Page 2
for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004 all.firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtaa information on registration offerors may call 1-888-221-2423, or via the Internet at http://ccr.edi.disa.mil. The North America Industry classifica tion System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million, See Numbered Note(s) 24, 26. See Numbered Note(s) 24.*** http: esol, naviac.navy.mil Vanessa Schutt , navy.mil Vanessa Schutt (D-235 SNSOVËRT)
construction Demonstrate knowledge and experience in the use of metric system measurements. List only the team members who will actually perform the major tasks under this project. Qualifications should reflect the individual's potential contributions on this contract. (2) Specialized Experience of the firm (including consultants) in accomplishment of design plans; specifications, cost estimates; feasibility and concept studies; preparation of architectural and engineering studies/investigations; seismic upgrades; grading; paving; utility systems upgrade, identification of and design for asbestos and lead paint abatement: life safety; site surveys; site investigations; cost estimating, and economic analysis required to develop and define actual costs of construction; and preparation of architectural and engineering documents and reports for Training Facilities. These projects may include but are not limited to Request for Proposal (RFP) on Design Build Projects or Invitation for Bid (IFB) for fully designed plans and specilications or Change Order Request during construction. Demonstrate knowledge and experience in the use of metric system measurements. Demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach including: energy conservation, pollution prevention, the use of recovered and recycled materials, waste reduction, and construction waste management practices. Do not list more than a total of ten (10) projects in block 8. Indicate which consultants from the proposed team, if any, participated in the services for each project. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by listing budget/estimated construction cost, award amount, and final design estimate for at least ten recent projects. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). (4) Demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and intrastructure, including energy conservation, the use of recovered and recycled materials, waste reduction and construction waste management practices. (5) Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) Location in the general geographic area and knowledge of the locality of the projects of Naval and Marine Corps bases within California, Arizona, and New Mexico. This criterion only applies if the appropriate numbers of forms semain, given the nature and size of this project. (7) List the small, disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms used as primary consultants or as subconsultants. If a large business concern is short listed, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Business, 5% Small Disadvantaged Business, 5% Woman Owned Small Business and 3% Veteran-owned small business or service-disabled veteran-owned small business and 1.5% HUBZone Small Business, of the amount to be subcontracted out. (8) Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. In block 10 show the dollar value of all DOD awarded contract to your farm in the last 12 months. Those fams that meet the requirements described in this announcement and who wish to be considered, must submit one copy each of a SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/ or Duns number (for address listed in block 3), and TIN number in block 3, fax number and email address in block 3a. Discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. SF 255's shall not exceed 30 printed pages (double sided is considered to be two pages/ organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries, or affiliates, which design or prepare specification for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be açoepled. Site visits will not be arranged during the submittal period. In accordance with DFARS 252 204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offesors may call 1-888-227-2423, or via the Internet at http://ccredi disa mil. The North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 millio http: esol. navlac.navy.mil Vanessa Schutt Vanessa Schutt (0-235 SN50V8R4)
INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN, ATTENTION SMALL BUSINESS FIRMS. This proposed contract is set-aside for Small Business firms. This contract is for Regional Indefinite Quantity Cost Engineering Services for Cost Engineering services for various projects located within California, Arizona, and New Mexico for Southwest Division, Naval Facilities Engineering Command, San Diego, California. Preponderance of work will be located within California, Arizona, and New Mexico. There is the possibility of work being located any where in the United States, including Alaska and Hawaii, when that work comes under the responsibility of SOUTHWEST DIVISION. Southwest Division is currently seeking a Firm Fixed Price/Indefinite Quantity Contract for Cost Engineering services. The terms of the contract will be 365, calendar days from the date of contract award, or until the $500,000 limit is reached. The Government has the option to extend this contract for four (4) additional 365 calendar day periods, or until an additional limit of $500,000 is reached after each period. A total amount of $2,500,000 shall not be exceeded. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if exercised). The hourly rates will be negotiated for each 365 day rate period and are independent of which option year is in effect. The first rate period will be 365 days from date of award. The rates lo; the second rate period are effective from the 366th to the 730th days from date of award. The minimum guaranteed fee is $5,000 for the base year. The estimated start date is December 2001. CE selection criteria will include (in order of importance): (1)Professional qualifications of the proposed staff and consultants associated with cost engineering services for new construction, alteration, repair, renovation, and maintenance projects. Address experience in the preparation of cost estimates using Csi format in excel spreadsheet and/or SUCCESS program, field investigations reports, schematic layouts, construction cost reduction evaluation and recommendation, bid analysis and verification, and government representation on claims, litigations, and negotiations boards/committee. Demonstrate knowledge and experience in the use of metric system measurements. Indicate team members knowledgeable and trained in CE methodology as recognized by professional societies. List only the team members who will actually perform the major tasks under this project. Qualifications should reflect the individual's potential contributions on this contract. (2) Specialized Experience of the firm (including consultants) in cost engineering services for new construction, alteration, repair, renovation, and maintenance projects. Address experience in the preparation of cost estimates using CSI format in excel spreadsheet and/or SUCCESS program, field investigations reports, schematic layouts, construction cost reduction evaluation and recommendation, bid analysis and verification, and government representation on claims, litigations, and negotiations boards/committee. Do not list more that a total of ten (10) projects in block 8. Indicate which consultants from the proposed team, if any, participated in the services for each project. