract POC for full = text. FAR 52.212-4 CONTRACT TERMS
  AND CONDITIONS-COMMERCIAL ITEMS, = 52.212-5 CONTRACT TERMS
  AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES = OR EXECUTIVE
  ORDERS-COMMERCIAL ITEMS. 52.222-3 Convict Labor = (E.O.11755),
  52.233-3 Protest after Award (31 U.S.C.3553), 52.222-21, =
  Prohibition of Segregated Facilities (Feb 1999), 52.222-26,
  Equal = Opportunity (E.O. 11246), 52.222-35 Affirmative Action
  for Disabled = Veterans and Veterans of the Vietnam Era (38
  U.S.C. 4212), 52.222-36 = Affirmative Action for Workers with
  Disabilities (29 U.S.C. 793), = 52.222-37 Employment Reports
  on disabled Veterans and Veterans of the = Vietnam Era (38
  U.S.C. 4212), 52.222-19, Child Labor?Cooperation with = Authorities
  and Remedies (E.O. 13126), 52.232-33 Payment by Electronic
  = Funds Transfer-Central Contractor Registration (31 U.S.C.
  3332). = Additionally, offeror is required to submit DUNS Number,
  Taxpayer = Identification Number (TIN) and Cage Code. The DFARS
  clause = 252.204-7004 mandates awards be made only to those
  offerors that are = successfully registered with Central Contractor
  Registration (CCR). In = accordance with DFARS 252.232-7009,
  payment for goods and services = received by the federal government
  shall be made using Electronic Funds = Transfer (EFT). Proposals
  will be submitted in writing to 42 CONS/LGCB = Ms. Downey,
  faxed to number listed or emailed at the address listed = below.
  Proposals must be received no later than 4:00 PM Central =
  Standard Time on 31 August 2001, 1600 CST. SUMMARY OF WORK:
  The = contractor shall provide the unit price, prompt payment
  terms and = delivery schedule. The books are required to be
  delivered not later = than 1 October 2001. (SEE Numbered Notes
  1)
LINKURL: http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-FL336812=
  201700/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V347)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 76--Books, Maps and Other Publications
OFFADD: Department of the Air Force, Air Education and Training
  Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South
  Bldg 804, Maxwell AFB, AL, 36112-6334
SUBJECT: 76--BOOKS
SOL Reference-Number-FL336812201100
DUE 083101
POC Deborah Downey, Contract Specialist, Phone 334-953-3541,
  Fax 334-953-3543, Email deborah.downey@maxwell.af.mil - Linda
  Lowmiller, Contract Specialist, Phone 334-953-5528, Fax 334-953-3543,
  Email linda.lowmiller@maxwell.af.mil
DESC: Furnish 17,252 copies of the Book ?Passing of the Night:
  My Seven Years as a Prisoner of the North Vietnamese? (ISBN
  0345336771) by Robinson Risner for the Chief of Staff of the
  Air Force (CSAF) professional reading program. The period of
  this acquisition is for delivery not later than 1 October 2001.
  It is the intent of this agency to award a sole source contract
  under statutory authority 10 U.S.C. 2304 (c) (1), set forth
  in FAR 6.302-1, (Only One Responsible Source and no Other Supplies
  or Services will Satisfy Agency Requirement). This agency intends
  to award with Robinson Risner, 8555 Laurens Lane #1507, San
  Antonio, TX 78218. There are several ship to addresses. See
  AttachedALTUS Airman Leadership School 97 MSS/DPN 1009 Alert
  Access Rd Altus AFB, OK 73523-5206 160 ANDERSEN Airman Leadership
  School 36 MSS/DPN Unit 14001 APO AP 96543-4001 210 ANDREWS
  Airman Leadership School 89 MSS/DPN 1413 Arkansas Dr, Ste 230
  Andrews AFB, MD 20762-6403 260 AVIANO Airman Leadership School
  31 MSS/DPN Unit 6125 Box 85 APO AE 09604-5000 320 BARKSDALE
  Airman Leadership School 2 MSS/DPN 3811 HQ Drive Barksdale
  AFB, LA 71110-3001 270 BEALE Airman Leadership School 9 MSS/DPN
  6120 C Street Beale AFB, CA 95903-1714 220 BOLLING Airman Leadership
  School 11 MSS/DPN 222 Luke Ave, Ste 100 Bolling AFB, DC 20332-5114
  190 BUCKLEY 821 MSS/DPN 8950 E. Crested Butte Ave. Buckley
  AFB, CO 80011-9522 112 CANNON Airman Leadership School 27 MSS/DPN
  110 East Sextant Ave, Ste 2038 Cannon AFB, NM 88103-5326 160
  CHARLESTON Airman Leadership School 437 MSS/DPN 203 South Davis
  Dr, Ste B Charleston AFB, SC 29404-4710 300 DAVIS-MONTHAN Airman
  Leadership School 355 MSS/DPN 3650 South 6th Street Davis-Monthan
  AFB, AZ 85708-3831 290 DOVER Airman Leadership School 436 MSS/DPN
  480 Chevron Ave Dover AFB, DE 19002-7725 280 DYESS Airman Leadership
  School 7 MSS/DPN 425 3rd Street, Ste 219 Dyess AFB, TX 79607-1525
  270 EDWARDS Airman Leadership School 95 MSS/DPN 148 Methusa
  Rd Edwards AFB, CA 93523-1330 200 EGLIN Airman Leadership School
  96 MSS/DPN 310 West Van Matre, Ste 231 Eglin AFB, FL 32542-6418
  340 EIELSON Airman Leadership School 354 MSS/DPN 3125 Washbash
  Ave, Ste 200 Eielson AFB, AK 99702-1720 190 ELLSWORTH Airman
  Leadership School 28 MSS/DPN 250 Kenney Rd Ellsworth AFB, SD
  57706-5000 180 ELMENDORF Airman Leadership School 3 SPTG/CCN
  31210 Tulip St Elmendorf AFB, AK 99506-3545 640 F. E. WARREN
  Airman Leadership School 90 MSS/DPN 1705 Parade Rd F E Warren
  AFB, WY 82005-5000 200 FAIRCHILD Airman Leadership School 92
  MSS/DPN 5 West Bong St, Ste 106 Fairchild AFB, WA 99011-8521
  160 FT. MEADE Airman Leadership School 694 IG/DPN 9829 Love
  Rd Ft Meade, MD 20755-5260 190 GRAND FORKS Airman Leadership
  School 319 MSS/DPN 681 Holzapple St, Bldg 215 Grand Forks AFB,
  ND 58205-6153 130 HANSCOM Airman Leadership School 66 MSS/DPN
  45 Arnold St Hanscom AFB, MA 01731-2134 110 HICKAM Airman Leadership
  School 15 SPTG/CCN 300 Moffet St Hickam AFB, HI 96853 240 HILL
  Airman Leadership School 75 MSS/DPN 7276 8th Street Hill AFB,
  UT 84056 220 HOLLOMAN Airman Leadership School 49 MSS/DPN 740
  Rhode Island Ave Holloman AFB, NM 88330-5000 180 HURLBURT FIELD
  Airman Leadership School 16 MSS/DPN 410 Cody Ave, Bldg 90221
  Hurlburt Field, FL 32544-5829 340 INCIRLIK Airman Leadership
  School 39 MSS/DPN Unit 7075 Box 170 APO AE 09824 140 KADENA
  Airman Leadership School 18 MSS/DPN Unit 5134 Box 10 APO AP
  96368-5134 420 KEESLER Airman Leadership School 81 MSS/DPN
  706 Chappie James, Ste 102 Keesler AFB, MS 39534-2608 180 KEFLAVIK
  85 GP/CCCA Box 2055, PSC 1013, APO AE 09725, ATTN: MSgt Niles.
  100 KIRTLAND Airman Leadership School 377 MSS/DPN F73+F658601
  F Ave, Bldg 20203B Kirtland AFB, NM 87117-5604 140 LACKLAND
  Airman Leadership School 37 MSS/DPN 1101 ENT Circle Lackland
  AFB, TX 78236-5401 570 LAKENHEATH Airman Leadership School
  48 MSS/DPN Unit 5080 Box 275 APO AE 09464-0275 640 LANGLEY
  Airman Leadership School 1 MSS/DPN 22 Burrell St Langley AFB,
  VA 23665-2089 270 LITTLE ROCK Airman Leadership School 314
  MSS/DPN 710 Firelane Rd, Ste 117 Little Rock AFB AR 72099-4945
  210 LUKE Airman Leadership School 56 MSS/DPN 6605 North 140th
  Dr Luke AFB, AZ 85309-1935 350 MACDILL Airman Leadership School
  6 MSS/DPN 8110 Hillsborough Loop Dr MacDill AFB, FL 33621-5508
  210 MALMSTROM Airman Leadership School 341 MSS/DPN 107 77th
  Street North, Rm 1 Malmstrom AFB, MT 59402-7540 180 MAXWELL/GUNTER
  Airman Leadership School 42 MSS/DPN 51 East Maxwell Blvd Maxwell
  AFB, AL 36112-6309 220 MCCHORD Airman Leadership School 62
  MSS/DPN Bldg 851, Ste 436 McChord AFB,WA 98438-5000 230 MCCONNELL
  Airman Leadership School 22 MSS/DPN 52825 Atchison St McConnell
  AFB, KS 67221-3813 210 MCGUIRE Airman Leadership School 305
  MSS/DPN Bldg 2411, McGuire Blvd McGuire AFB, NJ 08641-5018
  230 MINOT Airman Leadership School 5 MSS/DPN 327 Tinker Trail
  Minot AFB, ND 58705-3061 280 MISAWA Airman Leadership School
  35 MSS/DPN Unit 5021 APO AP 96319-5021 180 MOODY Airman Leadership
  School 347 MSS/DPN 3010 Robinson Rd Moody AFB, GA 31699-1518
  230 MT. HOME Airman Leadership School 366 MSS/DPN 545 Falcon
  St Mountain Home AFB, ID 83648-5219 210 NELLIS Airman Leadership
  School 99 MSS/DPN 5960 Devlin Dr Nellis AFB, NV 89191-7048
  310 OFFUTT Airman Leadership School 55 MSS/DPN 105 Washington
  St, Ste 123 Offutt AFB, NE 68113-2116 400 PATRICK Airman Leadership
  School 45 MSS/DPN 1020 Central Ave, Ste E-1 Patrick AFB, FL
  32925-2901 100 PETERSON Airman Leadership School 21 MSS/DPN
  301 W Stewart Ave, Ste 106 Peterson AFB, CO 80914-1510 310
  POPE Airman Leadership School 43 MSS/DPN 5452 Reilly Rd Pope
  AFB, NC 28308-2376 280 RAMSTEIN - KAPAUN Airman Leadership
  School 86 MSS/DPN Unit 3220 APO AE 09094-5000 600 RANDOLPH
  Airman Leadership School 12 MSS/DPN 1351 5th Street West Randolph
  AFB, TX 78150-4507 140 ROBINS Airman Leadership School 78 MSS/DPN
  785 10th Street Robins AFB, GA 31098-2232 210 SCOTT Airman
  Leadership School 375 MSS/DPN 607 Pierce St, Rm 107 Scott AFB,
  IL 62225-5421 210 SEYMOUR-JOHNSON Airman Leadership School
  4 MSS/DPN 1195 Cannon Ave Seymour-Johnson AFB, NC 27531-2441
  220 SHAW Airman Leadership School 20 MSS/DPN 420 Polifka Dr
  Shaw AFB, SC 29152-5100 270 SHEPPARD Airman Leadership School
  82 MSS/DPN 401 K Avenue, Ste 5 Sheppard AFB, TX 76311-2628
  150 SPANGDAHLEM - BITBURG Airman Leadership School 52 MSS/DPN
  Unit 3655 Box 145 APO AE 09126-5125 520 TINKER Airman Leadership
  School 72 MSS/DPN 6120 Arnold Street Tinker AFB, OK 73145-8101
  270 TRAVIS Airman Leadership School 60 MSS/DPN 470 Broadway
  St Travis AFB, CA 94535-2019 410 TYNDALL Airman Leadership
  School 325 MSS/DPN 520 Suwanee Rd Tyndall AFB, FL 32403-5544
  270 USAF ACADEMY Airman Leadership School 10 MSS/DPN 5136 Eagle
  Drive, Ste K102 USAF Academy, CO 80840-2608 150 VANDENBERG
  Airman Leadership School 30 MSS/DPN 1031 California Blvd, Ste
  A-200 Vandenberg AFB, CA 93437-6106 170 WHITEMAN Airman Leadership
  School 509 MSS/DPN 323 Spirit Blvd, Bldg 3006 Whiteman AFB,
  MO 65305-5084 240 WRIGHT-PATTERSON Airman Leadership School
  88 MSS/DPN 2500 5th St, Bldg 430 Wright-Patterson AFB, OH 45433-5000
  160 CALIFORNIA Airman Leadership School 144 FW 5323 McKinley
  Ave Fresno, CA 93727-2199 50 MISSOURI Airman Leadership School
  139 AW/OSF 705 Memorial Dr St Joseph, MO 64503 40 YOKOTA Airman
  Leadership School 374 MSS/DPN Unit 5123 APO AP 96328-5000 210
  Totals 17252 See Note 22.
LINKURL: http://www.eps.gov/spg/USAF/AETC/MaxAFBCS/Reference-Number-FL336812201100/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3B4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 79--Cleaning Equipment and Supplies
OFFADD: National Institutes of Health, CC/Office of Purchasing
  and Contracts, 10 Center Drive, Room 1N262, MSC 1189, Bethesda,
  MD 20892-1189
SUBJECT: 79--ALLIED PRODUCTS
SOL RFQ-CC-01-18
DUE 090201
POC Clifford B. Ross 301-402-0608
DESC: The Warren Grant Magnuson Clinical Center is the Clinical
  Research Facility of the National Institute of Health (NIH).
  The Clinical Center (CC) provides patient care service, training
  and the environment in which NIH clinicians Scientists, creatively
  translate emerging knowledge into better understanding, detection,
  treatment and prevention of human disease. The Clinical Center
  is the Nation's foremost federally funded biomedical research
  institution. It is comprised of twenty-four (24) Institutes
  and Centers. The CC is the onsite hospital for the NIH Campus,
  providing full support for Clinical research in inpatient and
  outpatient settings. The Clinical Center facility comprises
  more than three million square feet of clinical, laboratory,
  and administrative space with the capacity to serve three hundred
  and fifty (350) inpatients participating in research studies
  at the NIH. In two years this inpatient space will move to
  a new facility that is currently under construction. As a federally
  funded facility continuous effort is made to use the financial
  resource of the Clinical Center to acquire the needed products,
  equipment and services at the best possible price. The acquisition
  staff is therefore looking to form partnerships with a limited
  number of small business's capable of providing timely deliveries
  of products and services at the best possible advantage, cost/price
  considered to the hospital. It is expected that for this request
  for quote, a Firm Fixed contract will be issued with options
  years to cover a five-year period. Performance measure will
  be a key factor in the issuance and Continuation of these contracts.
  Firms responding should indicate their business/economic Classification.
  The North American Industrial Classification code for this
  project is 325612. The following allied supplies and description
  and estimated annual usage: cat#07805-KC. Toilet tissue, Scott
  JRT JR. Jumbo roll, white in color 3.78"w x 1000' length, shall
  be (2) ply. Shall be compatible with KC., dispenser #09567
  12/case. Cat #01080. Kleenex hard towel, KC., shall be white
  in color, 8" width x 425' length, shall be (1) ply and compatibles
  with Kimberley-Clark model 09346 Sanitouch roll towel dispenser.
  Additional dispenser needed for the hospital, (toilet tissue
  or towel) shall be furnished at no charge to government. All
  questions, concerns and information about specification are
  to be directed to Clifford B Ross at the address listed in
  the Synopsis; Via email, cross@cc.nih.gov; phone 301-402-0608
  or fax (301) 435-8675
EMAILADD: cross@cc.nih.gov
EMAILDESC: 
CITE: (W-229 SN50V2R8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Crane Division, Naval Surface Warfare Center, Code 1162
  Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
SUBJECT: 81--CONTAINER
SOL N00164-01-Q-0310
DUE 091401
POC Ron Smith, Code 1162, telephone 812-854-1679
DESC: This is a combined synopsis/solicitation for noncommercial
  items prepared in accordance with the format in FAR Subpart
  13, 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 N00164-01-Q-0301 applies
  and is issued as a request for quotation (RFQ). This solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular 97-27 as well
  as DCN 20001213. The North American Industry Classification
  System (NAICS) Code is 332439 and the business size standard
  is 500 employees. This requirement is as follows: CLIN 0001
  302 each Charge Container manufactured in accordance with Dept
  of the Navy Drawing 2128470 Rev C with additional 100 each
  screws w/nuts. Spec is available for downloading in PDF Format
  via http://www.crane.navy.mil/supply/announce.htm. Delivery
  is required F.O.B. Destination within 120 days after award.
  Final inspection will be at NSWC Crane. Material Certification
  Required and First Article Inspection at Destination Required.
  Selection for award will be based on past performance, technical
  compliance and price. Quotes that are non-compliant with any
  material requirement of this solicitation may be rejected without
  further consideration for award. All responsible sources may
  submit a quote that will be considered by the Agency. A Firm-Fixed
  Price purchase order will be awarded using Simplified Acquisition
  Procedures. The following provisions and clauses apply: 52.204-6;
  52.207-4 [FILL-IN]; 52.209-6; 52.211-5; 52.211-14 (DO-C9E);
  52.211-15; 52.219-1 [FILL-IN] 52.219-6; 52.213-4 (incorporating
  52.247-34); 52.222-21; 52.222-22; 52.222-25 [FILL-IN]; 52.232-23;
  52.242-15; 52.242-17; 52.243-1; 52.246-1; 52.246-16; 52.249-1;
  52.249-8; 52.252-2; 52.253-1; 252.204-7001; 252.204-7003; 252.204-7004;
  252.225-7000; 252.225-7001; 252.225-7002; 252.225-7017; 252.225-7009;
  252.225-7035; 252.225-7036; 252.243-7001; 252.246-7001;. NOTE:
  Provisions with a "Fill-in" MUST be filled out completely and
  submitted with the offer. Please provide your Commercial and
  Government Entity (CAGE) code and Contractor Establishment
  Code (DUNS number). To be eligible for award you must be properly
  registered in the Government's Central Contractor Registration
  (CCR). Offerors may obtain information on CCR registration
  and annual confirmation requirements by calling 1-888-227-2423,
  or via the Internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com.
  If a change occurs in this requirement, only those offerors
  that respond to this announcement within the required time
  frame will be provided any changes/amendments and considered
  for future discussions and/or award. Quotations may be faxed
  or e-mailed to Ron Smith, FAX 812-854-3762, e-mail address
  smith_rg@crane.navy.mil. Complete mailing address is Mr. Ron
  Smith, Code1162N2 Bldg. 2521, NAVSURFWARCENDIV Crane, 300 Highway
  361, Crane IN 47522-5001. All required information must be
  received on or before 12:00 Eastern Standard Time. See Note
  26. Our mission is to provide quality and responsive acquisition
  services for this Command. In an effort to continue to improve
  our services, we are conducting a survey of our vendors. This
  survey may be found on the World Wide Web at the following
  address: http://www.crane.navy.mil/supply/VendorSurvey.htm.
  Your comments will help us determine if we are accomplishing
  this and show us ways to improve our processes. Please consider
  taking the time to complete the survey.  
LINKURL: http://www.crane.navy.mil/supply/announce.htm
LINKDESC: 
EMAILADD: smith_rg@crane.navy.mil
EMAILDESC: 
CITE: (W-229 SN50V2K3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: Crane Division, Naval Surface Warfare Center, Code 1162
  Bldg 2521, 300 Highway 361, Crane, Indiana 47522-5001
SUBJECT: 81--CONTAINERS
SOL N00164-01-0301
DUE 091401
POC Ron Smith, Code 1162, telephone 812-854-1679
DESC: Correction to synopsis published on 17 August 2001. Typo
  in the solicitation number listed as N00164-01-Q-0310 and should
  be N00164-01-Q-0301.
LINKURL: http://www.crane.navy.mil/supply/announce.htm
LINKDESC: 
EMAILADD: smith_rg@crane.navy.mil
EMAILDESC: 
CITE: (W-229 SN50V2K8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 81--Containers, Packaging and Packing Supplies
OFFADD: USPFO for Iowa, Iowa National Guard, Camp Dodge 7700
  NW Beaver Dr, Johnston IA 50131-1902
SUBJECT: 81--STORAGE CONTAINERS
SOL DAHA13-01-T-0015
DUE 090401
POC Brenda McKnight (515)252-4114
DESC: This is a combined synopsis/solicitation for the purchase
  of a commercial item prepared in accordance with the format
  in FAR Subpart 12.6, the test program in FAR Subpart 13.6,
  as supplemented with additional information included in this
  notice. This announcement constitutes the only solicitation,
  quotations are being requested and written solicitation will
  not be issued. This solicitation is issued under Request For
  Quotations (RFQ) number DAHA13-01-T-0015. All quotes shall
  reference the RFQ number and shall be submitted by 4:30 P.M.
  local time on 4 September 2001. The anticipated award date
  is 7 September 2001, with a performance period of 90 days.
  The solicitation document and incorporated provisions and clauses
  are those in effect through Federal Acquisition Circular FAC
  97-27. This solicitation is issued under small business set-aside
  procedures in accordance with far clause 52.219-6, Notice of
  Total Small Business Set-Aside. The North American Industry
  Classification system code (NAICS) 332311, size standard 500.
  The Iowa National Guard wishes to procure fourteen, forty foot
  refurbished (like new) CSC certified portable storage containers
  and two, twenty foot refurbished (like new) CSC certified portable
  storage containers, to be delivered to various locations within
  the state of Iowa. A summary of the forty-foot storage container
  requirements is as follows: The container frame shall be constructed
  of a minimum 8-gauge steel. The Walls and roof shall be a minimum
  12 gauge galvanized corrugation with all joints continuously
  welded to conform to AWS D.1.1 standards. The container shall
  be divided into four separate but equal storage units by a
  minimum 12 gauge steel panel, which is securely fastened and
  welded to the cross members in accordance with industry standards.
  Four, six high by six foot wide roll-up doors (with steel headers),
  shall be located on one side of the container allowing access
  to each separate storage compartment. The doors shall be equally
  space. Each roll-up door shall include a hasp for locking the
  roll-up door. The outside dimensions of the container shall
  be approximately 40' X 8.5' X 8'. The container shall include
  one cargo door. The container shall be painted with a minimum
  one coat of primer and one coat of tan paint (the color to
  be approved by the user prior to painting). The container shall
  include corner casting, which meet ISO standards. The container
  shall also be equipped with one set of forklift pockets centered
  on the long side of the container. The forklift pocket shall
  allow access from both sides. A summary of the twenty-foot
  storage container requirements is as follows: The container
  frame shall be constructed of a minimum 8-gauge steel. The
  Walls and roof shall be a minimum 12 gauge galvanized corrugation
  with all joints continuously welded to conform to AWS D.1.1
  standards. The container shall have one, eight-foot wide by
  six foot high roll-up doors (with steel headers), centered
  on the long side of the unit. The roll-up door shall include
  a hasp for locking the door. The outside dimensions of the
  container shall be approximately 20' X 8.5' X 8'. The container
  shall include one cargo door. The container shall be painted
  with a minimum one coat of primer and one coat of tan paint
  (the color to be approved by the user prior to painting). The
  container shall include corner casting, which meet ISO standards.
  The container shall also be equipped with one set of forklift
  pockets centered on the long side of the container. The forklift
  pocket shall allow access from both sides. The Place of Delivery,
  inspection, and acceptance is as follows: 3 each 40 footers
  and 1 each 20 footers to USPFO-WH #12, Camp Dodge, 7700 NW
  Beaver Drive, Johnston, Iowa 50131-1902; 8 each 40 footers
  and 1 each 20 footers to HHT 1-113th CAV, 3200 2D Mech Drive,
  Sioux City, Iowa 51110-1348; 3 each 40 footers to AUG 1-113th
  CAV, 2245 Highway 1 South, Waterloo, Iowa 50703-9645. FOB Destination.
  Solicitation provision at FAR 52.212-1, Instructions to Offerors
  Commercial Items (OCT 2000) is hereby incorporated by reference.
  In accordance with the solicitation provision 52.212-2, Instructions
  to Offerors Commercial Items (Oct 2000) the Government will
  award a contract resulting from this solicitation 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 technical
  factors shall be used to evaluate offers: Ability to meet and/or
  exceed the desired specifications set forth on this announcement
  and Past performance. The technical factors will be rated higher
  than the cost factors. The vendor shall submit a written proposal
  addressing all the technical factors outlined above. The proposal
  shall be in sufficient detail as to allow a board to review
  and rate the proposal. The proposal shall identify that the
  portable storage containers will meet the Governments desired
  requirements. The written proposal will be no more than 35
  pages in length. All information exceeding 35 pages will be
  disregarded. Past performance will be evaluated as follows:
  Evaluation of past performance shall be based on information
  provided by the offerors and any other information the Government
  may obtain by following up on the information provided by the
  offerors and/or through other sources (i.e. offerors performance
  on previously awarded contracts and/or contracts with other
  Government entities). The offeror must identify three Federal,
  State or local Government and private contracts for which the
  offeror has supplied similar products to those identified in
  this solicitation. References should include the most recent
  contracts completed within the last five years. The offeror
  shall provide a point of contact, current telephone numbers
  and fax numbers for each contract. The offeror shall provide
  a FOB Destination cost for the forty foot containers and a
  separate FOB Destination cost for the twenty foot containers.
  Offerors shall address each evaluation factor stated above,
  failure to address any item may cause the offerors proposal
  to be rejected. Offerors are reminded to include a completed
  copy of provision at FAR 52.212-3 I, Offeror Representations
  and Certifications Commercial Items Alternate I, with their
  proposal. FAR 52.212-4, Contract Terms and Conditions Required
  to Implement Statutes or Executive Orders Commercial Items
  (May 2001), is hereby incorporated by reference. The following
  clauses within 52.212-5 apply to this solicitation and any
  resultant contract; 52.203-6, Restrictions on Subcontractor
  Sales to the Government, with Alternate I; Notice of Price
  Evaluation Preference for HUBZone Small Business Concerns;
  52.219-8, Utilization of Small Business Concerns and Small
  Disadvantaged Business Concerns (15 USC 637); 52.219-14, Limitation
  on Subcontracting; 52.222-21, Prohibition of Segregated Facilities;
  52.222-26, Equal Opportunity; 52.222-35, Affirmative Action
  for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
  Action for Handicapped Workers; 52.222-37, Employment Reports
  on Special Disabled Veterans and Veterans of the Vietnam Era;
  52.222-19, Child Labor -- Cooperation with Authorities and
  Remedies; 52.225-13, Restriction on Certain Foreign Purchases;
  52.232-33, Payment by Electronic Funds Transfer -- Central
  Contractor Registration. The following additional clauses and
  provisions are incorporated by reference: 52.247-34, F.O.B.
  Destination; 52.252-1, Solicitation Provisions Incorporated
  by Reference; 52.252-1, Clauses Incorporated by Reference;
  252.204-7004, Required Central Contractor Registration; 252.225-7035,
  Buy American Act North American Free Trade Agreement Implementation
  Act Balance of Payments Program Certificate. The following
  clauses within 252.225-7001apply to this solicitation and any
  resultant contract; 252.225-7036, Buy American Act -- North
  American Free Trade Agreement Implementation Act Balance of
  Payments Program; 252-225-7012, Preference for Certain Domestic
  Commodities; 252.243-7002, Requests for Equitable Adjustment;
  252.247-7023, Transportation of Supplies by Sea. The clause
  incorporated by reference can be accessed in full text at the
  Army Acquisition Web Site: http://web2.deskbook.osd.mil/default.asp.
  Sign and date your offer, one original, must be submitted to
  Iowa Army National Guard, USPFO-PC, Camp Dodge, 7700 NW Beaver
  Drive, Johnston, Iowa 50131-1902, ATTN: CW2 Mark Thompson,
  Contracting Officer at or before 4:30 p.m., 4 September 2001.
  For information regarding this solicitation contact CW3 Mark
  Thompson at (515)252-4248.
EMAILADD: brenda.mcknight@ia.ngb.army.mil
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V3D5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 83--Textiles, Leather, Furs, Apparel and Shoe Findings,
  Tents and Flags
OFFADD: Dept of Justice, Fed Prison Industries, 320 1st Street
  NW - Material Mgt Branch, Washington, DC 20534-0001
SUBJECT: 83--HOOK AND LOOP TAPE
SOL TX00059-01
DUE 082801
POC John M. Carlock, Contracting Officer (202)305-7390 Fax: (202)305-7344
DESC: The synopsis posted on 5/10/2001 is hereby amended as follows:
  the offer closing date is extended to 8/28/01, 2:00pm local
  time. Please go to Unicor's website at www.unicor.gov/procurement/proclothing.html
  and download an updated solicitation and amendment 0001 with
  commerial item descriptions. 
LINKURL: http://www.unicor.gov/procurement/proclothing.html
LINKDESC: 
EMAILADD: jcarlock@central.unicor.gov
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V2S6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Department of the Navy, Naval Supply Systems Command,
  FISC = NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968
  GILBERT STREET, = SUITE 600, NORFOLK, VA, 23511-3392
SUBJECT: 84--84 -- CLOTHING - MESS ATTENDANT CLOTHING
SOL N00189-01-T-0932
DUE 082401
POC Linda Mathews, Purchasing Agent, Phone 757-443-1329, Fax
  = 757-443-1389, Email linda_a_mathews@nor.fisc.navy.mil
DESC:  =20 This is a combined synopsis/solicitation for commercial
  items =3D = prepared in accordance with the format=20 Prescribed
  in Subpart 12.6 of =3D the FAR, as supplemented with = additional
  information included in this notice. This announcement constitutes
  the request for quote for = the required items. Request for
  quotes are hereby requested under RFQ =3D N00189-01-T-0932,
  a = subsequent solicitation document=20 will not be issued.
  FISC Norfolk Acquisition Group intends to = purchase mess uniforms
  for the USS Theodore Roosevelt as follows: 200 = Ea Red Polo
  Button Down MDMAA Shirts 100 % Cotton with Rough Rider Caf?
  = Logo on the Left Front Breast pocket embroidered with 1/4"
  Letters = MDMAA to be printed under the logo. All letteringv
  to be done in white: = Sizes: 30 medium, 70 Large, 70 Xlarge,
  30 XXLarge. 600 Ea. Royal Blue = Polo Button Down Shirts 100
  % Cotton with Rough Rider Caf? Logo on the = left front breast
  pocket embroidered with 1/4" letters. All lettering = to be
  done in white. Sizes: 80 Medium, 230 Large, 230 XLarge, 60
  = XXLarge. 800 Ea. Assorted Color T-Shirts 50/50 Cotton/Polyester
  with = Rough Rider Caf? Logo on left front breast pocket embroidered
  with 1/4" = letters. Colors will be Black, Maroon, Blue and
  Red. All lettering to = be done in white. Ship logo on back.
  Sizes: Black Cargo: 20 Medium, 60 = Large, 90 Xlarge, 30 XXLarge.
  Blue Mess Decks: 60 Medium, 80 Large, 80 = Xlarge, 60 XXLarge.
  Maroon Galley: 60 Medium, 80 Large, 100 Xlarge, 50 = XXLarge.
  Red Office: 40 Xlarge, Note: Black 50/50 Cargo Shirts have
  = Cargo in Big Black Letters on the Back underneath the drawing.
  600 Ea. = Houndstooth Checkered Baggie Chef Pants with Drawstring.
  Sizes: 80 = Medium, 230 Large, 230 Xlarge, 60 XXLarge. 400
  Ea. Black Chef Aprons with Rough Rider Caf? Logo on the Front
  Left = Breast and Pocket. Chef Apron needs a small pocket to
  hold pen and = pocket thermometer. 500 Ea. Chef Hats with Black
  and White Checkered = Head Band and White Top. Chef Hats should
  have the Velcro Fastner to = adjust the size of the hat. Both
  the drawing of the Rough Rider Caf? = and the Ship's Drawing
  will be available upon request. FOB Point: = Destination to
  Norfolk, Va. 23511. The following FAR provisions and = clauses
  apply to this solicitation and are =3D Incorporated by = reference:
  FAR 52.212-1 Instructions to =3D Offerors- Commercial Items
  (March 2000), FAR 52.212-3 Offerors = Representations and Certifications
  - Commercial Items (Feb 2000), FAR =3D 52.212-4 Contract Terms
  and = Conditions - Commercial Items (May 1999), FAR 52.212-5
  Contract Terms and Conditions = Required to Implement Statutes
  =3D Or Executive Orders (APR 1999) (DEVIATION): FAR 52.232-33
  Payment = by =3D Electronic Funds=20 Transfer-Central Contractor
  Registration (MAY 1999), =3D FAR = 52.215-5 Facsimile Proposals=20
  (OCT 1997). The RFQ document, =3D (N00189-01-T-0864, Provisions
  = and clauses which have been incorporated =3D are those in
  effect through FAC 97-27. The = following Defense FAR =3D Supplement
  (DFAR) provisions and clauses apply to this solicitation and
  =3D = are incorporated by reference, with the exception of
  DFAR 252.204-7004 =3D which will be in full text. DFAR = 252-225-7000
  Buy American Act - Balance =3D of Payments Program Certificate
  (SEP 1999), DFAR = 252.212-7001 Contract =3D Terms And Conditions
  Required To Implement Statutes or Executive Orders = =3D Applicable
  to Defense=20 Acquisition Of Commercial Items (APR 1999) =3D
  (DEVIATION), DFAR = 252.225-7001 Buy American Act and Balance
  of =3D Payments Program (MAR 1998, DFAR = 252.204-7004, (MAR
  2000), Required Central Contractor Registration, (a) Definitions,
  As used in this = =3D clause =3D (1) "Central Contractor Registration
  (CCR) database" means the =3Dprimary DOD repository = for contractor
  Information required For the =3D conduct of business with DOD.
  (2) "Data Universal = Numbering System =3D (DUNS) number"=20
  Means the 9-digit number assigned by Dun and Bradstreet =3D
  = Information Services To identify unique=20 Business entities.
  (3) "Data =3D Universal Numbering System +4 = (Duns+4) number"
  means the Duns Number =3D assigned by Dun and Bradstreet plus
  a 4-digit suffix = that may be assigned by a parent=20 (controlling)
  business concern. This 4 digit =3D suffix may be = assigned
  at the discretion of the parent business concern =3D for such
  purposes as identifying sub-units or = affiliates of the parent
  =3D business concern. (4) "Registered in the CCR database"
  means that all = =3Dmandatory information, including the=20
  DUNS number or the Duns +4 number, =3D if applicable, and the
  = corresponding Commercial and Government Entity =3D (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 =3D requirement that a = prospective awardee
  must be registered in the CCR =3D database prior to award,
  during performance, and through = final payment =3D of any
  contract Resulting from this solicitation, except for awards
  =3D 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 verify that = the offeror
  is registered in the CCR Database. (6) Lack of registration
  in the CCR database will make an = offeror ineligible for award.=20
  (7) DOD has established a goal of registering an applicant
  in the = CCR database within 48 hours after=20 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. ? 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=20 Confirm on an annual basis that its 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=20 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 close of = business 24August 2001. All offers=20 Shall be
  mailed to; Norfolk Acquisition Group, Hampton Roads = Detachment,
  Fleet and Industrial Supply Center, 1968 Gilbert St., Suite
  600, Attn: L. Mathews, Code = 202C2, Norfolk, VA. 23511-3392.
  Facsimile quotations are acceptable. The facsimile number is
  (757) = 443-1376 Only written questions=20 Regarding this announcement
  will be accepted. Reference RFQ = N00189-01-T-0932.
LINKURL: http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-01-T-0932/listing.h=
  tml
LINKDESC: 
  notice
CITE: (D-229 SN50V2K9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION)
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Supply Center Philadelphia, Attn: DSCP-CO, Building
  6, 700 Robbins Avenue, Philadelphia, PA 19111-5092
SUBJECT: 84--VEST. MICROCLIMATE
SOL SP0100-01-R-4084
DUE 100101
POC Tom Ferzetti/Contract Specialist/DSCP-COEI (215) 737-8165
DESC: See notes 9 and 26. DESC: Vest, Conditioning, Microclimate,
  Air. NSN: 8415-01-217-5634. Specification: MIL-DTL-44132C dated
  8/23/00. Quantity for basic ordering period is 1,500 each with
  two term 1 year options for the same quantity.  This will
  be a Best Value procurement in accordance with FAR 15.101-1,
  Trade-Off Process. This notice has been modified to include
  the following evaluation factors other than cost or price:
  Experience/Past Performance, Manufacturing Plan, Socioeconomic
  Support, DLA Mentoring Agreements, and Javitz-Wagner-O'Day
  Act Entity Support.   For any questions, please review original
  solicitation notice and/or contact Tom Ferzetti, Contract Specialist,
  at 215-737-8165. 
CITE: (W-229 SN50V2R7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Supply Center Philadelphia, Attn: DSCP-CO, Building
  6, 700 Robbins Avenue, Philadelphia, PA 19111-5092
SUBJECT: 84--TRUNK LOCKER, PLASTIC
SOL SP0100-01-R-4085
DUE 100101
POC Annette M. Seymour/DSCP-COEI/Phone (215) 737-2436 Fax (215)
  737-5694
DESC: See notes 9, 13, 22, and 23. ITEM: Trunk Locker, Plastic.
  Quantities to be purchased: Type I/Class I (Green Olive Drab)
  NSN: 8460-01-471-1024, Size Small - 3 Cubic Feet/Minimum Quantity
  11,400 each, Maximum Quantity 18,150 each. Type II/Class I
  (Green Olive Drab) NSN: 8460-01-471-1035, Size Large - 5 Cubic
  Feet/Minimum Quantity 7,600 each, Maximum Quantity 12,000 each.
  This purchase request includes one (1) 100% term option. Commercial
  Item Description Number: A-A-59490 dated August 19, 1999. This
  will be an Indefinite Delivery Type Contract utilizing FAR
  Part 12 (Commercial Items). Six deliveries will be required
  beginning 120 days after date of award, with a monthly capacity
  of 2,000 each shipment to DDSP New Cumberland Facility (New
  Cumberland, PA) and DD San Joaquin (Tracy, CA). This request
  for proposal will be issued as an unrestricted acquisition.
  Best Value procedures will be utilized with the following factors
  in descending order of importance: 1) Production Demonstration
  Models/1 each size 2) Experience/Past Performance 3)Socioeconomic
  Proposal 4) Javits-Wagner-O' Day Act Entity Proposal. All materials
  used are to be furnished by the successful offeror. Contractor
  must be CCR Certified. Availability of solicitations, FAR 5.102
  (a)(7) applies, as our office no longer issues solicitations
  or amendments in paper form. Offeror should register to receive
  notification of this solicitation or solicitation amendments.
  Copies of this solicitation can be found on the DLA Procurement
  Gateway at http://progate.daps.mil/home after September 4,
  2001. From the Gateway home page, select "Search RFPs" from
  the left-hand sidebar. Then choose the RFP you wish to view.
  You must be registered in order to download RFPs. If you are
  not, you will be directed to register at time of download.
  In order to ensure e-mail notification of RFPs, prospective
  vendors MUST go to the RFP Information page and select DSCP
  Clothing & Textiles as the commodity center from which notices
  will be sent. The solicitations will be in a downloadable,
  printable format when viewed with an Adobe Acrobat Reader.
  Free software is available at http://www.adobe.com/products/acrobat/readermain.html.
  Copies of Military and Federal Specification are available
  via the internet (see note 9). You may acquire information
  by contacting DSCP-COEI/Annette M. Seymour, Contract Specialist,
  via e-mail (aseymour@dscp.dla.mil) or facsimile (215) 737-5694,
  or telephone (215) 737-2436. PLEASE PROVIDE COMPANY NAME, ADDRESS,
  PHONE/FAX NUMBERS AND CONTACT PERSON WITH ALL CORRESPONDENCE.
EMAILADD: aseymour@dscp.dla.mil
EMAILDESC: 
  e-mail.
CITE: (W-229 SN50V399)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: US Army Signal Center and Fort Gordon, ATTN: ATZH-CT,
  Building 2102, Fort Gordon, GA 30905-5110
SUBJECT: 89--ICE, MANUFACTURED, CRUSHED OR CUBED AND BLOCK, FOR
  FORT GORDON, GA.
SOL DABT11-01-B-0005
DUE 092101
POC JEANETTE WILLOUGHBY, 706-791-1806
DESC:  Furnish and deliver 40 pound plastic encased bags of manufactured
  crushed or cubed ice and/or 300 pound clear, uncracked block
  ice (for carving) for a firm, fixed price requirements contract
  with base and two option periods, beginning 01 Oct 2001 through
  30 Sep 2002. Option periods will be evaluated with the base
  period. Requirements are for Crushed or cubed ice and/or block
  ice to be ordered on monthly delivery orders. Deliveries are
  to be made once a day, Monday through Saturday, excluding holidays,
  between 7:00 AM to 11:00 AM to five dining facilities, the
  Eisenhower Army Medical Center, and three training sites to
  be determined. Inspection and acceptance of ice deliveries
  will be at destinations indicated at Fort Gordon, Georgia.
  Estimated quantities are 12,000 bags crushed or cubed ice and
  75 each block ice per year. Each shipment must include a certificate
  of origin stating items were produced or manufactured in a
  U.S. Army sanitarily approved facility. Potential bidders/suppliers
  who are not currently listed in the directo ry of sanitarily
  approved food establishments for Armed Forces Procurement,
  Circular 40-1, must request in writing an Initial Sanitary
  Inspection of the manufacturing facility. A request for facility
  inspection is to be faxed to the Directorate of Contracting
  Fort Gordon 706-791-3896 to the attention of Deborah McGugan,
  Procurement Technician, at 706-791-1827, email: mcgugand@gordon.army.mil
  or Jeanette Willoughby, Contract Specialist, at 706-791-1806.
  Bidder's facility must be inspected and approved by U.S. Army
  inspectors prior to bid opening. Inspection of the total plant
  production of the product shall be conducted by the Fort Gordon
  Military Veterinary Service in accordance with AR 40-657. A
  bid which is received from a potential bidder whose facility
  has not been sanitarily approved by a military veterinary service
  on or before opening of bids will be declared nonresponsive
  and rejected. The NAICS Code is 312113. In accordance with
  DFARS 52.204-7004 regarding Central Contractor Registration
  (CCR) prospective contractors(s) must be registered in the
  CCR Database prior to award of contract. Prospective contractors
  may register electronically via internet by accessing the following
  website: www.ccr2000.com or phone 1-888-227-2423. Bidder must
  be registered with the government Central Contractor Registration
  prior to award of a government contract or may be considered
  nonresponsive and rejected. Projected issue date of the solicitation
  is August 22, 2001. The IFB will be available on the internet
  Army Single Face to Industry at http://acquisition.army.mil.
  All amendments will be posted on the website. Bidders are cautioned
