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)
WRITERS BLOGGERS CHRISTIANS WIFES MOTHER FIGHTERS FOR FREEDOM CHARLENE CLEO EIBEN CHARLENE ZECHENDER Alexandra Day Debra Fish JEFF WALLER charlene zechender
Thursday, December 20, 2012
POWER PLANT CONTROL CONSOLE ASSEMBLY
Subscribe to:
Post Comments (Atom)
Thanks for the information.
ReplyDelete123 HP DeskJet 2134 Printer Install
Excellent information.I like the way of writing and presenting
ReplyDelete123 hp oj6703 setup
Great! You have shared a great and excellent information
ReplyDelete123.hp.com/setup
Wonderful blog & good post.Its really helpful for me, awaiting for more new post. Keep Blogging!
ReplyDelete123 HP Officejet 6106 Printer Setup
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
ReplyDelete123.hp.com/setup Officejet 5742
Really its very useful information that you have shared and thanks for sharing the information with us.
ReplyDeleteHp Officejet 2629 Troubleshooting
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!
ReplyDelete123 hp setup
Really its very useful information that you have shared and thanks for sharing the information with us.
ReplyDelete123 HP Officejet 6106 Driver Setup
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
ReplyDelete123 HP COM SETUP
Really its very useful information that you have shared and thanks for sharing the information with us.
ReplyDelete123 hp setup
aplikasi ayam sabung taji s128
ReplyDeleteThanks for sharing POWER PLANT CONTROL CONSOLE ASSEMBLY. 123hp-com.us
ReplyDeletePerplexing record hp officejet pro 8100 manual Thank you for sharing.
ReplyDeletethanks for your informative post.its helpful to understand it.keep blogging.
ReplyDelete123.hp.com/ojpro8613
123 hp deskjet printer setups for hp eprint, google cloud print, air print, 123 hp envy printer setups for hp eprint, google cloud print, air print, 123 hp envy photo printer setups for hp eprint, google cloud print, air print, 123 hp officejet printer setups for hp eprint, google cloud print, air print, 123 hp officejet pro printer setups for hp eprint, google cloud print, air print,
ReplyDeletehttps://goo.gl/89mRx6
ReplyDeleteFriendly Thought https://123-hp-com-envy7158.com/ , Fruitful Thought https://123-hp-com-envy4520.com/ , Full of beans Tip https://123-hp-com-oj4655.com/ , Full of promise Topic https://123-hp-com-ojp8715.com/ , Gainful Typical https://123-hp-com-dj2655.com/
ReplyDeletehttps://goo.gl/v4RmTY
ReplyDeleteDuteous Mark https://123-hp-com-envy6252.com/ , Dutiful Material https://123-hp-com-envy5661.com/ , Dyed-in-the-wool Message https://123-hp-com-envy7644.com/ , Eager to please Narration https://123-hp-com-ojp8710.com/
ReplyDeleteClass Article https://123-hp-com-oj3833.com/ , Clean Assessment https://123-hp-com-oj3830.com/ , Clear Assumption https://123-hp-com-ojp7740.com/ , Clear-cut Assumption https://123-hp-com-envy5660.com/ , Clever Attention https://123-hp-com-envy7858.com/
ReplyDeleteAdequate Clarification https://123-hp-com-envy5055.com/ , Admirable Clue https://123-hp-com-envy6255.com/ , Admiring Compasinate https://123-hp-com-envy7640.com/ , Adoring Complex https://123-hp-com-ojp8720.com/ , Adulatory Component https://123-hp-com-ojp8600.com/ , Advanced Consequence https://123-hp-com-dj2600.com/
ReplyDeleteGreat blog! I really love how it is easy on my eyes and the information are well written.
ReplyDeletehp officejet 4629 printer
123.hp.com/setup,123.hp.com/setup,123.hp.com/setup,123.hp.com/setup,123.hp.com/setup
ReplyDeletehp envy photo 6200 setup
ReplyDeleteHp Printer setup
ReplyDeletehttps://setup-wireless-printer.com/canon-pixma-mg7560-wireless-driver-mac/
ReplyDeletehttps://setup-wireless-printer.com/canon-pixma-mg2525-wireless-driver-mac/
ReplyDeletehp.123 com
ReplyDeletefree servicesfree servicesfree servicesCustomer Support,123 hp com setup us
ReplyDeleteSoftwareSoftwareSoftwareSoftware
ReplyDeleteA 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.
ReplyDeleteMy 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
hp envy 5055 driverhp envy 5055 setup
ReplyDeletehp envy 5055 driver,hp envy 5055 setup
ReplyDeleteA 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.