  to check the web site periodically. If the web site is unavailable,
  due to any virus, requests for solicitation documents must
  be submitted to t he email address or fax number above. Sealed
  bids must be received in the Directorate of Contracting, 419
  B Street (Winship Hall), Building 29718, 3rd Floor, Fort Gordon
  GA 30905-5719 no later than 2:00 P.M. local time of the bid
  opening date. Telegraphic, faxed or e-mail bids are not acceptable.
  Award will be made on an all-or-none basis. All responsible
  and responsive bids will be considered. See Notes 1 and 23.
LINKURL: http://acquisition.army.mil
LINKDESC: 
EMAILADD: willougj@gordon.army.mil
EMAILDESC: 
CITE: (D-229 SN50V392)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Fleet and Industrial Supply Center, Contracting Department,
  PO Box 97, Jacksonville, Florida 32212-0097
SUBJECT: 89--BEVERAGE BASES SERVICES 
SOL N68836-01-T-0194
DUE 090701
POC Rolondo Turner, Contract Specialist, (904) 542-1166
DESC: The Galley at the Naval Air Station (NAS), Pensacola, Florida
  requires beverage base services for its dinning facility's
  mess to include: Coca Cola, Dr. Pepper, Sprite, Mellow Yellow,
  Minute Maid Orange, Barq's Root Beer, Diet Coke, Caffeine Free
  Diet Coke, HI-C Fruit Punch, HI-C Pink Lemonade, Powerade Lemon
  Lime, Nestea Unsweetened, Nestea Sweetened, Nestea Raspberry
  Tea, and C02. This procurement will be awarded using the Simplified
  Acquisition Procedures outlined in FAR part 13.5, which is
  the test program. The North American Industry Classification
  System (NAICS) Code for this acquisition is 312111. Businesses
  with less than 500 Employees are considered small businesses.
  Proposed contract is for a base period of one year and three
  option years. The acquisition is unrestricted and all responsible
  business concerns may submit an offer. Respondents must identify
  their business size status, i.e., woman-owed, 8 (a), Native
  American or small business, and their ability to perform the
  services of the intended solicitation. All interested contractors
  are encouraged to respond via electronic mail to the contracting
  point of contact.
LINKURL: www.jax.fisc.navy.mil
LINKDESC: 
EMAILADD: fiscjax_rfqrequest@jax.fisc.navy.mil
EMAILDESC: 
CITE: (W-229 SN50V397)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 89--Subsistence (Food)
OFFADD: Defense Logistics Agency, Logistics Operations, Defense
  Supply = Center Philadelphia - Subsistence, 700 Robbins Avenue,
  Philadelphia, = PA, 19111-5096
SUBJECT: 89--FULL LINE FOOD DISTRIBUTION (EXCEPT BAKERY)
SOL SP0300-01-R-4038
DUE 103101
POC Peter Krok, Contract Specialist, Phone 215-737-3677, Fax
  = 215-737-2579, Email pkrok@dscp.dla.mil - Anna Marie Meagher,
  Contract = Specialist, Phone 215-737-7188, Fax 215-737-2579,
  Email = ameagher@dscp.dla.mil
DESC: Full Line Food distribution support (including but not
  limited to = fresh and frozen meats and poultry, frozen seafood,
  produce, dairy, = bread, semi-perishable products, and various
  other subsistence items) = for various military and possibly
  non-DoD activities in the Wisconsin = Region, with a 25% guaranteed
  minimum. Contract is for a one year base = term and includes
  four (4) one year options. The first year (base) = contract
  is estimated at $2,300,000.00. This is an unrestricted = acquisition.
  All responsible sources may submit proposals and will be =
  considered by the Agency. NOTE: This contract will be awarded
  using = Trade-off Source Selection methods, whereby technical
  and price factors = are evaluated, with technical factors considered
  significantly more = important. A pre-proposal conference will
  take place at a date and = time set forth in the solicitation
  at the Defense Supply center in = Philadelphia, PA. Interested
  offerors are requested to forward their = request for a copy
  of the solicitation to the contract specialists = listed above.
  Any fax request should include your firm?s name, = address,
  phone number and point of contact. The deadline for the = receipt
  of offers will be 45 days after the solicitation issue date,
  = approximately 13 September 2001.
LINKURL: http://www.eps.gov/spg/DLA/J3/DSCP-H/SP0300-01-R-4038/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3G7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 91--Fuels, Lubricants, Oils, and Waxes
OFFADD: Defense Logistics Agency, Logistics Operations, Defense
  Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond,
  VA, 23297-5000
SUBJECT: 91--COOLANT FLUID
SOL SP0450-01-R-4177
DUE 101001
POC Heather Hilton, Contract Specialist, Phone 804-279-6783,
  Fax 807-279-4403, Email hhilton@dscr.dla.mil - Kathy Szewczyk,
  Contract Specialist, Phone (804)279-5386, Fax (804)279-4370,
  Email kszewczyk@dscr.dla.mil
DESC: FLUID, COOLANT QPL APPLIES UNIT CAN (ROUND) CONTAINS 1
  GALLON. PLASTIC REDUCTION TECH DATA AVAILABILITY: THIS NSN
  IS PROCURED AS FULLY COMPETITIVE IN ACCORDANCE WITH A MILITARY/FEDERAL
  SPECIFICATIONS/STANDARDS AND/OR VOLUNTARY INDUSTRY) STANDARDS.
  REFER TO SECTION L, CLAUSE 52.211-9G13 FOR OBTAINING SUCH DATA.
  NOTICE: MSDS AND HAZARD WARNING LABEL ARE REQUIRED. ORIGIN
  INSPECTION REQUIRED. I/A/W QAP MIL-STD-290E FOR S/L MARKING
  BASIC DTD 05/01/81 AMEND NR DTD TYPE NUMBER TYPE II SHELF LIFE
  24 MOS. I/A/W SPEC NR PRF SPEC MIL-PRF-87252C BASIC DTD 10/24/97
  AMEND NR DTD TYPE NUMBER See numbered notes 9. YPG01103001122.
  Quantity: 10,710 gallons. 5355 gallons to be delivered to Tracy,
  CA and 5355 to be delivered to Richmond, VA within 60 DARO
  or best possible delivery. FOB Destination. Inspection and
  Acceptance at Origin. Commercial item. The final contract award
  decision may be based upon a combination of price, past performance,
  and other evaluation factors as described in the solicitation.
  ABVS applies. Unrestricted. A 100% option to increase quantity
  is included in the RFP. Solicitation issue date is September
  10, 2001. RFPs? from the left-hand sidebar. Then choose the
  RFP you wish to download. RFPs are in portable document format
  (PDF). To download and view these documents you will need the
  latest version of Adobe Acrobat Reader. This software is available
  free at http://www.adobe.com. A paper copy of this solicitation
  will not be available to requesters. A copy of the solicitation
  will be available via the DLA Procurement Gateway at http://progate.daps.mil/home
  or http://12.3.216.20/home on the issue date cited above. From
  the Gateway homepage, select ?Search
LINKURL: http://www.eps.gov/spg/DLA/J3/DSCR/SP0450-01-R-4177/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2L2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 95--Metal Bars, Sheets and Shapes
OFFADD: NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland,
  OH 44135
SUBJECT: 95--STEEL ROD STOCK.
SOL RFQ-3-183580
DUE 083001
POC  Dennis D. Pehotsky, Purchasing Agent, Phone (216) 433-2757,
  Fax (216) 433-2480, Email Dennis.D.Pehotsky@grc.nasa.gov
DESC: NASA/GRC plans to issue a Request for Quote (RFQ) for the
  following two (2) item descriptions: 1) Six hundred forty pounds
  (640) of 2" O.D. x 57' long maraging 300 steel per AMS 6514D
  specification. Material certification paperwork is required.
  2) Sixteen hundred (1,600) pounds of 2" O.D. x 64' long maraging
  300 steel per AMS 6514D specification. Material certification
  is required. NOTE: A PLUS 5% MINUS 0% IN QUANTITY SHALL APPLY.
  This procurement is being conducted under the Simplified Acquisition
  Procedures (SAP). The Government intends to acquire a commercial
  item using FAR PART 12. This procurement is a total small business
  set-aside. See Note 1. The NAICS Code and Size Standard are
  331221 and 500 employees respectively. The DPAS Rating for
  this procurement is DO-C9. The anticipated release date of
  RFQ 183580 is on or about 8-17-01,with an anticipated quote
  due date of on or about 8-30-01.QUOTES SHALL BE IN BY 4:30
  P.M.. NO EXCEPTIONS! All qualified responsible sources may
  submit a quote which shall be considered by the agency. An
  ombudsman has been appointed - See NASA Specific Note "B".
  The solicitation and any documents related to this procurement
  will be available over the Internet. These documents will be
  in Microsoft Office 97 format and will reside on a World Wide
  Web (WWW) server, which may be accessed using a WWW browser
  application. The Internet site, or URL, for the NASA/GRC Business
  Opportunities home page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=22
  Prospective offerors shall notify this office of their intent
  to submit an offer. It is the offeror's responsibility to monitor
  the Internet site for the release of the solicitation and amendments
  (if any). Potential quoters will be responsible for downloading
  their own copy of the solicitation and amendments (if any).
  Any referenced notes if any can be viewed at the following
  URL: http://genesis.gsfc.nasa.gov/nasanote.html Oral responses
  to this RFQ will not be accepted. NO EXCEPTIONS! PER F.A.R.
  13.104(B), THIS RFQ SHALL BE ON AN ALL OR NOTHING AT ALL BASIS.
  QUESTIONS SHALL BE DIRECTED TO DENNIS D. PEHOTSKY, THE CONTRACTING
  OFFICER NO LATER THAN 8-24-01 BY CALLING (216)-433-2757, NO
  EXCEPTIONS! EXTENSIONS IN THIS CASE SHALL NOT BE GRANTED. NO
  EXCEPTIONS!
LINKURL: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=22#RFQ-3-183580
LINKDESC: 
EMAILADD: Dennis.D.Pehotsky@grc.nasa.gov
EMAILDESC: 
CITE: (D-229 SN50V2S4)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Department of the Navy, Naval Supply Systems Command,
  FISC NORFOLK HAMPTON ROADS, ACQUISITION DEPT, CODE 200 1968
  GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
SUBJECT: 99--N00189-01-R-0049
SOL N00189-01-R-0049
DUE 090501
POC Marchetta Smith, Contract Specialist, Phone 757-443-1445,
  Fax 757-443-1424, Email marchetta_a_smith@nor.fisc.navy.mil
  - Marlene Chambley, Supervisory Contract Specialist, Phone
  757-443-1362, Fax 757-443-1424, Email marlene_k_chambley@nor.fisc.navy.mil
DESC: NOTE 1: APPLIES TO THIS SOLICITATION-100% SMALL BUSINESS
  SET ASIDE. This is a combined synopsis/solicitation for commercial
  courier services 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 only solicitation, proposals are being requested, and a
  written solicitation document will not be issued. The solicitation
  number for this procurement is N00189-01-R-0049. This solicitation
  is being as a Request for Proposal (RFP). This solicitation
  document and incorporated provisions and clauses are those
  in effect through Federal Acquisition Circular (FAC) 97-27.
  The Standard Industrial Code is 492210 the small business size
  standard is 1500 Employees. This requirement is for scheduled
  courier service to transport laboratory specimens and radiological
  films between TRICARE Prime clinics located in Chesapeake,
  Virginia Beach, Admiral Joel T. Boone Branch Medical Clinic,
  and Charette Health Care Center, and Naval Medical Center,
  Portsmouth, VA. The contract shall be for a one-year (12 months)
  base period with priced option provisions to extend the term
  for 4 additional one-year periods. The anticipated base period
  of the contract is 01 October 01 through 30 September 2002.
  PLACE OF PERFORMANCE: Locations for pick-up and delivery services
  are: (1) TRICARE Prime Clinic Chesapeake, Greenbrier Station,
  1011 Eden Way North, Suite H, Chesapeake, VA 23513; (2) TRICARE
  Prime Clinic Virginia Beach, 2100 Lynnhaven Parkway, Suite
  201, Virginia Beach, VA 23456; (3) ADM Joel T. Boone Branch
  Medical Clinic, Naval Amphibious Base, Little Creek, 1035 Nider
  Boulevard, Suite 100, Norfolk, VA 23521-2731; and (4) Charette
  Health Care Center, Radiology Dept, Mammography, Bldg 2, 1st
  Floor, Room 121503, Main Laboratory, Bldg 2, 1st Floor, Naval
  Medical Center Portsmouth, 27 Effingham Street, Portsmouth,
  VA 23708-2197. Items to be transported are radiological films,
  laboratory specimens, specimen containers, and supplies. Laboratory
  specimens include blood, urine, human tissue, secretions, excretions
  and other body fluids. These specimens are considered hazardous
  materials and will be packed for transport by Government personnel.
  Other hazardous materials to be transported may include reagents
  and chemicals. The contractor shall be aware of and comply
  with the Universal/Standard precautions recommended by the
  Center for Disease Control, and mandated by the Occupational
  Health and Safety Administration (OSHA), which state that each
  specimen must be considered a health hazard. Code of Federal
  Regulations, Section 29 applies. Laboratory specimen containers
  may or may not contain room temperature samples, refrigerated
  samples, or frozen samples. In order to maintain the integrity
  of the laboratory samples and radiological films, vehicles
  used by the contractor to transport samples shall maintain
  temperatures no higher than 85 degrees or lower than 55 degrees
  Fahrenheit. All items shall be protected from direct sunlight.
  The contractor agrees to ensure that the original specimen
  storage temperature (room temperature, refrigerated, frozen)
  is maintained until delivery to the designated destination.
  Laboratory specimens and radiological films shall be picked
  up from the laboratories at the TRICARE Prime Clinic Chesapeake
  and Virginia Beach clinics. Specimens and films shall be delivered
  directly to the Laboratory and Radiology Departments in the
  Admiral Joel T. Boone Branch Medical Clinic and the Radiology
  Department at Charette Health Care Center, Naval Medical Center,
  Portsmouth, VA. Laboratory specimens shall be delivered to
  the Laboratory at Boone Branch Medical Clinic within two (2)
  hours of pick-up from Virginia Beach and Chesapeake TRICARE
  Prime Clinics, unless otherwise specified. Radiological films
  shall be delivered to the Radiology Department at Boone Branch
  Medical Clinic within two (2) hours of pick-up from the Virginia
  Beach and Chesapeake TRICARE Prime Clinics, unless otherwise
  specified. Charette Health Care Center will be the final daily
  delivery/pick-up point. The courier shall sign a log at each
  delivery/pick-up site confirming the date and time of delivery/pick-up.
  It is anticipated that most of the courier traffic will be
  pick-ups from the Chesapeake and Virginia Beach TRICARE Prime
  Clinics with deliveries to Boone Branch Medical Clinic and
  Charette Health Care Center. However, there may be occasional
  return traffic from Boone Branch Medical Clinic to other locations.
  Items being returned to the TRICARE Prime Chesapeake and Virginia
  Beach Clinics shall be delivered at the time of the next scheduled
  trip to each clinic. Radiological films shall be returned to
  the Chesapeake and Virginia Beach TRICARE Prime Clinics from
  Boone Branch Medical Clinic. Unanticipated pick-ups and deliveries
  may be required on an as-needed basis. Authorized Government
  representatives will notify the contractor of the need for
  each unscheduled service by phone. The contractor shall respond
  to each emergent requirement within two (2) hours from time
  of notification by the authorized Government representative.
  Each clinic will establish a list of authorized Government
  representatives and will communicate that information to the
  contractor in writing. The Government will provide insulated
  containers to transport laboratory specimens and transport
  envelopes for radiological films. The maximum weight of each
  item will be no more than 50 pounds. Each facility will provide
  biohazard transport bags to package the specimen and will indicate
  the specimen storage temperature requirement. The contractor
  provided couriers shall be fluent in the English language,
  shall be uniformed, shall be identified with a picture identification
  badge, shall have passed drug screening, and shall have had
  criminal background checks conducted by the contractor. The
  contractor shall demonstrate past and current experience in
  transporting biological specimens. The contractor shall submit
  two (2) letters of verification of experience in transporting
  biological specimens and other health care related materials.
  Letters shall be on the company's letterhead and provide a
  point of contact and telephone number. The contractor's drivers
  and vehicles shall possess the following: (1) Virginia State
  driver and vehicle licenses; Insurance as required by the Virginia
  Division of Motor Vehicles, and all proper and current passes
  and decals required for entry to Government property. All pricing
  shall be FOB DESTINATION. INSPECT AND ACCEPT BY GOVERNMENT
  AT DESTINATION. Morning pick-ups from Chesapeake and Virginia
  Beach TRICARE Prime laboratory specimens and diagnostic radiological
  films shall be delivered to the Laboratory and Radiology Departments
  at Boone Branch Medical Clinic by 9:30 AM. Afternoon pick-ups
  shall be delivered to the Boone Branch Medical Clinic by 7:00
  PM, Monday through Friday. Mammography films for delivery to
  Charette Health Care Center shall be delivered no later than
  11:30 AM Monday through Friday and on designated holidays.
  No afternoon pick-ups of mammography films will be required.
  The services shall be delivered under the specified schedule:
  (1) TRICARE Prime Clinic Chesapeake, Greenbrier Station, 1011
  Eden Way North, Suite H, Chesapeake, VA 23320, Pick-up/Delivery
  Schedule: Monday - Friday 7:30 AM and 5:00 PM; Saturday - 5:00
  PM; Sunday - Service NOT required; Holidays as follows: 5:00
  PM, Columbus Day, Veterans' Day, Martin Luther King Day, and
  Presidents Day; (2) TRICARE Prime Clinic Virginia Beach, 2100
  Lynnhaven Parkway, Suite 201, Virginia Beach, VA 23456; Pick-up/Delivery
  Schedule: Monday - Friday, 8:30 AM and 6:00 PM, Saturday &
  Sunday, 6:00 PM, Holidays as follows: 6:00 PM, Columbus Day,
  Veteran's Day, Martin Luther King Day, and Presidents Day;
  (3) Boone Branch Medical Clinic, Naval Amphibious Base Little
  Creek, 1035 Nider Boulevard, Norfolk, VA 23521, Pick-up/Delivery
  Schedule: Monday - Friday 9:30 AM and 7:00 PM, Saturday & Sunday
  , 7:00 PM, Holidays as follows: 7:00 PM, Columbus Day, Veterans
  Day, Martin Luther King Day, and Presidents Day; (4) Charette
  Health Care Center, 27 Effingham Street, Portsmouth, VA 23708,
  Pick-up/Delivery Schedule: Monday - Friday - 11:30 AM, Mammography
  and Laboratory, 9:00 PM Laboratory only, Saturdays & Sundays:
  9:00 PM Laboratory only - Holidays as follows: 9:00 PM, Columbus
  Day, Veterans Day, Martin Luther King Day, and Presidents Day;
  and, (5) Holidays which services are NOT required at all locations
  are as follows: Thanksgiving Day, Christmas Day, New Year's
  Day, Memorial Day, Independence Day, and Labor Day. If no items
  require return delivery from Boone Branch Medical Clinic to
  the TRICARE Prime Chesapeake or Virginia Beach clinics, it
  will not be necessary to make a return trip until the next
  scheduled pick-up time. Radiological reports and films picked
  up from Charette Health Care Center shall be delivered to the
  appropriate TRICARE Prime clinic at the next scheduled pick-up/delivery
  time. The following FAR provisions applies to this solicitation
  and are incorporated by reference: FAR 52.212-1, Instructions
  to Offerors-Commercial Items (Oct/00), FAR 52.212-3 Offeror
  Representations and Certifications-Commercial Items (Jan/01).
  In accordance with FAR 52.212-1 all Offerors are required to
  submit offers signed and dated on letterhead stationary to
  the office specified in this solicitation at or before the
  exact time specified in this solicitation. Offerors may obtain
  copies representations and certifications by submitting a request
  via e-mail to the Contract Specialist, Ms. Marchetta A. Smith
  at marchetta_a_smith@nor.fisc.navy.mil The written proposal
  shall provide the minimum requirements as specified in FAR
  52.212-1. IMPORTANT NOTE: Product literature is required and
  proposals shall be exclusive of pricing, as pricing mechanism
  used shall be in the form of reverse auction (see below). Offerors
  shall submit their proposal to the Fleet and Industrial Supply
  Center (FISC) Norfolk at the following email address: Marchetta_a_smith@nor.fisc.navy.mil
  Attn: Marchetta A. Smith, Contract Specialist, Code 202B4,
  Reference RFP N00189-01-R-0049. (email link below) All offers
  shall be received no later than the closing time and date of
  1600 on 05 September 2001. ELECTRONIC SUBMISSION OF PROPOSAL:
  (a) By submission of a offer on electronic media, the offeror
  certifies that the submission is readable on the hardware and
  software operating system format specified in this solicitation,
  and has been verified as free of viruses. Prior to any evaluation,
  the Government will check all files for viruses and ensure
  that all information is readable. In the event that any files
  are defective (unreadable), the Government will only evaluate
  the readable electronic files. (b) By submission of the electronic
  offer the Offeror certifies that: (1) The media on which electronic
  proposals are submitted have been verified as readable on the
  following hardware and software operating system format specified:
  Microsoft Windows Operating System 95, Microsoft Word 97, Microsoft
  Excel 97, Microsoft Access 97, or graphics file format jpeg,
  tif or bitmap. (2) The media on which electronic proposals
  are submitted have been verified as free of viruses via the
  usage Norton Anti-Virus or other comparable commercial anti-virus
  scanning software, (c) A proposal that fails to conform to
  the requirements of paragraphs (a) and (b) above may be subject
  to interception or delay at Governmental electronic communications
  portals. This interception or delay may result in the proposal
  being lost, deleted, destroyed, or forwarded in such a manner
  that the proposal arrives at the target destination past the
  time and date of the deadline for submission established in
  the solicitation. In the event that a proposal is lost, deleted,
  or destroyed due to the offeror's failure to conform to the
  requirements of paragraphs (a) and (b) above, such proposal
  will be considered to have never been delivered to the Government.
  In the event that a proposal is delayed due to the offeror's
  failure to conform to the requirements of paragraphs (a) and
  (b) above, the proposal will be treated as late in accordance
  with the provision of this solicitation entitled Late Submissions,
  Modifications, and Withdrawals of Proposals. FAR 52.212-2,
  Evaluation-Commercial Items (Jan/1999): The Government will
  award a contract resulting from this solicitation, on the basis
  of low price technically acceptable offer. The low offeror
  whose proposal conforms to the solicitation as determined by
  Past Performance Information (letters of performance references),
  and certification of drivers and vehicles which include the
  requirement for adequate temperature controls for transporting
  the specimens to and from locations shall be the recipient
  of the award. The following clauses apply to this solicitation
  and are hereby incorporated by reference: FAR 52.212-4, Contract
  Terms and Conditions-Commercial Items (May/2001); FAR 52.212-5,
  Contract Terms and Conditions Required to Implement Statutes
  or Executive Orders-Commercial Items (May/2001), subparagraphs
  (b) (11), (12), (13), (14), (15), and (24). The following DFARS
  provisions and clauses apply to this solicitation and are incorporated
  by reference: DFARS 252.204-7004, Required Central Contractor
  Registration (March/2000). REVERSE AUCTION: Pricing will be
  submitted during a competitive, anonymous, on-line reverse
  auction. The reverse auction will commence on 15 August 2001
  and terminate on 05 September 2001 at 1600. Offerors will submit
  pricing only through the online mechanism supplied by Procuri.com.
  Offerors will not submit pricing via any other mechanism including
  but not limited to post, courier, fax, E-mail, or orally unless
  specifically requested and or authorized by the Contracting
  Officer. This announcement constitutes an invitation to submit
  an offer. Offerors shall complete the registration process
  through Procuri.com (http://www.govauctions.procuri.com) in
  accordance with the established procedures and guidelines.
  All Offerors are invited to access and take part in a reverse
  auction online, where offerors will be able to bid or view
  applicable data. Procuri.com and/or Marchetta A. Smith of FISC
  Norfolk be available to assist Offerors and provide training
  for the event, as well as provide the necessary additional
  information, agreements and instructions to each participant.
  All bids must be in the legal currency of the United States
  of America. Accuracy of Information: Buyers and/or Suppliers
  may not artificially manipulate the price of a transaction
  by any means. It is unacceptable to place bad faith bids, to
  use shills in the bidding process or to collude with the intent
  or effect of hampering the competitive bidding process. All
  Offerors wishing to participate in the reverse auction are
  cautioned that the offers provided in response to the solicitation
  should be realistic and reflect a competitive cost for labor
  and material to do the job, including a reasonable profit.
LINKURL: http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-01-R-0049/listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V2B1)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: P.O. BOX 1609, OCEANSIDE CA. 92051-1609
SUBJECT: 99--SPEED MONITORING TRAILERS
SOL M00681-01-T-0305
DUE 083101
POC SGT DELEON 760-725-3112 
DESC: The Government intends to purchase Speed Monitoring Trailers
  for Security Battalion, Marine Corps Base, Camp Pendleton.
  This procurement is to be a firm-fixed price contract utilizing
  Simplified Acquisition Procedures. The solicitation number
  is M00681-01-T-2276 and this is a Request for Quote (RFQ).
  This solicitation document incorporates provisions and clauses
  in effect through FAC 97-23 and DAC 91-13. This is a 100% small
  business small purchase set aside procurement; the North American
  Industry Classification System code 334519. All responsible
  sources may submit a quote which shall be considered by the
  agency. Interested parties may contact Sgt Ben DeLeon @ 760-725-3112
  or by fax at 760-725-8445 to obtain a written copy of the solicitation.
  All Contractors submitting a quote are reminded that you must
  be registered in the Central Contractor Registration database
  to be consid ered for award. Award date is anticipated to be
  made by 5 September 2001. Quotes are due by 4PM (PST) 31 August
  2001 and may be sent by mail or FAX 760-725-8445. Offers sent
  via US Postal Service should be mailed to the Contracting Office,
  P 0 BOX 1609, Oceanside, CA 92051-1609; offers sent by FedEx
  should be sent to the Contracting Office, Bldg. 22180, Marine
  Corps Base, Camp Pendleton, CA 92055-5027. Offers are solicited
  FOB destination only, to Camp Pendleton, CA.
EMAILADD: DELEONB@MAIL.CPP.USMC.MIL
EMAILDESC: 
CITE: (D-228 SN50V2D3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Other Defense Agencies, U.S. Special Operations Command,
  Naval = Special Warfare Development Group, 1636 Regulus Avenue,
  Building 313, = Virginia Beach, VA, 23461-2299
SUBJECT: 99--99--SLIP FEES AND FUEL
SOL USZA99-01-Q-0042
DUE 090701
POC Thelma Escobar, Purchasing Agent, Phone 757-492-7960 xt2228,
  = Fax 757-492-7954, Email tescobarmail.nswdg.navy.mil
DESC: This is a combined synopsis/solicitation in accordance
  with the = format in FAR Subpart 12.6, and FAR 13.6 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.
  The solicitation number, = USZA99-01-Q-0042 is issued as a
  Request for Quotation (RFQ). The = solicitation document and
  incorporated provisions and clauses are those = in effect through
  Federal Acquisition Circular 97-12. This procurement = is unrestricted.
  All responses from responsible sources will be fully = considered.
  Clin 0001, Boat fuel in the Morehead City, North Carolina =
  Area two weeks for the month of October. Clin 0002, Slip fees
  for four = boats approx 40? in length for two weeks in the
  month of October. = Solicitation Provision at FAR 52.212-1,
  Instructions to = Offerors-Commerical Items (Oct 2000) is hereby
  incorporated by = reference. Solicitation Provision FAR 52.212-2,
  Evaluation-Commercial = Items (Jan 1999) is hereby incorporated,
  the evaluation factors are = technical, price, and past performance.
  The government will make a = determination of best value based
  on the evaluation factors cited. = Contractors are reminded
  to submit a complete copy of the provision at = 52.212-3, Offeror
  Representations and Certifications-Commercial Items = with
  their quote, if readily available. If not, the clause will
  be = forward for completion prior to award (Oct 2000). Clause
  52.212-4, = Contract terms and Conditions/Commercial Items
  (May 1999) is hereby = incorporated by reference. Clause 52.212-5,
  Contract Terms and = Conditions Required to Implement Statutes
  or Executive = Orders/Commercial Items (Aug 2000) is hereby
  incorporated by reference, = as well as the following clauses
  cited in the clause which apply to = this solicitation, 52.222-0026,
  Equal Opportunity (E.O. 11246), = 52.222-35, Affirmative Action
  for Special Disabled and Vietnam Era = Veterans (38 U.S.C.
  4212), 52.222-36, Affirmative Action for = Handicapped Workers
  (29 U.S.C. 793), 52.222-37, Employment Reports on = special
  Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
  = 4212), 52.225-3, Buy American Act/ Supplies (41 U.S.C. 10).
  = Additionally, the following clauses are applicable to this
  = solicitation, 252.212-7001, Contract Terms and Conditions
  Required to = Implement Statutes or Executive Orders Applicable
  to Defense = Acquisition of Commercial Items, 52.204-7004,
  Required Central = Contractor Registration. The Defense priorities
  and Allocations = Systems (DPAS) assigned rating for this procurement
  is unrated. = Questions pertaining to the solicitation must
  be submitted in writing = and may be faxed to Thelma Escobar,
  757-492-7954. Signed and dated = quotes referencing the RFQ
  number USZA99-01-Q-0042 must be submitted, = no later than
  4:30 p.m. 7 September 2001 , to Thelma Escobar, NSWDG, = 1636
  Regulus Ave, Bldg 313, Virginia Beach, VA 23461-2299. The quotes
  = must provide sufficient detail on the proposed item to allow
  the = government to make a best value determination. =20
LINKURL: http://www.eps.gov/spg/ODA/USSOCOM/VirginiaBeachVA/USZA99-01-Q-0042=
  /listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V302)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Department of the Air Force, Direct Reporting Units,
  10 = ABW/LGC, 8110 Industrial Drive Suite 200, USAF Academy,
  CO, 80840-2315
SUBJECT: 99--DEMOLITION OF BLDG 8412 - USAF ACADEMY
SOL F05611-01-T-0306
DUE 083101
POC Brenda Oltrogge, Contract Specialist, Phone 719-333-3927,
  Fax = 719-333-4404, Email brenda.oltrogge@usafa.af.mil - Kelvin
  Delaney, = SSgt, Contract Specialist, Phone (719)333-4761,
  Fax (719)333-4404, = Email kelvin.delaney@usafa.af.mil
DESC: The 10th Air Base Wing, Operational Contracting Office/LGCA,
  USAF = Academy CO 80840-2315, is issuing this synopsis for
  solicitation = F05611-01-T-0306. 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; quotes are = being requested and a written
  solicitation will not be issued. This = solicitation is issued
  as a Request for Quotation. This solicitation = document incorporates
  provisions and clauses applicable to this = solicitation that
  are in effect through Federal Acquisition Circular = 97-27.
  STATEMENT OF WORK: Demolition of Building 8412 to existing
  = grade. The contractor shall be responsible for demolishing
  all = structures to include concrete walls, concrete floors,
  concrete stairs, = concrete decks, concrete docks, steel posts
  and girders, and fencing = except for the Rohn fencing. Rohn
  fencing stays on site, as is. = Concrete structures contain
  rebar. Contractor shall be responsible for = removal of all
  debris and for all permits required to complete the job. =
  Government shall be responsible for final compacting and grading.
  = Performance period shall be 21 days. A site visit will be
  available on = 23 August 2001 at 9:00 a.m.; all offerors are
  highly encouraged to = attend this site visit. Offeror's quoted
  price: $ ____________ lump sum. Federal Acquisition = Regulation
  (FAR) clause 52.212-1, Instructions to Offerors-Commercial
  = Items applies to this acquisition. FAR provision 52.212-2;
  = Evaluation-Commercial Items applies to this acquisition.
  All offerors = are required to submit a complete copy of the
  provisions at FAR = 52.212-3, Offeror Representations and Certifications-Commercial
  Items. = FAR clause 52.212-4,Contract Terms and Conditions
  applies to this = acquisition. FAR clause 52.212-5, Contract
  Terms and Conditions = Required To Implement Statutes Or Executive
  Orders-Commercial Items = applies to this acquisition. The
  following additional FAR and DFARS = clauses cited are applicable
  to this acquisition: 52.222-21, = Prohibition of Segregated
  Facilities; 52.222-22, Previous Contacts and = Compliance Reports;
  52.222-25, Affirmative Action Compliance; = 52.222-26, Equal
  Opportunity; 52.222-35, Affirmative Action for = Disabled Veterans
  and Veterans of the Vietnam War; 52.222-36, = Affirmative Action
  for Workers with Disabilities; 52.222-37, Employment = Reports
  on disabled Veterans and Veterans of the Vietnam Era; = 52.225-13,
  Restriction on Certain Foreign Purchases; 52.232-33, Payment
  = by Electronic Funds Transfer - Central Contractor Registration;
  = 52.222-41, Service Contract Act of 1965; 52.222-42, Statement
  of = Equivalent Rates for Federal Hires; 52.222-44, Fair Labor
  Standards Act = and Service Contract Act; 252.225-7001, Buy
  American Act and Balance of = Payments Program. The Department
  of Labor Wage Determination No. = 1994-2079 Rev. 18 dated 5/31/01.
  The NAICS Code is 235940, size = standard $11.5 M. This acquisition
  is restricted to small business = participation exclusively.
  All interested parties may provide a = quotation. Offers are
  due 31 August 2001 with all quotes being valid = for 60 days.
  Please email all questions or concerns to Brenda Oltrogge =
  at brenda.oltrogge@usafa.af.mil. No telephone requests accepted.=20
LINKURL: http://www.eps.gov/spg/USAF/DRU/10ABWLGC/F05611-01-T-0306/listing.h=
  tml
LINKDESC: 
  notice
CITE: (D-229 SN50V308)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Other Defense Agencies, U.S. Special Operations Command,
  Naval = Special Warfare Development Group, 1636 Regulus Avenue,
  Building 313, = Virginia Beach, VA, 23461-2299
SUBJECT: 99--99--MEZZANINE SYSTEM
SOL USZA99-01-Q-0044
DUE 090701
POC Thelma Escobar, Purchasing Agent, Phone 757-492-7960 xt2228,
  = Fax 757-492-7954, Email tescobarmail.nswdg.navy.mil
DESC: This is a combined synopsis/solicitation in accordance
  with the = format in FAR Subpart 12.6, and FAR 13.6 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.
  The solicitation number, = USZA99-01-Q-0044, is issued as a
  Request for Quotation (RFQ). The = solicitation document and
  incorporated provisions and clauses are those = in effect through
  Federal Acquisition Circular 97-12. This procurement = is unrestricted.
  All responses from responsible sources will be fully = considered.
  Clin 0001, Furnish and Install One Freestanding Mezzanine =
  System, 20'x118'6"x10' Top of Deck. Under clearance 8'11".
  Total Area = 2914 sqft. Live Load Capacity 150 PSF. Column
  Load: 32000 PSF. = Deflection factor 1/300, Column 5"x5"x3/16"
  sq tube. Foot Plate: = 10"x10"x3/4" steel plate with four anchor
  holes. Main Steel: 12"x45# = wide flange, 12"x35# wide flange,
  12"x19# wide flange. Intermediate = steel 12"x16# wide flange,
  10"x12# wide flange. Handrail two rail OSHA = handrail w/kickplate.
  Gates eight each 60" wide swing gate. Stairways = eight each
  42"x10" treads, 9" rise, OSHA code. Deck 1"x1/8" bar = grating,
  grate 5 hardware. Clin 0002, Furnish and Install Six = workbenches
  72"x30" with hardwood top, modular drawer cabinet with type
  = 'D' divider set, and locks. Three workbenches 60" x 30" with
  hardwood = tops, with two modular cabinets each, full length
  aerial shelf, 20 amp = electrical raceway, 110v light fixture,
  and tackboard. Twenty four = bulk storage racks. Three bulk
  storage racks. Twenty four shelving = units with modular drawers,
  three flammable liquid storage cabinets. = Clin 0003, Furnish
  and Install twelve cages 7'x8'x8' high on top of = mezzanine.
  Twelve cages 6'x8'x8' high on top of mezzanine. Four = mechanics
  cages 4'x30'x7' high on floor. All above to have roofs, 10
  = gauge 1 1/2" diamond woven mesh, padlock lugs, gates, dark
  gray paint, = standard water based enamel. Clin 0004, Furnish
  and install electrical = lighting under the mezzanine and in
  the cages and power to the three = cages. 76 light fixtures,
  4', 2-lamp, 120v fluorescent with electronic = ballast. F32-T8
  lamps, clear plastic tube sleeve covers, & wire cage = fixture
  guards. Twenty eight single pole light switches. Foure 3-way
  = & four 4-way light switches for control of the mezzanine
  lights. Three = double duplex receptacles. All the above must
  be installed in = accordance with NEC.=20 Solicitation Provision
  at FAR 52.212-1, Instructions to = Offerors-Commerical Items
  (Oct 2000) is hereby incorporated by = reference. Solicitation
  Provision FAR 52.212-2, Evaluation-Commercial = Items (Jan
  1999) is hereby incorporated, the evaluation factors are =
  technical, price, and past performance. The government will
  make a = determination of best value based on the evaluation
  factors cited. = Contractors are reminded to submit a complete
  copy of the provision at = 52.212-3, Offeror Representations
  and Certifications-Commercial Items = with their quote, if
  readily available. If not, the clause will be = forward for
  completion prior to award (Oct 2000). Clause 52.212-4, = Contract
  terms and Conditions/Commercial Items (May 1999) is hereby
  = incorporated by reference. Clause 52.212-5, Contract Terms
  and = Conditions Required to Implement Statutes or Executive
  = Orders/Commercial Items (Aug 2000) is hereby incorporated
  by reference, = as well as the following clauses cited in the
  clause which apply to = this solicitation, 52.222-0026, Equal
  Opportunity (E.O. 11246), = 52.222-35, Affirmative Action for
  Special Disabled and Vietnam Era = Veterans (38 U.S.C. 4212),
  52.222-36, Affirmative Action for = Handicapped Workers (29
  U.S.C. 793), 52.222-37, Employment Reports on = special Disabled
  Veterans and Veterans of the Vietnam Era (38 U.S.C. = 4212),
  52.225-3, Buy American Act ? Supplies (41 U.S.C. 10). = Additionally,
  the following clauses are applicable to this = solicitation,
  252.212-7001, Contract Terms and Conditions Required to = Implement
  Statutes or Executive Orders Applicable to Defense = Acquisition
  of Commercial Items, 52.204-7004, Required Central = Contractor
  Registration. The Defense priorities and Allocations = Systems
  (DPAS) assigned rating for this procurement is unrated. = Questions
  pertaining to the solicitation must be submitted in writing
  = and may be faxed to Thelma Escobar, 757-492-7954. Signed
  and dated = quotes referencing the RFQ number USZA99-01-Q-0044
  must be submitted, = no later than 4:30 p.m. 7 September 2001
  , to Thelma Escobar, NSWDG, = 1636 Regulus Ave, Bldg 313, Virginia
  Beach, VA 23461-2299. The quotes = must provide sufficient
  detail on the proposed item to allow the = government to make
  a best value determination. =20
LINKURL: http://www.eps.gov/spg/ODA/USSOCOM/VirginiaBeachVA/USZA99-01-Q-0044=
  /listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V309)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: U.S. DOE, National Energy Technology Laboratory-Morgantown,
  P.O. Box 880, Morgantown, WV 26507-0880
SUBJECT: 99--MACKENZIE DELTA MALLIK 3L-38 GAS HYDRATE WELL PROJECT
  PARTICIPANT MEMBER
SOL N/A
POC Raymond R. Jarr, CO 304-285-4088 or Crystal Sharp, Contract
  Specialist, 304-285-4442
DESC: GSC has put together a unique consortium of international
  agencies, companies, and universities interested in natural
  gas hydrate research. This effort provides a unique opportunity
  to acquire reservoir characterization data at the Mackenzie
  Delta Mallik gas hydrate well. The gas hydrate information
  that will result from this effort will give the DOE a comparative
  database which can be used for planning and evaluation of current
  and future research activities related to gas hydrates on U.
  S. sites. DOE believes that GSC is the only source possessing
  the necessary expertise and plans to award a sole source contract
  to GSC in accordance the Federal Acquisition Regulations (FAR)
  Part 6.302-1 -- Only one responsible Source and No Other Supplies
  or Services Will Satisfy Agency Requirements.. See Note 22.
  Please note that this is NOT a Request for Proposals (RFP)
  and NO solicitation will be issued as a result of this notice.

CITE: (W-229 SN50V367)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: USDI, Bureau of Land Management, 2950 Riverside Drive,
  Susanville, CA 96130
SUBJECT: 99--LAKE ALMANOR, CLEGHORN #2, BRUSH HILL
SOL BCP012026,27,28
DUE 091301
POC Leona B. Parker 530-252-5338
DESC: There are three seperate RFQ's for Hazard Reduction Projects
  in the Eagle Lake Field Office Area located in Lassen and Plumas
  County near Susanville, California. A one day site tour is
  scheduled for August 30, 2001 at 8:00am, meet at the Bureau
  of Land Management Office at 2950 Riverside Drive, Susanville,
  CA 96130. A 4 x 4 pickup is suggested along with a sack lunch
  and water. The estimated start date is, October 1, 2001, the
  performance period is 90 days depending on winter shut down
  and each project has a different shut down date. Two of the
  projects are estimated at a cost not to exceed $50,000.00 and
  the other is estimated at a cost not to exceeed $75,000.00.
  If you are interested in a complete packet, please call 530-252-5338
  or fax your request to 530-251-5539, or e-mail. 
EMAILADD: lparker@ca.blm.gov
EMAILDESC: 
CITE: (W-229 SN50V373)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Department of the Air Force, Air Force Materiel Command,
  WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street,
  Robins AFB, GA, 31098-1611
SUBJECT: 99--ANNUAL MAINTENANCE OFINTRALABORATORY IMAGE AND DATABASE
  NETWORK SYSTEMS.
SOL F0965001T1635
DUE 090601
POC Donald (Don) Kendrick, Contract Specialist, Phone (478)926-5202,
  Fax (478)926-3590, Email Don.Kendrick@robins.af.mil
DESC: This requirement is sole source to Heritage Digital, Florence
  SC. The contractor owns certain proprietaty information not
  available to the Government which precludes competitive acquisition.
  The anticipated period of performance is 01 Oct 2001 thru 30
  Sep 2002. Brief description: The contractor shall provide all
  parts, labor, equipment, materials, expertise, and transportation
  for the annual maintenance of the Intraloboratory Image and
  Database Network Systems in accordance with a Statement of
  Objectives. A solicitation of proposals, including the Statement
  of Objectives, will be posted to web site http://eps.gov/.
  The proposal due date will be included in the solicitation.
  No telephone requests - only written requests received directly
  from the requestor will be accepted.
LINKURL: http://www.eps.gov/spg/USAF/AFMC/WRALC/F0965001T1635/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3B6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Department of the Navy, Naval Supply Systems Command,
  NAVOCEANO, CONTRACTING DIVISION (N11) BLDG 9134, STENNIS SPACE
  CENTER, MS, 39522-5001
SUBJECT: 99--DRIFTING SURFACE FLOATS
SOL N62306-01-Q-3122
DUE 083101
POC Rebecca Mayeux, Contract Specialist, Phone 228-689-8378,
  Fax 228-689-8392, Email mayeuxr@navo.navy.mil - Rita Berry,
  Contract Specialist, Phone 228-689-8372, Fax 228-689-8392,
  Email berryk@navo.navy.mil
DESC: DESC: The Naval Oceanographic Office has a requirement
  for 12 each, drifting surface floats for shallow-water applications
  that provide velocity, temperature, and salinity observations,
  Brightwaters float or equal. Quotes on equal product must be
  accompanied with descriptive literature. Failure to submit
  literature may result in disqualification. This requirement
  is 100 percent set-aside for small business. The purchase order
  type will be firm fixed price. All responsible sources may
  submit a quotation and all quotations received by the closing
  date specified herein shall be considered by the agency. To
  be considered, the quotations must meet the agency's requirements
  as specified in the salient characteristics. To obtain copies
  of the solicitation package, submit request in writing to the
  attention of Rebecca Mayeux, FAX: 228-689-8392 or email: mayeuxr@navo.navy.mil
LINKURL: http://www.eps.gov/spg/USN/NAVSUP/N62306/N62306-01-Q-3122/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3G3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Other Defense Agencies, Defense Commissary Agency, Prod
  Spt Bus = Unit/Subsistence Contracting Div, 5258 Oakland Blvd,
  Hopewell, VA, = 23860-7336
SUBJECT: 99--MAGAZINES=20
SOL DECA02-01-R-0020
DUE 083001
POC Lynn Lazos, Contract Specialist, Phone (804) 734-9890, Fax
  = (804) 734-9671, Email lazolb@hqlee.deca.mil - Shelia Norfus,
  = Contracting Officer, Phone (804) 734-9885, Fax (804) 734-9671,
  Email = norfuss@hqlee.deca.mil
DESC: Contractor is to provide a select list of 40 magazine titles
  = (e.g. People Weekly, TV Guide, Glamour, Oprah, etc) to a
  test group of = twenty-one commissaries located in the DeCA
  Eastern Region. The = military commissaries are a government
  facility designed and operated = similar to commercial supermarkets,
  providing resale food items and = other general merchandise
  approved for sale to authorized individuals, = termed "Patrons".
  Display racks for the magazines will be provided = which contain
  25 pockets each, and will be available at the end of each =
  check-out register within a commissary store. The contractor
  will be = responsible for merchandising the magazines, ordering
  and maintaining = the racks to ensure that they are stocked
  and replenished as needed, = and in a manner that is appealing
  to the patron. Contractor is also = responsible for the removal
  of outdated products from all displays. = Contractor is responsible
  for all costs associated with this contract, = to include,
  but not limited to, marketing, merchandising, = transportation,
  Retail Display Allowances (RDA), and the removal and = disposal
  of all unsold magazines from the commissaries. The = commissaries
  included in this requirement are: Oceana NAS (VA), Little =
  Creek NAB (VA), Fort Eustis (VA), Langley AFB (VA), Fort Monroe
  (VA), = Fort Lee (VA), Norfolk NB (VA), Portsmouth NNSY (VA),
  Dahlgren NSWC = (VA), Patuxent River NAS (MD), Bolling AFB
  (DC), Fort Belvoir (VA), = Quantico MCCDC (VA), Fort Myer (VA),
  Andrews AFB (MD), Annapolis NS = (MD), Fort Meade (MD), Dover
  AFB (DE), Aberdeen PG (MD), Fort Detrick = (MD), and Walter
  Reed AMC (MD). The solicitation number for this = acquisition
  is DECA02-01-R-0020. All requests for copies of the = solicitation
  shall contain the solicitation number, requestor's name, =
  address, business size, telephone number, fax number, DUNS
  number and = Cage Code. Copies must be requested in writing
  to the address listed = in the announcement or by fax to 804-734-8665
  to the attention of Lynn = Lazos. All responsible sources may
  submit a proposal which shall be = considered. Contract Specialist
  phone number is corrected to read (804) = 734-8892. Contracting
  Office Address is corrected to read: Building = 11200, 38th
  Street and E Avenue, Fort Lee, VA 23801-6300. See Numbered
  = Note(s) 26.
LINKURL: http://www.eps.gov/spg/ODA/DeCA/DeCA-DOMS/DECA02-01-R-0020/listing.=
  html
LINKDESC: 
  notice
CITE: (D-229 SN50V3G4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: NASA Procurement Office, Code DA00, Stennis Space Center
  (SSC), MS 39529-6000
SUBJECT: 99--WEYERHEAUSER SPACE ACT AGREEMENT DATA PURCHASE
SOL 13-SSC-O-01-23
DUE 082401
POC  Robert Harris, Contract Specialist, Phone (228) 688-3862,
  Fax (228) 688-1141, Email robert.harris@ssc.nasa.gov - James
  D. Huk, Contracting Officer, Phone (228) 688-1045, Fax (228)
  688-1852, Email james.huk@ssc.nasa.gov
DESC: The Stennis Space Center Procurement Office intends to
  issue a sole source, firm fixed price, contract to Associated
  Technical Management Corp, 2603 Texas Blvd, Ste 500, Texarkana,
  TX. 75503, for specific sets of airborne-acquired, remote sensing
  data, in particular-chlorophyll reflectance data from forest
  canopy areas of major woodland tracts in western Alabama and/or
  eastern Mississippi. This acquisition supports Space Act Agreement
  (PRI-01-009-02) with Weyerhaeuser Company to demonstrate the
  feasibility and economic advantage of remote sensing information
  techniques and products for commercial forest management applications.
  Associated Technical Management Corporation (ATMC) is an exclusive
  licensee of a patented NASA technology (Patent number 6,114,683-Plant
  Chlorophyll Content Imager with Reference Detection Signals)
  for practice of the patent in United States under License number
  DE-276, dated May 4, 1999. This is a sole source procurement
  under the authority of FAR 6.302-1. The Government believes
  only one responsible source can provide the service that will
  satisfy the agency requirements. This notice of intent is not
  a request for quotation (RFQ) for competitive quotes. Interested
  organizations may submit their capabilities and qualifications
  to perform the effort in writing to the identified point of
  contact not later than 12:00 p.m. local time on August 24,
  2001. Such capabilities/qualifications will be evaluated solely
  for the purpose of determining whether or not to conduct this
  procurement on a competitive basis. Oral communications are
  not acceptable in response to this notice. A determination
  by the Government not to compete this proposed effort on a
  full and open competition basis, based upon responses to this
  notice is solely within the discretion of the government.
LINKURL: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64#13-SSC-O-01-23
LINKDESC: 
EMAILADD: robert.harris@ssc.nasa.gov
EMAILDESC: 
CITE: (D-229 SN50V3H9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC,
  Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
SUBJECT: A--PROGRAM DEFINITION RISK REDUCTION FOR THE ROBOTIC
  COMBAT SUPPORT SYSTEM
POC Kellie Craig, (256) 842-7636
CNT DAAH01-01-C-0126
AMT $1777940
LINE CLIN 0001
DTD 081601
TO Mesa Associates, Inc., 9268 Madison Blvd, Suite 116, Bldg
  2, Madison, AL 35758
EMAILADD: Kellie.Craig@redstone.army.mil
EMAILDESC: 
CITE: (D-229 SN50V2K2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: US Army Aviation and Missile Command DAAH01, ATTN: AMSAM-AC,
  Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
SUBJECT: A--PROGRAM DEFINITION RISK REDUTION FOR THE ROBOTIC
  COMBAT SUPPORT SYSTEM
POC Kellie Craig, (256) 842-7636
CNT DAAH01-01-C-0127
AMT $3579458
LINE CLIN 0001
DTD 081601
TO Science & Engineering Services, Inc., 1584 W. Lincoln Trail
  Blvd, Radcliff, KY 40160-2549
EMAILADD: Kellie.Craig@redstone.army.mil
EMAILDESC: 
CITE: (D-229 SN50V2M8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Department of the Air Force, Air Force Materiel Command,
  AFRL - Wright Research Site, Det 1 AFRL/PK Bldg 167, Area B,
  2310 8th Street, Wright-Patterson AFB, OH, 45433-7801
SUBJECT: A--HYPERSONIC VEHICLE ELECTRIC POWER SYSTEM TECHNOLOGY
POC Rebecca Maddox, Contracting Officer, Phone (937) 256-9626,
  Fax (937) 255-4434, Email Rebecca.Maddox@wpafb.af.mil - Rene
  Thibodeaux, Program Manager, Phone (937) 255-6016, Fax null,
  Email Rene.Thibodeaux@wpafb.af.mil
CNT F33615-01-D-2109
AMT $22,900,000.00
DTD 081001
TO GENERAL ATOMICS, 3550 GENERAL ATOMICS COURT, SAN DIEGO, CA
  92121-1194
LINKURL: http://www.eps.gov/spg/USAF/AFMC/AFRLWRS//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2O6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: Department of the Air Force, Air Force Materiel Command,
  AFRL - Wright Research Site, Det 1 AFRL/PK Bldg 167, Area B,
  2310 8th Street, Wright-Patterson AFB, OH, 45433-7801
SUBJECT: A--PHOTONIC CONTROLLED ACTUATOR SYSTEMS TECHNOLOGY VALIDATION
POC Lawrence Kopa, Contracting Officer, Phone (937) 255-5937,
  Fax (937) 255-4255, Email Lawrence.Kopa@wpafb.af.mil - David
  Dawson, Project Engineer, Phone (937) 255-3012, Fax null, Email
  David.Dawson@wpafb.af.mil
CNT F33615-01-C-3144
AMT $2,184,000.00
DTD 071801
TO DYNAMIC CONTORLS INC, 7060 CLIFFWOOD PLACE, DAYTON OH 45424-2929
LINKURL: http://www.eps.gov/spg/USAF/AFMC/AFRLWRS//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2P0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: A--Research and Development
OFFADD: 55 Broadway; Cambridge, MA 02142
SUBJECT: A--PHASE I OF RESEARCH AND DEVELOPMENT OF A SYSTEM TO
  EDUCATE THE PUBLIC ABOUT THE NATIONS HIGHWAY SYSTEM
POC  Point of Contact - William H. Moore, Contract Specialist,
  (617) 494-2627
CNT 01-C-10031
AMT $99563
LINE N/A
DTD 081601
TO DACAR, Inc, PO Box 87, Whitinsville, MA 01588-0087
LINKURL: http://www.volpe.dot.gov/procure/index.html
LINKDESC: 
EMAILADD: moorew@volpe.dot.gov
EMAILDESC: 
CITE: (D-229 SN50V368)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: C--Architect and Engineering Services - Construction
OFFADD: USDA - Forest Service, 2946 Chestnut Street, Montgomery,
  AL 36107-3010
SUBJECT: C--CADASTRAL LINE MAINTENANCE ON THE OAKMULGEE RANGER
  DISTRICT
POC Cornelia B. Robinson, Procurement Technician, 334-241-8153
CNT 53-4146-1-24
AMT $45,000.00
DTD 081601
TO Driskell & Associates, P. O. Box 1548, Clanton, AL 35046-1548
EMAILADD: cbrobinson@fs.fed.us
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V2Y6)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: U.S. Department Of Energy, Document Control Specialist,
  Washington, DC 20585
SUBJECT: D--RENEWAL OF WESTLAW TIMESHARING SERVICES
POC Patricia E. Wyatt, Contracting Officer, 202-287-1581
CNT DE-AC01-01SO30175
AMT $514,552.00
LINE N/A
DTD 081601
TO West Group, 901 15th Street, NW, Suite 200, Washington, DC
  20005
CITE: (W-228 SN50V274)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: D--Information Technology Services, including Telecommunication
  Services
OFFADD: Directorate Of Contracting/Bld 1233, Oo-Alc 6072 Fir
  Avenue, Hill Air Force base, Ut 84056-5820
SUBJECT: D--ACCOMPLISH DEMODIFICATION/MODIFICATION OF NIGHT VISIO
CNT F42620-01-C-0065, F42620-01-R-22001
AMT $5,000,664
DTD 081501
TO Societe Anonyme Belge De, Constructions Aeronautiques (Sabca),
  Chaussee De haecht 1470, 1130 Brussels Belgium
CITE: (I-229 SN50V3E2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Defense Logistics Agency, Logistics Operations, Defense
  Reutilization and Marketing Service, Federal Center 74 Washington
  Avenue North, Battle Creek, MI, 49017-3092
SUBJECT: H--H-ASSAY SERVICES
POC Virginia Mayhew, Contracting Officer, Phone 616-961-7130,
  Fax 616-961-4474, Email vmayhew@mail.drms.dla.mil
CNT SP4410-01-D-0325
AMT $114,300.00 (includes 2 option periods
DTD 081601
TO Contract was awarded to Metallurgical Chemists, Inc., 25E
  Kearney Street; Somerville, NJ 08876.
LINKURL: http://www.eps.gov/spg/DLA/J3/DRMS//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2T8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: H--Quality Control, Testing and Inspection Services
OFFADD: Directorate Of Contracting/Bld 1289 U, Oo-Alc 6038 Aspen
  Avenue, Hill Air Force Base, Ut 84056-5805
SUBJECT: H--PLASTIC MEDIA BLAST & PAINT A/OA-10A AIRCRAFT
CNT F42620-01-D-0089, F42620-01-R-24672
AMT $0
DTD 081501
TO Korean Air Lines Co Ltd, Kimpo Kal Bldg/Selbske 351-1, Konghang-Dong,
  Kangseo-Gu, Seoul Korea (157-712) Ks
CITE: (I-229 SN50V3E5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Department of the Air Force, Air Mobility Command, 43rd
  CONS, 1443 Reilly Rd Suite C, Pope AFB, NC, 28308-2896
SUBJECT: J--F31601-01-R0002, MILITARY FAMILY HOUSING MAINT.
POC Cynthia Williams, Contract Specialist, Phone (910) 394-6277,
  Fax (910) 394-6279, Email cynthia.williams@pope.af.mil - Kathleen
  Francis, Contract Specialist, Phone (910) 394-6278, Fax (910)
  394-6279, Email kathleen.francis@pope.af.mil
CNT F31601-01-D0002
AMT $1,153,252.87
DTD 081501
TO DWBH services, Inc. 17429 Cobblestone Lane Clermont, FL 34711
LINKURL: http://www.eps.gov/spg/USAF/AMC/43CONS//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2I1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supply Directorate, Contracting Department, PSC Box 8018,
  MCAS, Cherry Point, NC 28533-0018
SUBJECT: J--MAINTENANCE AND SUPPORT OF BALANCING EQUIPMENT
POC Contact Point, K. M. Rogers, Contracting Officer, (252) 466-3446
  or Sherry L. Kelly, Contract Specialist, (252) 466-7765
CNT M00146-01-C-0019
AMT $137,406
LINE 0001 thru 0012
DTD 081601
TO Schenck Trebel Corporation, 535 Acorn Street, Deer Park, NY
  11729
CITE: (W-229 SN50V2I7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: J--Maintenance, Repair, and Rebuilding of Equipment
OFFADD: Supply Directorate, Contracting Department, PSC Box 8018,
  MCAS, Cherry Point, NC 28533-0018
SUBJECT: J--MAINTENANCE AND SUPPORT OF BALANCING EQUIPMENT
POC Contact Point, K. M. Rogers, Contracting Officer, (252) 466-3446
  or Sherry L. Kelly, Contract Specialist, (252) 466-7765
CNT M00146-01-C-0019
AMT $137,406
LINE 0001 thru 0012
DTD 081601
TO Schenck Trebel Corporation, 535 Acorn Street, Deer Park, NY
  11729
CITE: (W-229 SN50V2I9)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: S--Utilities and Housekeeping Services
OFFADD: Department Of The Army, Directorate of Contracting, 1342
  Plummer St., Suite 12, Blgd. 276, Monterey, CA 93944-3328
SUBJECT: S--BASE MAINTENANCE
POC Contact Sue Broady, Contract Specialist, Fax 831-242-6562
CNT DABT67-01-C-0005
AMT $2,649,846.00
LINE N/A
DTD 081601
TO Presidio Municipal Services Agency, City Hall, Monterey, CA
  93940
CITE: (W-228 SN50V2D9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: Department of Health and Human Services, National Institutes
  of Health, National Cancer Institute, Research Contracts Br.,
  6120 Executive Blvd. EPS Room 608G, Rockville, MD, 20852
SUBJECT: T--T-PHOTOGRAPHIC, MAPPING, PRINTING, & PUBLICATION
  SERVICES
POC Cynthia Brown, Purchasing Agent, Phone (301) 496-8608, Fax
  (301) 402-4513, Email cb106x@nih.gov - Gail Zois, Contract
  Specialist, Phone (301) 496-8613, Fax (301) 402-4513, Email
  gz23u@nih.gov
CNT 263-MQ-114443
AMT $42523.00
DTD 081501
TO Peake Printers, Inc., 2500 Schuster Drive Cheverly, MD 20781
LINKURL: http://www.eps.gov/spg/HHS/NIH/RCB//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2I3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: T--Photographic, Mapping, Printing, and Publication
  Services
OFFADD: U.S. Government Printing Office, Purchase Division, Printing
  Procurement Department, Stop: PPP, Room C817, Washington, DC
  20401
SUBJECT: T--FILE DUPLICATION
POC James E. Willard (202) 512-0307
CNT 481-603
AMT $56,281.00
LINE n/a
DTD 081701
TO Balmar Printing & Graphics, Inc., 16780 Oakmont Avenue, Gaithersburg,
  MD 20877
CITE: (W-229 SN50V2Y7)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: W--Lease or Rental of Equipment
OFFADD: Fleet and Industrial Supply Center, Puget Sound, Bldg
  467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051
SUBJECT: W--LEASE OR RENTAL OF EQUIPMENT
POC Mary Carkeek (360)476-9240
CNT N00406-01-D-5215
AMT $1000000
DTD 080901
TO Scheduled Airlines Traffic Offices Inc, 1005 N Glebe Rd, Arlington
  VA 22201
CITE: (W-228 SN50V277)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: X--Lease or Rental of Facilities
OFFADD: General Services Administration, Public Building Service,
  Realty Services Division (6PE), 1500 East Bannister Road, Kansas
  City, Missouri 64131
SUBJECT: X--LEASE
POC Merrie Evans - (816) 926-5535
CNT GS-06P-10024
AMT $11,400
LINE N/A
DTD 081501
TO Mr. Bruno Andreini, 713 S. 3rd Street, Grimes, Iowa 50111
CITE: (W-229 SN50V2M5)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA Forest Service, Contracting, P.O. Box 21628, Juneau,
  AK 99802-1628
SUBJECT: Y--CRAIG HOUSING PROJECT, TONGASS NATIONAL FOREST
POC Contact, Robin Airozo 907-586-8880/Contracting Officer, Walter
  Ullmayer 907-586-7901
CNT 50-0109-1-00578
AMT $1,414,000.00
LINE All Base & Additive Items
DTD 081601
TO McGraw's Custom Construction, Inc., P.O. Box 718, Sitka, AK
  99835
LINKURL: http://www.fs.fed.us/r10/solicitations/recent_awards.htm
LINKDESC: 
EMAILADD: rairozo@fs.fed.us
EMAILDESC: 
CITE: (W-228 SN50V292)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA, Forest Service, P.O. Box 25127, Lakewood, CO 80225
SUBJECT: Y--PAHASKA TRAIL PUNCHEON
POC Ted Gonzales (303) 275-5274; Mary Anne Ward, Contracting
  Officer; FAX (303) 275-5453
CNT 50-82x9-1-073
AMT $16,688.00
LINE N/A
DTD 080201
TO Carl Jones, P.O. Box 648, Ralston, WY 82440
CITE: (W-228 SN50V2A5)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA, Forest Service, P.O. Box 25127, Lakewood, CO 80225
SUBJECT: Y--BEAR CREEK TRAIL BRIDGE
POC Ted Gonzales (303) 275-5274; Mary Anne Ward, Contracting
  Officer; FAX (303) 275-5453
CNT 50-82x9-1-075
AMT $144,981.00
LINE N/A
DTD 080701
TO D & K Construction Management, Inc., 1414 Hawk Parkway, Suite
  B, Montrose, CO 81401
CITE: (W-228 SN50V2B9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Department of the Army, Baltimore District, Corps of
  Engineer, 10 South Howard Street, Room 7000, Baltimore, MD
  21201-1715
SUBJECT: Y--MAINTENANCE AND NEW WORK DREDGING PROJECTS (CRAIGHILL
  ENTRANCE, CRAIGHILL ANGLE AND TOLCHESTER CHANNEL), BALTIMORE
  HARBOR AND CHANNELS, CHESAPEAKE BAY, MD
POC CENAB-CT-C, Terri Dockery, (410)962-2708
CNT DACW31-01-C-0041
AMT $28,142,600.00
DTD 081601
TO Norfolk Dredging Company, 110 Centerville Turnpike N., P.O.
  Box 1706, Chesapeake, VA 23327
CITE: (W-229 SN50V2J3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USACE Vicksburg District, 4155 Clay Street, Vicksburg,
  MS 39180-3435
SUBJECT: Y--FC/MR&T, TENSAS BASIN-RED RIVER BACKWATER AREA, CATAHOULA
  PARISH, LA, SICILY ISLAND AREA LEVEE PROJECT, BILLYS AND FALCON
  BAYOU CONNECTING CHANNEL AND PLUGS, DACW38-01-B-0034
POC Glen E. Smith, Contract Specialist, 601-631-5350
CNT DACW38-01-C-0045
AMT $495,976.50
DTD 081001
TO CAMO CONSTRUCTION, P.O. Box 178, VIDALIA, LA 71373
LINKURL: http://www.mvk.usace.army.mil/contract/
LINKDESC: 
EMAILADD: Glen.E.Smith@mvk02.usace.army.mil
EMAILDESC: 
CITE: (W-229 SN50V2X6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USACE Vicksburg District, 4155 Clay Street, Vicksburg,
  MS 39180-3435
SUBJECT: Y--SARDIS DAM, SARDIS DAM REHAB, PANOLA COUNTY, MISSISSIPPI,
  DACW38-01-B-0038
POC Glen E. Smith, Contract Specialist, 601-631-5350
CNT DACW38-01-C-0041
AMT $5,884,698.67
DTD 081001
TO SOUTER CONSTRUCTION CO., INC., P. O. Box 876,CONWAY AR 72033
LINKURL: http://www.mvk.usace.army.mil/contract/
LINKDESC: 
EMAILADD: Glen.E.Smith@mvk02.usace.army.mil
EMAILDESC: 
CITE: (W-229 SN50V2X8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: USDA, Forest Service, SW Idaho/Nevada Acquisition Office,
  1249 S. Vinnell Way, Boise, ID 83709
SUBJECT: Y--DEADWOOD AND ELK CREEK WELL DRILLING ON THE LOWMAN
  RANGER DISTRICT, BOISE NATIONAL FOREST
POC Melinda G. Draper, Contracting Officer
CNT 2QR4-094-01
AMT $39,230.00
DTD 081601
TO Knie Pump and Drilling, 815 West Plymouth Street, Caldwell,
  ID 83605
CITE: (W-229 SN50V357)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commander, Southern Division, Naval Facilities Engineering
  Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,
  SC 29419-9010
SUBJECT: Y--REPLACE SANITARY SEWER, TRUMAN ANNEX, NAVAL AIR STATION,
  KEY WEST, FL
POC N/A
CNT N62467-01-C-0370
AMT $1,276,321.00
LINE N/A
DTD 081701
TO Douglas N. Higgins, Inc. 8(a), Ste. A, 3390 Travis Pointe
  Rd., Ann Arbor, MI 48108
CITE: (W-229 SN50V3I0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Y--Construction of Structures and Facilities
OFFADD: Commander, Southern Division, Naval Facilities Engineering
  Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston,
  SC 29419-9010
SUBJECT: Y--REPLACE SANITARY SEWER, TRUMBO POINT, NAVAL AIR STATION,
  KEY WEST, FL
POC N/A
CNT N62467-01-C-0387
AMT $1,842,415.00
LINE N/A
DTD 081701
TO Douglas N. Higgins, Inc. 8(a), Ste. A, 3390 Travis Pointe
  Rd., Ann Arbor, MI 48108
CITE: (W-229 SN50V3I1)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: Department of Agriculture, Agricultural Research Service,
  Northern Plains Area Office, 1201 Oakridge Drive, Suite 150,
  Fort Collins, CO, 80525
SUBJECT: Z--CALVING SHED REPAIR
POC Richard Jansen, Supervisory Contract Specialist, Phone 970-229-5517,
  Fax 970-229-5531, Email jansend@npa.ars.usda.gov
CNT 43-82HW-1-050
AMT $98,000.00
LINE N/A
DTD 081601
TO Scott Long Construction, Inc. 2820 First Avenue South, Billings,
  MT 59101
LINKURL: http://www.eps.gov/spg/USDA/ARS/NPA//listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V2B0)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA, Forest Service, P.O. Box 25127, Lakewood, CO 80225
SUBJECT: Z--ELEVEN MILE BRIDGE REPLACEMENT
POC Ted Gonzales (303) 275-5274; Mary Anne Ward, Contracting
  Officer; FAX (303) 275-5453
CNT 50-82x9-1-074
AMT $134,962.55
LINE N/A
DTD 080301
TO Graham & Sons Construction, Inc., P.O. Box 4879, Buena Vista,
  CO 81211
CITE: (W-228 SN50V2B6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Imagery and Mapping Agency, St. Louis Contracting
  Center, Attn: PCS/L-13, 3200 South Second Street, St. Louis,
  MO 63118-3399
SUBJECT: Z--REPAIR OFFICE AREA FOR IAW, BLDG. 36, SECTION 1D
POC Debbie Neustadt, Contracting Officer (314) 263-4211, ext.
  120
CNT NMA402-01-C-0011
AMT $342,470.00
LINE 0001
DTD 081401
TO LogicVision, Inc., 6615 N. Scottsdale Rd., Scottsdale, AZ
  85250
CITE: (W-229 SN50V2X7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: National Imagery and Mapping Agency, St. Louis Contracting
  Center, Attn: PCS/L-13, 3200 South Second Street, St. Louis,
  MO 63118-3399
SUBJECT: Z--REPAIR ELECTRICAL DISTRIBUTION SYSTEM, BLDG. 36,
  SECTION C
POC Debbie Neustadt, Contracting Officer (314) 263-4211, ext.
  120
CNT NMA402-01-C-0014
AMT $514,726.00
LINE 0001
DTD 081701
TO Epic Energy, 255 B Street, Suite 203, Idaho Falls, ID 83402
CITE: (W-229 SN50V2Y2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: USDA Forest Service, PO Box 2750, Asheville, NC 28802
SUBJECT: Z--ASBESTOS REMOVA, CEILING & LIGHT REPLACEMENT, SRS,
  RESEARCH TRIANGLE PARK, NORTH CAROLINA
POC Jan Walthall, Contracting Officer, 828-257-4293
CNT 50-4568-01-0032
AMT $92,750.00
DTD 081701
TO DPC General Contractors Inc, 250 Arizona Avenue, NE, Building
  A, Atlanta GA 30307
CITE: (W-229 SN50V337)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SERVICES
CLASSCOD: Z--Maintenance, Repair or Alteration of Real Property
OFFADD: General Services Administration, Public Buildings Service
  (PBS), Property Management Contracts Branch (5PMC), 230 South
  Dearborn Street, Room 3324, Chicago, IL, 60604
SUBJECT: Z--ROOF REPLACEMENT, DAYTON, OHIO
POC Carla Kendall, Contract Specialist, Phone (312) 886-6917,
  Fax (312) 353-0240, Email carla.kendall@gsa.gov - Carla Kendall,
  Contract Specialist, Phone (312) 886-6917, Fax (312) 353-0240,
  Email carla.kendall@gsa.gov
CNT GS-05P-01-GAC-0076
AMT $688,648.00
DTD 081501
TO Hawpe Construction Inc. 3730 Sinton Road, Suite 219 Colorado
  Springs, CO 80907
LINKURL: http://www.eps.gov/spg/GSA/PBS/5PMCMI/GS-05P-01-GAC-0076/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V378)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Tank - Automotive and Armaments Command - Rock
  Island( TACOM-RI) Attn: AMSTA-CM-CR, Rock Island , IL 61299-7630
SUBJECT: 10--M203 MODIFICATION KIT AND SPARES
POC Contract Specialist: Bobbie Stegall (309) 782-3618, PCO:
  Jerry Yowell (309) 782-6736 
CNT DAAE20-00-D-0039/0001/03
AMT $26,913.50
LINE 0001AC/0002AA
DTD 081701
TO Lewis Machine and Tool Company, 1305 West 11th Street, Milan,
  IL 61264
EMAILADD: stegallb@ria.army.mil
EMAILDESC: 
  e-mail.
CITE: (W-229 SN50V395)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 10--Weapons
OFFADD: US Army Tank - Automotive and Armaments Command - Rock
  Island( TACOM-RI) Attn: AMSTA-CM-CR, Rock Island , IL 61299-7630
SUBJECT: 10--BUTTSTOCK SUBASSEMBLY
POC Contract Specialist: Bobbie Stegall (309) 782-3618, PCO:
  Jerry Yowell (309) 782-6736 
CNT DAAE20-01-D-0043/DO 0002
AMT $79,350.00
LINE 0001AA
DTD 081701
TO Capco Incorporated, 1328 Winters Avenue, Grand Junction, CO
  81502
EMAILADD: stegallb@ria.army.mil
EMAILDESC: 
  e-mail.
CITE: (W-229 SN50V3D8)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Fleet and Industrial Supply Center, Puget Sound, Bldg
  467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051
SUBJECT: 13--TORPEDO EXPLOSIVE COMPONENTS
POC Andy Ross (360)476-2804
CNT N00406-01-D-5144
AMT $393750
DTD 081001
TO Paranetics Technology Inc, 10055 Marconi Drive, San Diego
  CA 92154
CITE: (W-228 SN50V279)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Fleet and Industrial Supply Center, Puget Sound, Bldg
  467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051
SUBJECT: 13--TORPEDO EXPLOSIVE COMPONENTS
POC Andy Ross (360)476-2804
CNT N00406-01-D-5126
AMT $209722
DTD 080701
TO Cartridge Actuated Devices Inc, 51 Dwight PL, Fairfield NJ
  07004
CITE: (W-228 SN50V280)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 13--Ammunition and Explosives
OFFADD: Directorate Of Contracting/Bldg 1215, Oo-Alc/6050 Gum
  Lane, Hill Air Force Base, Ut 84056-5825
SUBJECT: 13--0 325920DET TRANS ASSEMBLIES --1377012009008ES
CNT F42630-01-C-0270, F42630-01-R-2022
AMT $120,840
DTD 081501
TO Oea Aerospace Inc, 3530 Branscome Road, P O Box Kk, Fairfield
  Ca 94533-0000
CITE: (I-229 SN50V3E7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 14--Guided Missiles
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 14--PANEL,FIRING,GUIDED
POC Contact Point, Joe Batory, 0233.15, (215)697-1181, Fax, (215)697-2536,
  Twx, Not-avail
CNT N0038301CN110, NIIN 012568292
AMT $133,400
LINE 0001
DTD 081601
TO Canadian Commercial Corp , Ottawa, On K1a Os6 Canada
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 15--Aircraft and Airframe Structural Components
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 15--STRUCTURE SUPPORT REF PR: FD2030-01-01224
POC Carey Mayhew, Procurement Clerk, Phone (405) 739-5403, Fax
  (405) 739-4452, Email carey.mayhew@tinker.af.mil
CNT F34601-01-D-0351
AMT $37,067.50
LINE 0001
DTD 081501
TO AERO MECHANISM PRECISION INC 9555 OWENSMOUTH AVE, 10 CHATSWORTH
  CA 91311
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2T9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA 23297-5312
SUBJECT: 16--CYLINDER, ACTUATOR, AFT LANDING GEAR.
SOL SP0460-01-Q-GH57
CNT SP0460-01-M-UJ49
AMT $38,750.00
LINE 0001
DTD 081601
TO Aerometals Inc 3920 Sandstone Dr El Dorado Hills CA 95762
CITE: (I-229 SN50V2F6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 16--SWASHPLATE ASSEMBLY
POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-1227, Twx, Not-avail
CNT N0038301CN121, Sol Nr N00383-01-R-N429, NIIN 011594704
AMT $101,896
LINE 0001
DTD 081601
TO Purdy Corp , Manchester ,CT 06040-1574
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 16--TANK,HYDRAULIC FLUI
POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-1227, Twx, Not-avail
CNT N0038301G015N2058, Sol Nr N00383-00-Q-N420, NIIN 001737409
AMT $121,072
LINE 0001
DTD 081601
TO Sikorsky Aircraft Corp , Stratford ,CT 06615-9129
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: ASC/FBAKW, 2300 D Street, Wright-Patterson AFB, OH, 45433
SUBJECT: 16--F-15 APG-63(V)1 RADAR PRODUCTION CONTRACT
SOL F33657-00-R-0021
POC  Ken Noffsinger,(937) 255-5988
CNT F33657-00-C-0021
AMT $146,433,030.00
LINE 0001-0024
DTD 062801
TO McDonnell Douglas Corporation-PO Box 516 St. Louis, MO 63166-0516
LINKURL: http://www.pixs.wpafb.af.mil/pixslibr/00R0021/00R0021.asp
LINKDESC: 
EMAILADD: Ken.Noffsinger@wpafb.af.mil
EMAILDESC: 
CITE: (D-229 SN50V2K6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 16--AILERON CONTROL SNUBBER
POC Ronald Reed, Contract Specialist, Phone 405 739-4340, Fax
  405 739-3462, Email ronald.reed@tinker.af.mil
CNT F34601-01-C-0284
AMT $164,850.00
LINE 0001
DTD 081701
TO DOWNEY MANUFACTURING INC 11421 SOUTH DOWNEY AVE DOWNEY CA
  90241-4934
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2Q6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 16--FAIRING REF PR: FD2030-01-57192
POC Carey Mayhew, Procurement Clerk, Phone (405) 739-5403, Fax
  (405) 739-4452, Email carey.mayhew@tinker.af.mil
CNT F34601-99-G-0006-0086
AMT $119,784.11
LINE 0001
DTD 081501
TO NORTHROP GRUMMAN CORPORATION INTEGRATED SYSTEMS SECTOR 3520
  EAST AVENUE M PALMDALE CA 93550-7401