ReplyDeleteMy blogs:
Roku.com/link
Roku.com/link create account
Roku.com/link activate account
Roku.com/link account
Roku.com/link activate
Roku.com/link activation
Roku.com/link code
Roku.com/link setup
www.Roku.com/link
Roku.com/link enter code
Roku com link
Roku com link create account
Roku com link activate account
Roku com link activate
Roku com link activation
Roku com link account
Roku com link setup
Roku com link code
Roku activation code
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
ReplyDeleteI am a technical writer based at Tampa, USA and I have been writing blogs on many technical products that have impressed me so far. When it comes to streaming, I have explored a lot of devices.
ReplyDeleteMy blogs:
Roku.com/link
Roku.com/link create account
Roku.com/link activate account
Roku.com/link account
Roku.com/link activate
Roku.com/link activation
Roku.com/link enter code
Roku.com/link setup
Roku.com/link code
activate Roku.com/link
www.Roku.com/link
Roku com link
Roku com link create account
Roku com link activate account
Roku com link code
Roku com link enter code
Roku com link activate code
Roku com link account
Roku com link activate
Roku com link activation
Roku com link setup
activate Roku com link
activate Roku com link code
Visit to Printer Driver Install
ReplyDeleteSolved all your hp printer issues,visit our site
#Printer #Wireless #Mac #Software #Driver #Download
123.hp.com, samsung multixpress scx 8123 driver , samsung scx 5739fw driver , samsung ml 2547 driver , samsung scx 4500 driver ,
ReplyDelete123.hp.com, canon pixma ip4870 driver , canon imagerunner advance 8105 pro driver , canon pixma mx300 driver , canon i sensys mf4550d driver ,
ReplyDelete123.hp.com/setup 3830
ReplyDelete123.hp.com/oj3830
hp officejet 3830 driver
hp officejet 3830 setup
hp officejet 3830 install
install hp officejet 3830 driver
123.hp.com
123.hp.com/setup
123.hp.com
123.hp.com/setup
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.
ReplyDeleteFor enquiries regarding the Roku com link activation code , visit our website.
pure cbd capsules
ReplyDeletepure cbd capsule
pure cbd oil
123.hp.com/oj4650
ReplyDeleteIf 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.
ReplyDeleteAmazing 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.
ReplyDeleteWell 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.
ReplyDeleteThis comment has been removed by the author.
ReplyDeleteIt 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.
ReplyDeleteThanks 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.
ReplyDeleteDo 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.
ReplyDeleteNeedle valve
ReplyDeleteBall valve
Globe valve
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
ReplyDeletePlant3D to Inventor
ReplyDeleteMEP to Solidworks
Inventor to IFC
Rhino to Solidworks
AutoCAD to SolidWorks
Website Development Company
ReplyDeleteWebsite Development Company
Thanks For Blog
ReplyDeleteleave software singapore
hrm software singapore
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.
ReplyDeleteI 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.
ReplyDeletesponsor a child in need
ReplyDeleteCelebrate birthday in orphanage Chennai
Donate to children in need
volunteer in orphanage
beautiful blog thank you Nine Pyramid Plate
ReplyDeleteYantra Mantra Book
Srimad bhagavad Russia
Srimad Bhagavad english
thanks for sharing valueble information
ReplyDeletenarasimha jayanti
dasangam powder
donate for poor child
ReplyDeletesponsor a child in need
volunteer in orphanage
Special school
smm panel
ReplyDeletesmm panel
İs İlanlari
İnstagram Takipçi Satın Al
hirdavatciburada.com
Beyazesyateknikservisi.com.tr
Servis
jeton hilesi indir
yurtdışı kargo
ReplyDeleteuc satın al
en son çıkan perde modelleri
lisans satın al
en son çıkan perde modelleri
nft nasıl alınır
özel ambulans
minecraft premium
Awesome blog you shared such a worthy information. keep share like this...
ReplyDeleteAbogado Trafico Winchester Va
I’ve always found this subject to be pretty confusing, but this article changed that completely. The writer did a wonderful job of explaining everything in such a clear and engaging way. I’m really impressed by how much sense it all makes now. Kudos for turning something so complex into something so understandable! Visit our link for: ISO Certification in Saudi Arabia
ReplyDeleteThis solicitation invites small businesses to submit quotes for a Power Plant Control Console Assembly at Dover Air Force Base, with full specifications available online and registration required through the Central Contractor Registration system. Iso 22000 Certification in Ethiopia
ReplyDelete