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2U7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 16--AIRCRAFT FAIRING DOME ASSEMBLY REF PR: FD2030-01-56166
POC Carey Mayhew, Procurement Clerk, Phone (405) 739-5403, Fax
  (405) 739-4452, Email carey.mayhew@tinker.af.mil
CNT F34601-01-C-0353
AMT $241,507.20
LINE 0001, 0002
DTD 081301
TO GLOBE ENGINEERING CO INC 1539 S ST PAUL WICHITA KS 67213
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2W3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 16--Aircraft Components and Accessories
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 16--B 52 ENGINEERING & MANUFACTURING DEVELOPMENT OFFENSIVE
  AVIONICS SYSTEM REF PR: FD2030-01-77139
POC Carey Mayhew, Procurement Clerk, Phone (405) 739-5403, Fax
  (405) 739-4452, Email carey.mayhew@tinker.af.mil
CNT F34601-00-C-0022-P-00008
AMT $588,113.00
LINE 0002
DTD 081601
TO BOEING DEFENSE AND SPACE GROUP PRODUCT SUPPORT DIV BOEING
  CO PO BOX 7730 WICHITA KS 67277-7730
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2W5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 17--Aircraft Launching, Landing, and Ground Handling
  Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 17--STRAP, WEBBING ASSEMBLY.
CNT SP0740-01-M-9324
AMT $34,960.00
LINE 0001 THROUGH 0002
DTD 081601
TO Victor-balata belting Co 1118 S 25TH St Easton PA 18042-6030
CITE: (I-229 SN50V2L7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding, Conversion and Repair, Usn,
  Building 2, Newport News, VA 23607
SUBJECT: 19--TEMPORARY STORAGE OF FUEL STORAGE CONTAINERS
POC A. W. Barrow, Contract Specialist, 757-688-9273
CNT 4TJ1
AMT $29,351
DTD 081601
TO Newport News Shipbuilding & Dry Dock Co., 4101 Washington
  Ave., Newport News, VA 23607
EMAILADD: barrowaw@supship.navy.mil
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V2T6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 19--Ships, Small Craft, Pontoons, and Floating Docks
OFFADD: Supervisor of Shipbuilding C&R, USN, PO Box 215, Portsmouth,
  VA, 23705-0215
SUBJECT: 19--USS DEYO (DD-989), SRA, SSP 544-01
POC Trish Compton, (757)396-5041 ext 483
CNT 1134
AMT $2,404,147
LINE 0001, 0006, & 0007
DTD 081701
TO Norfolk Shipbuilding & Drydock Corporation, P.O. Box 2100,
  Norfolk, Virginia 23501
LINKURL: http://po7.repair.navy.mil/db-cgi/cgiwrap/solicit/synopsis.pl
LINKDESC: 
CITE: (W-229 SN50V3I3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 20--Ships and Marine Equipment
OFFADD: Department of Transportation, United States Coast Guard
  (USCG), Commanding Officer, USCG Engineering Logistics Center,
  2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore,
  MD, 21226-5000
SUBJECT: 20--20 - SHIP AND MARINE EQUIPMENT
POC Linda Mannion, Contract Specialist, Phone 410-762-6475, Fax
  410-762-6056, Email lmannion@elcbalt.uscg.mil
CNT DTCG40-01-C-40021
AMT $992,050
LINE All Items
DTD 081601
TO Federal Equipment Company 719 West Pete Rose Way Cincinnati,
  OH 45203
LINKURL: http://www.eps.gov/spg/DOT/USCG/USCGELC/DTCG40-01-R-40012/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2V9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 25--Vehicular Equipment Components
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 25--FENDER, VEHICULAR
SOL 01TKH6-42-P-0700
CNT SP0750-01-M-C876
AMT $27,132.00
LINE 0001 THROUGH 0003
DTD 081601
TO Pribbs Steel and Mfg Inc 1726 US 2 Grand Forks ND 58203
CITE: (I-229 SN50V2L6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA 23297-5312
SUBJECT: 28--ARM, FRONT COMPRESSOR
CNT N00383-00-G-025M-TYW0
AMT $96,495.00
LINE 0001AA THROUGH 0002AB
DTD 081601
TO United Technologies Corp DBA Pratt and Whitney Military Engines
  Div mailstop 182-14 400 Main St mailstop 182-14 East Hartford
  CT 06108
CITE: (I-229 SN50V2F7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 28--Engines, Turbines and Components
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 28--ROTOR-STATOR,MATCHE
POC Contact Point, Eileen R Wadlinger, 0232.06, (215)697-4206,
  Fax, (215)697-1388, Twx, Not-avail
CNT N0038398D022F7004, NIIN 013756469
AMT $306,475
LINE 0001
DTD 081601
TO Ge Engine Services, Inc. , Cincinnati ,OH 45215-6301
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 30--BELL CRANK. (BELLCRANK, OUTER-COMPRVAR GEOMETRY
SOL 01TGH4-42-P-0700
CNT F34601-00-G-0005-UB1V
AMT $32,655.60
LINE 0001 THROUGH 0002
DTD 081601
TO GE Support Services LP Sub of General Electric Co 14000 Horizon
  Way Mount Laurel NJ 08054
CITE: (I-229 SN50V2L4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 30--Mechanical Power Transmission Equipment
OFFADD: US Army Engineer District, Walla Walla - Civil Works,
  201 N. Third Avenue, Walla Walla, WA 99362-1876
SUBJECT: 30--REFURBISHMENT OF GEAR REDUCERS FOR FISH ATTRACTION
  PUMPS
POC Misty Gates, 509-527-7204
CNT DACW68-01-C-0021
AMT $489975
LINE 0001 - 0018
DTD 081401
TO Philadelphia Gear Corporation, 2600 E. Imperial Hwy, Lynwood,
  California 90262
EMAILADD: misty.l.gates@usace.army.mil
EMAILDESC: 
CITE: (D-229 SN50V388)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 31--Bearings
OFFADD: US Army Corps of Engineers, Engineering and Support Center
  Huntsville, 4820 University Square, Huntsville, AL 35816-1822
SUBJECT: 31--FRICTION PENDULUM SYSTEM TO BE USED IN THE X-BAND
  RADAR DPCS FOUNDATION
POC C. William Borders, Contracting Officer (256) 895-1114
CNT DACA87-01-C-0009
AMT $800,000
LINE 0001
DTD 081301
TO Earthquake Protection Systems Inc. , 2801 Giant Highway, Bldg
  A, Richmond, CA 94806
EMAILADD: Charles.W.Borders@HND01.usace.army.mil
EMAILDESC: 
CITE: (W-229 SN50V3F7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: Department of Veterans Affairs, National Acquisition
  Center, P.O. Box 76, Bldg. 37, Hines, IL 60141-0076
SUBJECT: 35--WASHER-EXTRACTOR-CONDITIONER, CONTINUOUS FLOW; FOLDING
  MACHINE, LAUNDRY, COMMERCIAL; DRYING TUMBLER, LAUNDRY, COMMERCIAL
  FOR THE LAKE CITY, FL VAMC
POC Eric W. Lee, Sr. (708) 786-5186 or Patricia McKay (708) 786-5251
CNT V797P-6918a
AMT $167988
LINE 1, 2 and 5
DTD 081701
TO G. A. Braun, Inc., 461 E. Brighton Ave., Syracuse, NY 13205
EMAILADD: eric.lee3@med.va.gov
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V3F6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 35--Service and Trade Equipment
OFFADD: Department of Veterans Affairs, National Acquisition
  Center, P.O. Box 76, Bldg. 37, Hines, IL 60141-0076
SUBJECT: 35--WASHER-EXTRACTOR-CONDITIONER, CONTINUOUS FLOW; FOLDING
  MACHINE, LAUNDRY, COMMERCIAL; DRYING TUMBLER, LAUNDRY, COMMERCIAL
  FOR THE LAKE CITY AND PERRY POINT VAMCS
POC Eric W. Lee, Sr. (708) 786-5186 or Patricia McKay (708) 786-5251
CNT V797P-6919a
AMT $149700
LINE 3, 4 and 5
DTD 081701
TO Lavatec, Inc., 300 Great Hill Rd., Naugatuck, CT 06770
EMAILADD: eric.lee3@med.va.gov
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V3H8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 36--Special Industry Machinery
OFFADD: Fleet & Industrial Supply Center, Norfolk Detachment
  Washington, Washington Navy Yard, 1014 N Street SE, Suite400,
  Washington DC 20374-5014
SUBJECT: 36--CUTTING MACHINE, STATIC
POC Chiara Alsop, (202) 433-2137
CNT N00600-01-M-6395
AMT $150,904.14
DTD 081701
TO Eastman Technolgoy Ltd, 779 Washington Street, Buffalo, NY
  14203
CITE: (W-229 SN50V3H7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 38--Construction, Mining, Excavating, and Highway Maintenance
  Equipment
OFFADD: Directorate of Contracting, Attn: ATZS-DKO, P.O. Box
  12748, Fort Huachuca, Arizona 85670-2748
SUBJECT: 38--40 TON TRUCK CRANE
POC David Freshour 520-533-1037, Sophie Moore 520-533-1517
CNT DABT63-01-V-0461
AMT $217,100
LINE 0001
DTD 081501
TO Carde Pacific Corp, 13651 Alondra Blvd, Sante Fe Springs California
  90670
EMAILADD: sophie.moore@hua.army.mil
EMAILDESC: 
CITE: (W-229 SN50V3H4)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 41--Refrigeration, Air Conditioning and Air Circulating
  Equipment
OFFADD: Fleet and Industrial Supply Center, Puget Sound, Bldg
  467 W Street, Code 200 Bid Desk, Bremerton, WA 98314-0051
SUBJECT: 41--FANS, AIR CIRCULATORS, BLOWER EQUIPMENT
POC Victor Angkico (360)476-0267
CNT N00406-01-P-8213
AMT $119680
DTD 080201
TO J T Systems Inc, 8132 Oswego Road, Liverpool NY 13090
CITE: (W-228 SN50V275)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 43--PUMP ASSEMBLY,LUBE
POC Contact Point, David J Russial, 0232.21, (215)697-2557, Fax,
  (215)697-1388, Twx, Not-avail
CNT N0038399G016H5158, Sol Nr N00383-01-Q-M181, NIIN 010126467
AMT $162,848
LINE 0001
DTD 081601
TO Parker Hannifin Corp , Irvine ,CA 92718-1814
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 43--Pumps and Compressors
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 43--VALVE, REED.
CNT SP0760-01-C-7602
AMT $95,200.00
LINE 0001 THROUGH 5001AA
DTD 081601
TO Dresser-Rand Co 100 E Chemung St Painted Post NY 14870-1352
CITE: (I-229 SN50V2L8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 47--TUBE, TORQUE, INBOARD.
SOL SP0740-01-Q-M471
CNT N00383-00-G-027B-UB27
AMT $47,644.62
LINE 0001 THROUGH 0003
DTD 081601
TO Northrop Grumman Corp S Oyster Bay Rd Bethpage NY 11714
CITE: (I-229 SN50V2L3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 47--Pipe, Tubing, Hose and Fittings
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 47--COUPLING ASSEMBLY, TUBE, FLEXIBLE.
SOL 01TC48-52-P-0700
CNT SP0760-01-M-U524
AMT $57,842.58
LINE 0001
DTD 081601
TO Oil States Industries Inc Special Products Div Div of LTV
  Energy Products Co 1031 Commercial Blvd N Arlington TX 76001-7124
CITE: (I-229 SN50V2M0)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVICP, 5450 CARLISLE PIKE, P.O. BOX 2020 MECHANICSBURG,
  PA 17055-0788
SUBJECT: 48--STEM,FLUID VALVE
POC Contact Point, Catherine N Doyne, 87321.2, (717)605-7604,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0010400G70075312, Sol Nr N00104-01-Q-VS32, NIIN 014663009
AMT $26,910
LINE 0001
DTD 082601
TO Fluidyne Corp , Pennsauken ,NJ 08110-1035
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-228 SN50V2E4)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVICP, 5450 CARLISLE PIKE, P.O. BOX 2020 MECHANICSBURG,
  PA 17055-0788
SUBJECT: 48--SAL CELL,VLV ASSY
POC Contact Point, Catherine N Doyne, 87321.2, (717)605-7604,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0010401PBL47, Sol Nr N00104-01-Q-VR33, NIIN 012292255
AMT $26,297
LINE 0001
DTD 081701
TO Marine Electric Systems Inc , East Rutherford ,NJ 07073-00
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-228 SN50V2E5)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: NAVICP, 5450 CARLISLE PIKE, P.O. BOX 2020 MECHANICSBURG,
  PA 17055-0788
SUBJECT: 48--VALVE,GATE
POC Contact Point, Catherine N Doyne, 87321.2, (717)605-7604,
  Fax, (215)697-3161, Twx, Not-avail
CNT N0010401PBL49, Sol Nr N00104-01-Q-BP54, NIIN 012280670
AMT $50,253
LINE 0001
DTD 081701
TO Marine Electric Systems Inc , East Rutherford ,NJ 07073-00
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-228 SN50V2E6)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 48--DISK, VALVE (POPPET, CHECK)
SOL SP0740-01-Q-L704
CNT SP0740-01-M-PP82
AMT $55,550.00
LINE 0001 THROUGH 0002
DTD 081601
TO Whittaker Corp Whittaker Controls Div 12838 Saticoy St P.O.Box
  3951 North Hollywood CA 91605
CITE: (I-229 SN50V2L5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 48--Valves
OFFADD: Defense Supply Center Columbus PO BX 16595, DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 48--VALVE, BALL
SOL 01TJG7-12-P-0700
CNT SP0760-01-M-K437
AMT $73,196.00
LINE 0001 THROUGH 0002
DTD 081601
TO BNL Industries Inc 30 Industrial Park Rd P.O.Box 2560 Vernon
  Rockville CT 06066
CITE: (I-229 SN50V2L9)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: General Services Administration, Federal Supply Service
  (FSS), General Products Center (7FX), 819 Taylor Street Room
  6A24, Fort Worth, TX, 76102
SUBJECT: 49--SCHEDULE 539 - SOLUTIONS AND MORE (SAM); YOUR SOURCE
  FOR RECREATIONAL, HOSPITALITY, LAW ENFORCEMENT, FACILITIES,
  INDUSTRIAL AND ENVIRONMENTAL SERVICES AND PRODUCTS
POC Donna Renner, Contract Specialist, Phone 817-978-8492, Fax
  817-978-8634, Email donna.renner@gsa.gov
CNT GS-07F-0303L
AMT estimated at $125,000
LINE SIN 253-20, 253-24, 253-39
DTD 081601
TO San Antonio Equipment Hydraulic Co., 2328 Blanco Rd., San
  Antonio, TX 78212
LINKURL: http://www.eps.gov/spg/GSA/FSS/7FX/7FXP-D4-01-0539-B.FSG49/listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V286)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 49--Maintenance and Repair Shop Equipment
OFFADD: US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC,
  Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
SUBJECT: 49--ADAPTER, PRESSURE FU
POC jeffrey hinshaw, 256-876-3101
CNT N0038-99-G-016H/BS2A
AMT $48532
LINE 00
DTD 061401
TO Parker Aerospace, Customer Support Military Div, 14300 Alton
  Parkway Irvine, CA 92618
EMAILADD: hinshaw-js@redstone.army.mil
EMAILDESC: 
CITE: (D-229 SN50V3A7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 53--Hardware and Abrasives
OFFADD: US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC,
  Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
SUBJECT: 53--CLEVIS, ROD END
POC jeffrey hinshaw, 256-876-3101
CNT DAAH23-01-P-0805
AMT $ 31200
LINE 000
DTD 062201
TO Aerometals 3920 Sandstone Dr, El Dorado Hills, Ca 95762
EMAILADD: hinshaw-js@redstone.army.mil
EMAILDESC: 
CITE: (D-229 SN50V2Z3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 55--Lumber, Millwork, Plywood and Veneer
OFFADD: Defense Industrial Supply Center 700 Robbins Ave Phila
  PA 19111-5096
SUBJECT: 55--LUMBER, SOFTWOOD, DIMENSION; IN ACCORDANCE
CNT SP0560-01-M-BB39
AMT $36,646.80
LINE 0001 THROUGH 0005
DTD 081701
TO Buie Forest Products 30875 ih-10 W Boerne TX 78006-9246
CITE: (I-229 SN50V2H8)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: Department of the Air Force, Air Force Space Command,
  45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick
  AFB, FL, 32925-3238
SUBJECT: 58--58--INSTRUMENTATION RADAR SUPPORT PROGRAM
POC Jimmy Harris, Contract Specialist, Phone DSN: 854-2242, Fax
  494-2564, Email jimmy.harris@patrick.af.mil - Laurie Rowe,
  Contract Specialist, Phone 321-494-7094, Fax 321-494-2564,
  Email laurie.rowe@patrick.af.mil
CNT F08650-01-C-0066
AMT $37,821,582
DTD 081601
TO BAE Systems Technical Services, 557 Mary Esther Cut-Off, Fort
  Walton Beach, FL 32548-4090.
LINKURL: http://www.eps.gov/spg/USAF/AFSC/45CONSb423/F08650-00-R-0338/listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V2B2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090,
  Washington, DC 20090-6090
SUBJECT: 58--RADIO, FM LAND MOBILE HANDHELD
CNT 54-3187-01-04
AMT $58548
LINE 8
DTD 070101
TO Kenwood Communications Corp, Long Beach, CA 90610
CITE: (W-229 SN50V2J0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090,
  Washington, DC 20090-6090
SUBJECT: 58--RADIO, FM LAND MOBILE HANDHELD
CNT 54-3187-01-05
AMT $1,804,030
LINE 4,5,11,12
DTD 070101
TO Midland Consumer Radio , 1690 N Topping, Kansas City, MO 64120
CITE: (W-229 SN50V2J1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090,
  Washington, DC 20090-6090
SUBJECT: 58--RADIO, FM LAND MOBILE HANDHELD
CNT 54-3187-01-06
AMT $1,451,381
LINE 15,16,17
DTD 070101
TO Daniels Electronic, 43 Erie St, Victoria, BC Canada V8V 1P8
CITE: (W-229 SN50V2J4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 58--Communication, Detection, and Coherent Radiation
  Equipment
OFFADD: USDA Forest Service, P&P, Room 706 RP-E, P.O. Box 96090,
  Washington, DC 20090-6090
SUBJECT: 58--RADIO, FM LAND MOBILE HANDHELD
CNT 54-3187-01-07
AMT $1,813,305
LINE 1,9,13
DTD 070101
TO BK Radio Div. of Relm Wireless, 7100 Technology Dr., W.Melbourne,
  FL 32904
CITE: (W-229 SN50V2K7)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 59--ANTENNA
SOL SP0920-01-Q-1919
CNT SP0920-01-M-5594
AMT $43,375.00
LINE 0001
DTD 081601
TO Mega industries Inc 28 Sanford Dr gorham ME 04038
CITE: (I-228 SN50V2E9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 59--MAINTENANCE KIT, ELE
SOL 01TCR9-42-P-0900
CNT SP0930-01-V-J014
AMT $26,996.00
LINE 0001
DTD 081601
TO Daniels Mfg Corp 526 Thorpe Rd Orlando FL 32824
CITE: (I-229 SN50V2F0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 59--CONNECTOR, RECEPTACLE
SOL SP0930-01-X-D278
CNT SP0930-01-M-L020
AMT $54,130.00
LINE 0001 THROUGH 0002
DTD 081601
TO Arrow Zeus Electronics 8149 Washington Church Dr Dayton, OH
  45458-1703
CITE: (I-229 SN50V2F1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 59--SUPPORT, ANTENNA
SOL 01TCW5-92-P-0900
CNT SP0920-01-V-8961
AMT $29,100.00
LINE 0001
DTD 081601
TO Reisner Products Inc 358 W Church St P.O.Box 267 Hagerstown
  MD 21740-4728
CITE: (I-229 SN50V2F2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 59--AMP, PHOTO CELL
SOL SP0960-01-Q-6853
CNT SP0960-01-M-5930
AMT $50,691.00
LINE 0001 THROUGH 0002
DTD 081601
TO Kidde Technologies Inc 4200 Airport Dr NW Wilson NC 27893-9643
CITE: (I-229 SN50V2F3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center Columbus PO Box 16595 DSCC-PBAB
  Columbus, OH 43216-6595
SUBJECT: 59--RESISTOR, THERMAL
CNT SP0905-01-M-5938
AMT $73,756.80
LINE 0001 THROUGH 0002
DTD 081601
TO Kidde Technologies Inc 4200 Airport Dr NW Wilson NC 27893-9643
CITE: (I-229 SN50V2F4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 59--OSCILLATOR,NONCRYST
POC Contact Point, Pamela A Rutledge, 0223.01, (215)697-3413,
  Fax, (215)697-3727, Twx, Not-avail
CNT N0038301PA173, Sol Nr N00383-01-Q-A304, NIIN 012248474
AMT $88,408
LINE 0001
DTD 081601
TO Signal Technology Corp Of Arizona , Chandler ,AZ 85226-262
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 59--CIRCUIT CARD ASSEMB
POC Contact Point, John M Mccarry, 0235.13, (215)697-2803, Fax,
  (215)697-0189, Twx, Not-avail
CNT N0038396GM1285441, NIIN 012423858
AMT $27,870
LINE 0001
DTD 081601
TO Litton Systems Inc , Northridge ,CA 91324-0000
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 59--CIRCUIT CARD ASSEMB
POC Contact Point, John M Mccarry, 0235.13, (215)697-2803, Fax,
  (215)697-0189, Twx, Not-avail
CNT N0038396GM1285443, NIIN 012426782
AMT $42,160
LINE 0001
DTD 081601
TO Litton Systems Inc , Northridge ,CA 91324-0000
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2G9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Defense Supply Center, Columbus, Attn: DSCC-CHAB, P.O.
  Box 16704, Columbus, OH 43216-5010
SUBJECT: 59--ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
CNT SP090001D0251
AMT $196,715
DTD 081501
TO L.L. Rowe Co., 66 Holton Street, Woburn, MA 01801-5205
CITE: (W-229 SN50V2O4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 59--CIRCUIT CARD ASSY
POC Joe Clay, Contracting Officer, Phone 405-739-4212, Fax 405-739-4350,
  Email joe.clay@tinker.af.mil
CNT F34601-01-C-0352
AMT $110,150.00
LINE 0001
DTD 081601
TO HONEYWELL INTERNATIONAL INC DEFENSE AVIONICS SYSTEMS 699 US
  HIGHWAY 46 TETERBORO NJ 07608-1173
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2P3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: US Army Aviation and Missile Command DAAH23, ATTN: AMSAM-AC,
  Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
SUBJECT: 59--CIRCUIT CARD ASSEMB
POC jeffrey hinshaw, 256-876-3101
CNT DAAH23-01-P-0844
AMT $51131
LINE 000
DTD 070501
TO Canadian Commercial Corp, 50 O'Connor St, 11th Fl Ottawa Ont
  Canada KLA 0S6
EMAILADD: hinshaw-js@redstone.army.mil
EMAILDESC: 
CITE: (D-229 SN50V315)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 59--Electrical and Electronic Equipment Components
OFFADD: Directorate Of Contracting/Bld 1233, Oo-Alc 6072 Fir
  Avenue, Hill Air Force base, Ut 84056-5820
SUBJECT: 59--PRINTED CIRCUIT ASSEMBLY(ELECTRONIC ASSEMBLY) MFG.
  -- 5998013995953WF
CNT F42620-01-C-0083, F42620-01-Q-21712
AMT $99,872
DTD 081601
TO Honeywell Inc, Sensor & Guidance Products, 2600 Ridgway Pky,
  Minneapolis Mn 55413-1719
CITE: (I-229 SN50V3E3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA 23297-5312
SUBJECT: 61--BATTERY, STORAGE
SOL SP0430-01-Q-D324
CNT SP0430-01-M-FR17
AMT $92,858.04
LINE 0001
DTD 081601
TO Concorde Battery Corp 2009 San Bernardino Rd West Covina CA
  91790-1006
CITE: (I-229 SN50V2F5)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Coastal Systems Station, Code SP10, 6703 W. Hwy. 98,
  Panama City, FL
SUBJECT: 61--MOTOR CONTROLLERS
SOL N61331-01-R-0037
POC CONTACT POINT/CONTRACTING OFFICER: JESSE JOHNSON 850-234-4539/CAROL
  A. DREGER, 850-234-4863, FAX 850-234-4251
CNT N61331-01-C-0038
AMT $201,696
LINE 0001
DTD 081701
TO Motion Controls Systems, Inc P.O. Box 115 New River, VA 24129
LINKURL: Http://www.ncsc.navy.mil/Contracts/Ztables/Awardstable.htm
LINKDESC: 
EMAILADD: JohnsonJL@ncsc.navy.mil
EMAILDESC: 
CITE: (D-229 SN50V2X9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 61--Electrical Wire, and Power and Distribution Equipment
OFFADD: Directorate Of Contracting/Bldg 1239, Oo-Alc 6012 Fir
  Avenue, Hill Air Force Base, Ut 84056-5820
SUBJECT: 61--K 335911BATTERY ASSEMBLY CASE --6140013199617HP
CNT F42600-01-M-0207
AMT $25,128
DTD 081501
TO Bren-Tronics Inc, 10 Brayton Ct, Commack Ny 11725-3197
CITE: (I-229 SN50V3E1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, National Acquisition
  Center, P.O. Box 76, Bldg. 37, Hines, IL 60141-0076
SUBJECT: 65--PART VII -- INVITRO DIAGNOSTICS, REAGENTS, TEST
  KITS AND TEST SETS
POC Fran DeRosa (708) 786-4954
CNT V797P-5469x
AMT $925,000.00
DTD 081501
TO Poly Scientific R&D Corp., 70 Cleveland Ave., Bay Shore, NY
  11706
EMAILADD: Fran.DeRosa@med.va.gov
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V2H9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, National Acquisition
  Center, P.O. Box 76, Bldg. 37, Hines, IL 60141-0076
SUBJECT: 65--BUPROPION TABLETS
POC Ronald E. Jenkins
CNT V797P-9016
AMT $1,760,273.50 Est. Annual
LINE 0001 & 0002
DTD 081501
TO Mylan Pharmaceuticals Inc., 781 Chestnut Ridge Road, Morgantown,
  WV 26505
EMAILADD: Ron.Jenkins2@med.va.gov
EMAILDESC: 
  e-mail
CITE: (W-229 SN50V2M3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, National Acquisition
  Center, P.O. Box 76, Bldg. 37, Hines, IL 60141-0076
SUBJECT: 65--BUPROPION TABLETS
POC Ronald E. Jenkins, (708) 786-4929
CNT V797P-9016
AMT $1,760,273.50 Est. Annual
LINE 0001 & 0002
DTD 081501
TO Mylan Pharmaceuticals Inc., 781 Chestnut Ridge Road, Morgantown,
  WV 26505
EMAILADD: Ron.Jenkins2@med.va.gov
EMAILDESC: 
  e-mail.
CITE: (W-229 SN50V2N3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 65--Medical, Dental and Veterinary Equipment and Supplies
OFFADD: Department of Veterans Affairs, National Acquisition
  Center, P.O. Box 76, Bldg. 37, Hines, IL 60141-0076
SUBJECT: 65--II A MEDICAL EQUIPMENT AND SUPPLIES
POC James L. Booth 708/786-5183
CNT V797P-4210a
AMT $870,633.00
LINE A-74
DTD 090101
TO Tempur-Medical, Inc., 1713 Jaggie Fox Way, Lexington, KY 40511
CITE: (W-229 SN50V3F2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Defense General Supply Center 8000 Jeff Davis Hwy Richmond,
  VA 23297-5312
SUBJECT: 66--INDICATOR SUBASSEMBLY
SOL SP0440-01-Q-XU63
CNT SP0440-01-M-JR46
AMT $26,496.00
LINE 0001
DTD 081601
TO Rogerson Aircraft Corp 2201 Alton Pky Irvine CA 92606-5033
CITE: (I-229 SN50V2F8)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098
SUBJECT: 66--SIGNAL CONDITIONER,
POC Contact Point, Joseph W Williams, 0233.09, (215)697-4385,
  Fax, (215)697-1227, Twx, Not-avail
CNT N0038301CN113, Sol Nr N00383-01-T-2766, NIIN 014634921
AMT $160,798
LINE 0001
DTD 081601
TO Autronics Corp , Arcadia ,CA 91006-0000
LINKURL: http://www.navicp.navy.mil/business/index.htm
LINKDESC: 
CITE: (A-229 SN50V2H0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of Agriculture, Agricultural Research Service,
  Beltsville Area, P&CS, 10300 Baltimore Ave. Bldg. 003, Rm.
  329, BARC-West, Beltsville, MD, 20705
SUBJECT: 66--66 -- ELEMENTAL ANALYZER
POC Keina Burrier, Contract Specialist, Phone 301-504-5888, Fax
  301-504-5009, Email burrierk@ba.ars.usda.gov
CNT 40-3K47-1-0005
AMT $56,800.00
LINE 01
DTD 081601
TO Elementar Americas, Inc. 520 Fellowship Road, Suite B-204
  Mt. Laurel, NJ 08054
LINKURL: http://www.eps.gov/spg/USDA/ARS/PaCS/10-3K47-01/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2L1)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of the Air Force, Air Force Materiel Command,
  OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A,
  Tinker AFB, OK, 73145-3015
SUBJECT: 66--ACCELEROMETER ASSEM
POC Joe Clay, Contracting Officer, Phone 405-739-4212, Fax 405-739-4350,
  Email joe.clay@tinker.af.mil
CNT F34601-01-M-0840
AMT $74,148.00
LINE 0001
DTD 081601
TO HONEYWELL INTERNATIONAL INC DEFENSE AVIONICS SYSTEMS 699 US
  HIGHWAY 46 TETERBORO NJ 07608-1173
LINKURL: http://www.eps.gov/spg/USAF/AFMC/OCALCCC//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2O7)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Department of Health and Human Services, Center for Disease
  Control and Prevention, Procurement and Grants Office (Atlanta),
  2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
SUBJECT: 66--GAMMACELL IRRADIATOR REMOVAL AND REPLACEMENT
POC Steven Baughman, Contract Specialist, Phone (770)488-2603,
  Fax (770)488-2670, Email SBaughman@CDC.GOV - Danny Hager, Supervisory
  Contract Specialist, Phone (770)488-2609, Fax (770)488-2670,
  Email DHager@CDC.GOV
CNT 220-2001-00072
AMT $172,350.00
DTD 081601
TO MDS Nordion, Inc. 1195 Park Avenue Suite 101 Emeryville, CA
  94608
LINKURL: http://www.eps.gov/spg/HHS/CDCP/PGOA//listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2R4)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 66--Instruments and Laboratory Equipment
OFFADD: Directorate Of Contracting/Bld 1233, Oo-Alc 6072 Fir
  Avenue, Hill Air Force base, Ut 84056-5820
SUBJECT: 66--RATE SENSOR UNIT --6615010784943WF
CNT F42620-01-C-0084, F42620-01-R-10087
AMT $730,020
DTD 081501
TO Honeywell Inc, Sensor & Guidance Products, 2600 Ridgway Pky,
  Minneapolis Mn 55413-1719
CITE: (I-229 SN50V3E4)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 78--Recreational and Athletic Equipment
OFFADD: General Services Administration, Federal Supply Service
  (FSS), General Products Center (7FX), 819 Taylor Street Room
  6A24, Fort Worth, TX, 76102
SUBJECT: 78--SCHEDULE 539 - SOLUTIONS AND MORE (SAM); YOUR SOURCE
  FOR RECREATIONAL, HOSPITALITY, LAW ENFORCEMENT, FACILITIES,
  INDUSTRIAL AND ENVIRONMENTAL SERVICES AND PRODUCTS
POC Cheryl Applewhite, Contract Specialist, Phone 817-978-2485,
  Fax 817-978-8634, Email cheryl.applewhite@gsa.gov - Rose Tucker,
  Contract Specialist, Phone 817-978-8663, Fax 817-978-8634,
  Email rose.tucker@gsa.gov
CNT GS-07F-0304L
AMT $125,000
LINE 192-08
DTD 090101
TO FORZA STRENGTH SYSTEMS 11505 EAST TRENT AVENUE SPOKANE, WA
  99206
LINKURL: http://www.eps.gov/spg/GSA/FSS/7FX/7FXP-D4-01-0539-B.FSG78/listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V288)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20th St. Philadelphia,
  PA. 19145-5099
SUBJECT: 84--COAT, MAN'S, POLY/WL SERGE, AG 489, FUSIBLE
CNT SP0100-01-C-1016
AMT $3,569,858.24
LINE 0001AA THROUGH 0054AA
DTD 081601
TO Uniart Corp 148 Lafayette St 11th Floor New York NY 10013-3115
CITE: (I-229 SN50V2F9)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 84--Clothing, Individual Equipment and Insignia
OFFADD: Defense Personnel Support Center 2800 So. 20th St. Philadelphia,
  PA. 19145-5099
SUBJECT: 84--COAT, MAN'S, POLY/WL SERGE, AG 489, FUSIBLE
CNT SP0100-01-C-1017
AMT $1,492,500.00
LINE 0001AA THROUGH 0052AA
DTD 081601
TO New Maryland Clothing MFG Inc 3023 E Madison St Baltimore
  MD 21205-1723
CITE: (I-229 SN50V2G0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: CONTRACT AWARDS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 99--Miscellaneous
OFFADD: Department of Agriculture, Forest Service, National Interagency
  Fire Center, 3833 S. Development Avenue, Boise, ID, 83705-5354
SUBJECT: 99--99 -- TYPE II FIREFIGHTING CREWS
POC Joan Robertson, Procurement Assistant, Phone 208-387-5609,
  Fax 208-387-5384, Email jrobertson@fs.fed.us - Joan Robertson,
  Procurement Assistant, Phone 208-387-5609, Fax 208-387-5384,
  Email jrobertson@fs.fed.us
CNT 53-024B-1-2200
AMT $10,000.00
LINE 3-Humboldt-Toiyabe NF, Reno, NV
DTD 081501
TO Ore-Cal Fire Suppression 32159 Transformer Road Malin, OR
  97632
LINKURL: http://www.eps.gov/spg/USDA/FS/024B/49-01-16/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3B2)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: Department of the Air Force, Air Force Materiel Command,
  AFRL - = Eglin Research Site, 101 West Eglin Blvd Suite 337,
  Eglin AFB, FL, = 32542-6810
SUBJECT: A -- REQUEST FOR INFORMATION BATTLE DAMAGE ASSESSMENTS
DESC: Request for information (RFI): The Munitions Directorate
  of the = Air Force Research Lab (www.afrl.af.mil) develops
  air-delivered = munitions systems and related components and
  technologies. We are = interested in receiving white papers
  on technologies pertaining to the = construction and transmission
  of "bomb damage information"(BDI) derived = from intelligent
  fuze data for "battle damage assessments" (BDA) of = hardened-and-deeply-buried
  targets. Some areas of particular interest = include: (1) characterization
  of the target structure during weapon = penetration and determination
  of warhead function (detonation or = deflagration) after fuzing,
  (2) assimilation of data to support = post-mortem target functional
  assessment/analysis, and (3) innovative = means and methods
  of communicating/transmitting this data from the = weapon to
  the warfighter since tethered/umbilical and RF communication
  = technologies under current investigation have been challenged
  by the = weapon's penetration trajectory and shock loads, target
  depth, and = obscured point-of-entry. The technical point of
  contact for this RFI = is: Dr. Alex Cash, 850-882-2141 x2219,
  cash@eglin.af.mil; 101 W. Eglin = Blvd., Ste. 245, Eglin AFB,
  FL 32542-6810. This synopsis is for = information and planning
  purposes only, does not constitute a formal = Request for Proposals
  (RFP), and is not to be construed as a commitment = by the
  Government. Responses to this synopsis must be received within
  = 30 days from the date of publication. =20
LINKURL: http://www.eps.gov/spg/USAF/AFMC/AFRLERS/Reference-Number-RFI-MNK-0=
  1-0002/listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V287)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: National Defense Industrial Association, 2111 Wilson
  Boulevard, Suite 400, Arlington, Virginia 22201
SUBJECT: ADVANCED DISTRIBUTED LEARNING AND JOB PERFORMANCE TECHNOLOGIES
  CONFERENCE & EXHIBIT
DESC: Advanced Distributed Learning and Job Performance Technologies
   "Keys to Operating in the Digital Knowledge Environment"
  This is the Second Conference and Exhibition designed to identify
  and explore opportunities for Federal- and private-sectors
  to collaborate on large-scale development and implementation
  of Advanced Distributed Learning and Job Performance Technologies
  that meet the needs of a "transformed" U.S. military. Sponsored
  by the Office of the Secretary of Defense, today's dynamic
  international security environment challenges the Department
  of Defense to identify innovative ways to educate, train, and
  improve performance -- better, faster and at lower cost. The
  ability to access and use knowledge, quickly and efficiently,
  will be critical to success on the modern battlefield.  With
  this in mind, the Department has established the Advanced Distributed
  Learning (ADL) Initiative, a collaborative effort between the
  Federal and private sectors. The Initiative's goal is to develop
  common technology-based standards, tools, and learning content,
  across open-architecture, "net-centric," learning and operational
  environments, to meet the knowledge needs of service members
  and civilians, anytime and anywhere.  The Offices of the Under
  Secretary of Defense for Personnel and Readiness and the Under
  Secretary of Defense for Acquisition, Technology and Logistics
  are co-sponsoring this conference as part of their mandate
  to use technology to transform training and job performance.

LINKURL: http://www.trainingsystems.org/Events
LINKDESC: 
  and registration information.
EMAILADD: kdavidson@ndia.org
EMAILDESC: 
  this and other activities of the National Training Systems
  Association.
CITE: (W-228 SN50V297)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: Department of Agriculture, Agricultural Research Service,
  Northern Plains Area Office, 1201 Oakridge Drive, Suite 150,
  Fort Collins, CO, 80525
SUBJECT: 66 -- GROWTH CHAMBER
DESC: The USDA, Agricultural Research Service intends to enter
  into a single-source contract with Percival Scientific, Inc.
  Perry, Iowa for the replacement of a 30+ year old Percival
  Plant Growth Chamber with a model PGW108. Severe space restrictions
  exist as follows: (1) Internal Growth Space minimum of 30 square
  feet and maximum of 40 square feet; (2) Maximum external chamber
  depth of 66 inches; (3) Maximum external chamber width of 115
  inches; (4) Maximum external chamber height 104 inches; and
  (5) Minimum internal plant growth height of 75 inches. The
  chamber will be used to grow both adult plants and seedlings,
  requiring a chamber with adjustable bench height. The chamber
  must be shipped disassembled as it will be brought through
  a door with the dimensions of 35 inches by 74 inches. Contact
  Lee Shea if other growth chambers are available meeting size
  restrictions.
LINKURL: http://www.eps.gov/spg/USDA/ARS/NPA/PR1-5442-080-22-01-118/listing.html
LINKDESC: 
  notice
CITE: (D-228 SN50V2A9)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
  Division, Procurement Branch WC33, 7600 Sand Point Way NE,
  Seattle, WA 98115-6349
SUBJECT: 58-- NOTICE OF INTENT TO PROCURE ON A SOLE SOURCE BASIS
DESC: This publication serves as a notice of intent to procure,
  on a sole source basis with Simrad, Inc for NOAA, Marine Operation
  to provide EK60 scientific fisheries echo sounder, EK-202591
  general purpose transducer, and APC-10 processor. This notice
  may represent the only official notice. This is a simplified
  acquisition.
EMAILADD: Melvin.N.Foudue@noaa.gov
EMAILDESC: 
  e-mail
CITE: (W-228 SN50V2D4)

[Commerce Business Daily: Posted in CBDNet on August 16, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: Department of the Air Force, Pacific Air Forces, 15 CONS,
  90 G = Street, Hickam AFB, HI, 96853-5230
SUBJECT: D -- TELECOMMUNICATION SERVICES
DESC: The 15th Contracting Squadron, on behalf of the Headquarters
  15th = Air Base Wing (ABW) Communication Squadron, Hickam Air
  Force Base = (AFB), HI, intends to award a Firm Fixed Price
  (FFP) contract to SDV = Telecommunications. This requirement
  is for the purpose of providing = Dedicated Switch, Customer
  Premise Equipment (CPE) and Structured = Telecommunication
  support for a period not to exceed one year and = beginning
  01 October 2001. The Telecommunication support is required
  = throughout the island of Oahu, HI, and shall include the
  contractor = provide all personnel, vehicles, test equipment,
  tools, materials, = supervision, labor, and other items and
  services necessary to = installation, testing, documentation,
  maintenance and repairs, = connections and hardware for all
  telecommunication requirements. In = accordance with regulatory
  procedures found within Federal Acquisition = Regulation (FAR)
  Part 12.205(c) and Part 5.301(b)(7)(ii), interested = parties
  submitting clear and convincing data substantiating their =
  capabilities to satisfy this requirement have 3 days from the
  date of = this publication to submit their qualifications or
  capabilities. Such = qualifications and capabilities will be
  used solely for the purpose of = determining whether or not
  to conduct this procurement on a full and = open competition
  basis. Determination to compete this proposed = acquisition
  on a full and open competition basis based upon responses =
  to this synopsis is solely within the discretion of the 15th
  = Contracting Squadron, Hickam AFB, HI. Submit all responses
  to this = synopsis to the attention of Jim Mastin, Contract
  Specialist, 15 CONS, = Hickam AFB HI.
LINKURL: http://www.eps.gov/spg/USAF/PAF/15CONS/F64605-01-T-7036/listing.htm=
  l
LINKDESC: 
  notice
CITE: (D-228 SN50V2E3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: Department of the Air Force, Air Force Space Command,
  21CONS (Bldg 982), Base Support Flight 700 Suffolk Street,
  STE 1200, Peterson AFB, CO, 80914-1200
SUBJECT: U -- DISTANCE LEARNING ADMINISTRATOR FOR FY 02
DESC: Services Non-personal Distance learning Coordinator to
  oversee Distance Learning Programs for Peterson AFB, CO 80914.
  Period of Performance is 1 Oct 01 to 30 Sep 02 (fiscal year),
  with 3 option years, at 1000 hours per year (approximately
  20 hours for 50 weeks). DISTANCE LEARNING SPECIALIST STATEMENT
  OF WORK (SOW) 1. DESCRIPTION OF WORK. a. Oversee and maintain
  the distance learning classrooms to include following the guidance
  provided by HQ USAF, HQ AFSPC, Air Force Institute for Advanced
  Distributed Learning (AIFIADL), Air Force Institute of Technology
  (AFIT), Air University (AU) 2AF, and commercial satellite providers.
  b. Session - A session is defined as a satellite training class
  or satellite broadcast Scheduled satellite broadcasts vary
  as needed. Satellite broadcasts will not normally exceed more
  than three per day. Each broadcast should not exceed hours
  of duration and may run concurrently with other broadcasts.
  Duties will include associated administrative duties as applicable.
  The Distance Learning (DL) duties also cover the testing of
  individuals who are enrolled in DL courses using Computer Based
  Technology (CBT). The government reserves the right to cancel
  a broadcast session 24 hours in advance. c. Satellite training
  is provided to meet mission requirements as determined by the
  Education Services Officer (ESO). Prior to altering the satellite
  broadcast schedule, the contractor will coordinate with the
  ESO, Base PC~C and Satellite provider. d. Contractor will be
  provided access to the base (if required), and the Government
  will provide all necessary equipment to conduct the work. Government
  provided equipment inc1udes but is not limited to, furnished
  office space, furnished classrooms, storage containers for
  storing course materials and tests, office supplies and equipment
  (pencils, paper, computer's, fax machine, VCRs, etc., necessary
  to conduct satellite distance learning). e. Payment will be
  made on an hourly basis at a set rate per hour with the provision
  that the hourly rate will be fixed at the same rate for single
  or multiple broadcasts running concurrently. f. The contract
  to be on a call basis. US Government payment for each session
  called for and satisfactorily delivered will be made at the
  agreed hourly price. Calls for sessions may be made informally
  by the ESO. 2. SERVICE DELIVERY SUMMARY. a. The distance-learning
  specialist shall be available during broadcast hours as prescribed
  by the broadcast schedule and work closely with both military
  and civilian providers of service. b. The contractor shall
  research web sites for available training required by military
  and civilian base population. Contractor is authorized to request
  from satellite provider the required red broadcasts as needed.
  c. Contractor may be required, on occasion, to tape classes
  for later viewing. d. Contractor is authorized to order, stock,
  distribute, proctor, mail, receive, or destroy tests or related
  materials in accordance with local procedures or guidance from
  the course provider. e. The contractor shall comply with applicable
  regulations and operating instructions. f. The position requires
  strict time management and attention to detail g. Maintain
  records to document program usage. h. Advertise available courses
  in Base Newspaper and any other available media. 3. JOB QUALIFICATIONS.
  a. Contractor shall have a working knowledge of computers and
  associated software programs required. b. Contractor shall
  have a working knowledge of video recording and satellite systems.
  c. Contractor shall have exceptional communication and organizational
  skills. PLEASE PROVIDE THE FOLLOWING INFORMATION: CAGE Code,
  DUNS number and Tax-ID number. The NAICS code is 611710. This
  requirement is a 100% set-aside for small business. Award will
  be based upon the lowest price, technically acceptable offer.
  Offers will be accepted until 3:00 P.M. MST, 7 September 2001
  and electronic submission via FAX or e-mail will be accepted.
  Please fax or email quote to: TSgt Shemika Young, Fax: (719)
  566-4538, (email: shemika.young@peterson.af.mil) or A1C Allison
  Baldomero, (email: Allison.baldomero@peterson.af.mil)
LINKURL: http://www.eps.gov/spg/USAF/AFSC/21CONSb984/200246A398/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V2V3)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego,
  CA 92132-5187
SUBJECT: Z--TENTATIVE DECISION FOR THE MARINE CORPS RECRUIT DEPOT,
  SAN DIEGO, CA
DESC: COST COMPARISON RESULTS N68711-01-R-5101  A-76 Study
  for Base Operations and Support Services at the Marine Corps
  Recruit Depot, San Diego, CA  The Tentative Decision for
  this competition was announced on July 26, 2001. The Tentative
  Decision is to retain in house the various base operations
  and support functions at MCRD San Diego. This decision is the
  result of a competitive process conducted in accordance with
  the Office of Management and Budget Circular A-76. The 30-calendar
  day Administrative Appeals period begins on July 27, 2001,
  and ends at 4:00 P.M. on Aug 27, 2001. The Administrative Appeals
  Authority will issue the Final Decision within 30 days of receipt
  of an appeal.  The best value contractor selected for this
  competition was NVT Technologies, Inc., 21515 Ridgetop Circle,
  Suite 300, Sterling, Virginia 20166.  If you have any questions
  regarding this solicitation, please contact Lisa Young at (619)
  532-1181 or younglm@efdsw.navfac.navy.mil.  
LINKURL: http://esol.navfac.navy.mil
LINKDESC: 
EMAILADD: younglm@efdsw.navfac.navy.mil
EMAILDESC: 
CITE: (W-229 SN50V361)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: NASA/Langley Research Center, Mail Stop 144, Industry
  Assistance Office, Hampton, VA 23681-0001
SUBJECT: A--RELIANCE CONSOLIDATED MODEL (RECOM)
DESC: This is modification number four (4) to the synopsis entitled
  RELIANCE CONSOLIDATED MODELS(RECOM)DESIGN AND/OR FABRICATION,
  Solicitaton Number 1-058-RB.0004, which was posted on May 18,
  2001. You are notified that the following changes are made:
  The Draft RFP is expected to be released on or about August
  31, 2001.
LINKURL: http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-058-RB.0004
LINKDESC: 
EMAILADD: m.l.smith@larc.nasa.gov
EMAILDESC: 
CITE: (D-229 SN50V3D0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: Department of Health and Human Services, Center for Disease
  = Control and Prevention, Morgantown - NIOSH, 1095 Willowdale
  Road, = Morgantown, WV, 26505
SUBJECT: 66 -- CUSTOM GLASS MICROARRAYS, FLUORESCENT LABELING
  KITS AND = ARRAY SPECIFIC PRIMERS
DESC: NOTICE OF INTENT TO SOLE SOURCE ? The National Institute
  for = Occupational Safety and Health (NIOSH) facility in Morgantown,
  WV has a = requirement to purchase oliogonucleotide primers,
  fluorescent labeling = kits and printing of custom glass microarrays.
  The = NIOSH/HELD/Toxicology and Molecular Biology Branch?s
  Musculoskeletal = Diseases and Inflammatory Processes Project,
  which includes muscle = injury and vibration models in mice,
  examines the role that = inflammatory mediators play in the
  injury and repair processes. The = government intends to negotiate
  on a non-competitive basis with = Clontech Laboratories, Inc.,
  Palo Alto, CA because they possess a = majority of the pre-optimized
  oligonucleotides required for a custom = microarray to be used
  in this project. Specifications for Atlas Ready = to Print
  Long Oligios are as follows: 80 bp long oligos; 8,327 named
  = genes represented; each oligo has less than 70% homology
  to any entry = in the gene bank; each oligo permits discrimination
  in multigene = families and alternative splice forms of genes;
  each oligo is quality = tested via two enzymatic tests which
  insure signal intensity will be = greater than 10 fold less
  than the strongest signal, oligo sequence = integrity is maintained;
  the oligos are not amine modified and the = oligos come with
  a two-day training seminar. Clontech is the only = known vendor
  that can supply array specific primers, and materials and =
  reagents for indirect fluorescent labeling of probe, which
  provides a = higher dye incorporation efficiency than other
  available protocols. = The specific items the government intends
  to purchase from Clontech are = as follows: #CS2003, custom
  atlas glass microarray, 1 EACH; additional = microarrays ,
  190 EACH; 37 Non-Atlas genes, 1 EACH; Optional CDS = primer
  mix, 770 PAIR; and #K1037-1-ATLAS GL. Fluorescentlab, 12 EACH.
  = Organizations who believe they can provide products equal
  to those = stated above may respond within 7 days after publication
  of this = notice. Responses shall be submitted to: Brenda L.
  Goodwin (MS-1019), = Reference: #2001-Q-04122, DHHS, PHS, CDC,
  NIOSH, ALOSH, 1095 = Willowdale Road, Morgantown, WV 26505.
  Information received would = generally be used for the purpose
  of determining whether to conduct a = competitive procurement.
  This notice is issued for informational = purposes only.
LINKURL: http://www.eps.gov/spg/HHS/CDCP/MNIOSH/2001-Q-04122/listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3G0)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: Department of Education, Office of the Chief Financial
  Officer, = Contracts and Purchasing Operations, 7th and D Streets,
  S.W., Regional = Office Building, Room 3600, Washington, DC,
  20202-4249
SUBJECT: B -- QUALITY MEASURES FOR ALTERNATIVE ASSESSMENTS OF
  ADULT = LITERACY
DESC: The Office of Vocation and Adult Education (OVAE)/U. S.
  = Department of Education (ED) contemplates awarding a sole
  source = contract to the National Academy of Sciences for a
  period of not more = then nine (9) months. The award is for
  an evaluation of alternative = assessments for measuring and
  reporting learning gains in adult basic = education and literacy.
  OVAE needs a set of quality standards that = assure alternative
  assessments are valid and reliable, and that they = produce
  outcomes consistent with the National Reporting System = guidelines.
  An award to the National Academy of Sciences (NAS) is = proposed
  under FAR Subpart authority 6.302-3(a)(2)(ii) because it is
  = necessary to award a contract to a particular source ?"to
  establish an = essential?research, or development capability
  to be provided by an = educational or other nonprofit institution?"
  This authority is used = under its application of 602-3(b)(2)(ii).
  The NAS Board on Testing = Assessment (BOTA) has the required
  special expertise to develop a set = of quality standards for
  alternative performance assessments. The = mission of the NAS
  Board on Testing Assessment is to assist policy = makers by
  providing scientific expertise around critical issues of =
  testing and assessment. NAS has the ability to assemble the
  Nation's = most eminent scholars, who serve as volunteers without
  compensation on = committees and boards, to carry out this
  project. NAS is well known for = its rigorous review procedures.
  The status of the NAS by Congress as = a noncompetitive source
  of scientific research and policy advice to the = Government
  reaffirms the special relationship of the Academy to = Government
  and its unique capacity to martial scientific expertise of
  = the highest caliber in order to provide independent and objective
  = science policy advice. The NAS is uniquely qualified to provide
  the = measure of expertise, independence, objectivity and audience
  acceptance = necessary to meet our program requirements. If
  there are any = interested offerors, please submit your inquiries
  and/or capabilities = to the attention of Joyce Calloway, Contracting
  Officer; ED/Contracts = and Purchasing Operations (CPO)/Group
  B; 400-Maryland Avenue, = S.W./ROB-3 Bldg./RM:3636; Washington,
  D. C., 20202-4445. A competitive = solicitation will not be
  issued. (See numbered Note 22.)
LINKURL: http://www.eps.gov/spg/ED/OCFO/CPO/Reference-Number-OVAE-08-17-2001=
  /listing.html
LINKDESC: 
  notice
CITE: (D-229 SN50V3H2)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: SPECIAL NOTICES
OFFADD: Department of Veterans Affairs, Hefner Medical Center,
  1601 Brenner Ave., Salisbury, NC 28144
SUBJECT: R - PERSONAL COMPUTER TRAINING - REVISED CBD AD
DESC: TO WHOM IT MAY CONCERN: IFB 659-5-2002 - PC Training Services
  solicitation had 25 sets of solicitation documents which has
  been expended. This solicitation is a first-come, first-serve
  basis. Please do not request documents from the Contracting
  Officer.
CITE: (W-229 SN50V356)

[Commerce Business Daily: Posted in CBDNet on August 17, 2001]
[Printed Issue Date: August 21, 2001]

PART: SALE OF SURPLUS PROPERTY
OFFADD: Honeywell International Inc., 151 XK47, Federal Manufacturing
  & Technologies, 2000 E. 95th Street, P.O. Box 419159, Kansas
  City, MO 64141-6159
SUBJECT: FINAL TRADITIONAL AUCTION TO BE HELD AT HONEYWELL FM&T,
  KANSAS CITY PLANT
POC Tracy Henry at (816) 997-2976 or Terry Harlow at (816) 997-5913.
DESC: SURPLUS PROPERTY AUCTION  Honeywell FM&T will be conducting
  an auction on August 25th at the Kansas City Plant at 95th
  & Troost in Kansas City, MO. The sale will be held on the first
  floor of the former TTC building just East of the main plant.
   Easley Auction Company will be selling miscellaneous lots
  of personal property out of the plant for Honeywell. This
  will be the final traditional auction held by the Honeywell
  Excess & Reclamation Department. All future sales will be on-line
  via the Internet.   INSPECTION: ONE DAY, Friday, August 24th,
  from 7:00 A.M. to 5:00 P.M. Certain property will be sold by
  photograph and will only be available for inspection on Friday.
  Those items will not be removed until the next week by appointment.
  All of that property must be removed by 2:00 P.M. on Friday
  August 31st. SALE: Saturday August 25th, Doors to the TTC
  will open at 7:00 A.M., with the sale starting at 9:00 A.M.
  Property may be removed up to 5:00 P.M., the day of sale or
  on Sunday, August 26, from 7:00 A.M., to 3:00 P.M.   ALL
  property in the TTC MUST BE REMOVED BY 3:00 P.M. ON SUNDAY
  the 26th.  The normal rules regarding prohibited items will
  apply. No one under the age of 12 will be admitted and an adult
  must accompany those under 18. You must be at least 18 years
  or old to bid.  These lots will consist of Misc. Computer
  Equipment (Laptops, Printers, Workstations, Scanners, Plotters
  and Computers) Misc. Test, Production & Lab. Equipment, Tooling,
  Maintenance, Office & Plating Equipment & Supplies, Office
  & Computer Furniture, Video & Audio Equipment, Light Weight
  Workbenches, Cooling Towers, Cannibalized Fork Truck Bodies,
  Portable Generator, Production & Processing Materials, Foam
  Machine and a Measuring Machine.  Questions may be directed
  to Tracy Henry at (816) 997-2976 or Terry Harlow at (816) 997-5913.
    Note: None of the Computers have hard drives. 
EMAILADD: thenry@kcp.com
EMAILDESC: 
CITE: (W-229 SN50V2M2)

67 comments:

  1. Excellent information.I like the way of writing and presenting

    123 hp oj6703 setup

    ReplyDelete
  2. Great! You have shared a great and excellent information
    123.hp.com/setup

    ReplyDelete
  3. Wonderful blog & good post.Its really helpful for me, awaiting for more new post. Keep Blogging!

    123 HP Officejet 6106 Printer Setup

    ReplyDelete
  4. Nice Article you have shared a great information and i have been following your blog regularly. If you need any technical assistance please visit our website by clicking on it Free Technical Support for HP Printers

    123.hp.com/setup Officejet 5742

    ReplyDelete
  5. Really its very useful information that you have shared and thanks for sharing the information with us.
    Hp Officejet 2629 Troubleshooting

    ReplyDelete
  6. I really loved reading your blog. I also found your posts very interesting. In fact after reading, I had to go show it to my friend and he enjoyed it as well!

    123 hp setup

    ReplyDelete
  7. Really its very useful information that you have shared and thanks for sharing the information with us.
    123 HP Officejet 6106 Driver Setup

    ReplyDelete
  8. It’s awesome that you want to share those tips with us.I assume lot of us that commented on this post are just starting to search for different ways of blog promotion.This is definitely the article that I will try to follow when I comment on others blogs.Cheers


    123 HP COM SETUP


    ReplyDelete
  9. Really its very useful information that you have shared and thanks for sharing the information with us.
    123 hp setup

    ReplyDelete
  10. Thanks for sharing POWER PLANT CONTROL CONSOLE ASSEMBLY. 123hp-com.us

    ReplyDelete
  11. thanks for your informative post.its helpful to understand it.keep blogging.
    123.hp.com/ojpro8613

    ReplyDelete
  12. Great blog! I really love how it is easy on my eyes and the information are well written.
    hp officejet 4629 printer

    ReplyDelete
  13. A Tech Gadget lover…! Wanderlust of Nature by heart and a tech-savvy by habit... I have written and reviewed blogs on many products. As a keen neophyte, I love to discover new Products and their plus points… Get in touch… Or drop in your queries.
    My blogs:
    Roku.com/link
    Roku.com/link create account
    Roku.com/link account
    Roku.com/link activate
    Roku.com/link activation
    Roku.com/link setup
    Roku com link
    www.Roku.com/link

    ReplyDelete
  14. As we all know, Roku ( Roku.com/link ) is a popular online live streaming platform ( go roku.com/hdcp ) used by millions of consumers across the globe. The end user must follow these simple steps to activate the Roku device ( go.roku.com hdcp ) successfull . like ( hdcp roku ) | (hdcp error roku) | (Roku.com/link code ) | (roku.com/link activation code

    ReplyDelete
  15. Visit to Printer Driver Install
    Solved all your hp printer issues,visit our site
    #Printer #Wireless #Mac #Software #Driver #Download

    ReplyDelete
  16. By logging into your registered roku account, you can start the activation process at an instant. All you have to do is, turn on your TV connected with the Roku device. The moment you turn on the TV, the Roku logo will get displayed. Now the link code appears and note it down. Now navigate to the Roku.com/link webpage, paste the link code you had already taken note of. Finally click the submit option and the device is now activated without any complications.
    For enquiries regarding the Roku com link activation code , visit our website.

    ReplyDelete
  17. If you need to use any type of model of HP printer for your printing needs, you can set up your suggested model number of HP printer using printer setup. This website assists you to set up the suggested model number of your HP printer in the suitable ways. First of all, you want to open this link in your suggested browser and download the application step by step. After that, you want to perform shown steps in the direct ways. If you get jammed in the procedure, you can take the good technician from an online technical specialist.

    ReplyDelete
  18. Amazing blog. Your blog helped me to improve myself in many ways thanks for sharing this kind of wonderful informative blogs in live. I have bookmarked more blog from this website. If nothing helps you resolve the issue, don’t worry. You can contact the Garmin Express number who are available 24/7 to help solve your problems remotely. You can tell them your Garmin express update bugs, and get a solution quickly.

    ReplyDelete
  19. Well done! Nice post! This really helps me to find the answers to my question. Hoping, that you will continue posting blog having lots of useful information. Thanks a lot for providing us that great blog with great information. Know about Garmin Express Update.

    ReplyDelete
  20. This comment has been removed by the author.

    ReplyDelete
  21. It is a valid link to activate amazon mytv or primevideo mytv enter code in your device. You can watch Amazon prime video on amazon mytv, just you need to enter a 6 digit amazon registration code on your device.

    ReplyDelete
  22. Thanks for taking time to share with us such a great blog. I found such a significant number of fascinating stuff with regards to your blog particularly its discussion. keep doing awesome. Know about fubo.tv/activate.

    ReplyDelete
  23. Do you use any Garmin GPS device? Don’t forget to get Garmin gps update make sure you download Garmin express in your device whenever Garmin releases a new map update for your device. Garmin Express is a must-have software that offers all essential Garmin Express update facilities. With this tool, every Garmin gps user can easily manage their Garmin GPS update device from their computer.

    ReplyDelete
  24. The Garmin Nuvi update can be done very easily, you just need to have that iPhone or Mac and a fast internet connection. you can look at some of the crucial tips for Garmin Nuvi update free either through app or by Garmin WebUpdater. Garmin nuvi allows you to update your GPS maps very quickly and also for saving your data. its guider have good experience and have long periods of involvement with utilizing practically all models of Garmin Nuvi.Be it any Garmin model, a latest device, or an old device, getting regular Garmin map update is an important step.

    ReplyDelete
  25. So, if you are a printer user and confront any error problem while printing the file, at such a point in time, you refer to visit the site 123.hp.com and study the right troubleshooting method. Once the issue gets resolved totally, you will be able to resume your print job in a flexible manner. So, deal with all types of printer issues in one click

    ReplyDelete
  26. The full instruction will be seen on your system screen when you enter the link 123.hp.com/setup. The complete guide for solving 123.hp.com/setup Printer Not Printing Black issues is introduced on that page. So, open it on your browser and go through the provided instructions one by one.

    ReplyDelete
  27. I want a wireless HP printer for wireless printing favor. Wireless printing technology 123.hp.com/oj4650 permits the users to print the files wirelessly simply. It makes users feel free and the best way to get the printout of any file easily.

    ReplyDelete
  28. Awesome blog you shared such a worthy information. keep share like this...
    Abogado Trafico Winchester Va

    ReplyDelete