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules, Indicate effectiveness by listing budget/estimated construction cost, award amount, and final design estimate for at least ten recent project. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). (4) Demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure, including energy conservation, the use of recovered and recycled materials, waste reduction and construction waste management practices. (5) Capacity to accomplish multiple task orders simultaneously at three of more locations in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) Location in the general geographic area and knowledge of the locality of the projects of Naval and Marine Corps bases within California, Arizona, and New Mexico. This criterion only applies if the appropriate numbers of firms remain, given the nature and size of this project. (7) VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Those firms that meet the requirements described in this announcement and who wish to be considered, must submit one copy each of a SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first work day thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in block 3), and TIN number in block 3, fax number and email address in block 3a, and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For fums applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms, not providing the requested information in the format (.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries, or affiliates, which design or prepare specification for a construction contract or procurement of supplies, cannot provide the construction of supplies. This limitation also applies to subsidiaries and affiliates the form. This is not a request
Southwest Division, NAYFACENGCOM, Regional Contracts Team 02 6 ARCHITECT AND ENGINEERING SERVICES CONSTRUCTION Sau N68711-01-R-6517 DUE 090701 POC Contract Specialist, Vanessa A Schutt, 619-532-3779 THERE IS NO RFP PACKAGE TO DOWNLOAD ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. ATTENTION SMALL BUSINESS FIRMS. This proposed contract is set-aside for Small Business firms. This contract is for Regional Indefinite Quantity Cost Engineering Services for Cost Engineering services for various projects located within California, Arizona, and New Mexico for Southwest Division, Naval Facilities Engineering Command, San Diego, California. Preponderance of work will be located within California, krizera, and New Mexico. There is the possibility of work being located any where in the United States, including Alaska and Hawaii, when that work comes under the responsibility of SOUTHWEST DIVISION. Southwest Divisions currently seeking a Firm Fixed Price/Indefinite Quantity Contract to Cast Engineering services. The terms of the contract will be 365 calendar days from the date of contract award, or until the $500,000 limit is reached The Government has the option to extend this contract for four (9) addtional 365 calendar day periods, or until an additional limit of $500,000 is reached after each period. A total amount of $2,500,000 shall not be exceeded. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if arcised). The hourly rates will be negotiated for each 365 day rate period and are independent of which option year is in effect. The first rate period will be 365 days from date of award. The rates for the second rate period are effective from the 366th to the 730th days from date of ward. The minimum guaranteed fee is $5,000 for the base year. The estimated start dale is December 2001. CE selection criteria will include (in order of importance): (1) Professional qualifications of the proposed staff and cansultants associated with cost engineering services for new construction alteration, repair, renovation, and maintenance projects. Address ape ence in the preparation of cost estimates using CSI format in excel spread sheet and/or SUCCESS program, field investigations reports, schenste layouts, construction cost reduction evaluation and recommendatos, analysis and verification, and government representation on claims the tions, and negotiations boards/committee. Demonstrate knowledge and experience in the use of metric system measurements. Indicate team nenbers knowledgeable and trained in CE methodology as recognized by my fessional societies. List only the team members who will actually perlara the major tasks under this project. Qualifications should reflect the Bondval's potential contributions on this contract. (2) Specialized Experience of the firm (including consultants) in cost engineering services for me construction, alteration, repair, renovation, and maintenance projects. W dress experience in the preparation of cost estimates using CSI fons in excel spreadsheet and/or SUCCESS program, field investigations reports schematic layouts, construction cost reduction evaluation and recommendation, bid analysis and verification, and government representa tion on claims, litigations, and negotiations boards/committee. Do not het more that a total of ten (10) projects in block 8. Indicate which consultants from the proposed team, if any, participated in the services for each project. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by listing budget/est mated construction cost, award amount, and final design estimate to at least ten recent project. Briefly describe internal quality assurance and cost control procedures and indicate team members who are respon sible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Demonstrate knowledge and experience in applying sustainability concepts and prin ciples to facilities and infrastructure, including energy conservation, le use of recovered and recycled materials, waste reduction and constructor waste management practices. (5) Capacity to accomplish multiple task orders simultaneously at three or more locations in the required beste Indicate the firm's present workload and the availability of the proper team (including consultants) for the specified contract performance peret and indicate specialized equipment available and prior security clearances (6) Location in the gene geographic area and knowledge of the localit of the projects of Naval and Marine Corps bases within California. Arvore and New Mexico. This criterion only applies if the appropriate number of firms remain, given the nature and size of this project . (7) VOLUME Volume of work previously awarded to the firm by the Department Defense.within the past twelve months. Those firms that meet the resort ments described in this announcement and who wish to be considered must submit one copy each of a SF 254 and SF 255 for the firm 28 a SF 254 for each consultant listed in block 6 of the firms SF 255 Chloe copy of the submittal package is to be received in this office no late than 3:00 PM Pacific Time on the date indicated above. Should the do date tall on a weekend or holiday. the submittal package will be de the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying fems indicate solicitation number in block 2b. CEC (Contractar Establishment Code) and/or Duns number (for address listed in block 3), and TIN number in block 3, fax number and email address in block 3a, and discuss the the firm is especially qualified based on the selection criteria in black 10 of the SF 255. For firms applying with multiple offices, indicate office which completed each of the projects listed in block 8 x
Southwest Division, NAYFACENGCOM, Regional Contracts Team 02 6-ARCHITECT AND ENGINEERING SERVICES CONSTRUCTION SOL N68711-01-R-6517 DUE 090701 POC Contract Specialist, Vanessa A. Schutt. 619-532-3779 THERE IS NO REP PACKAGE TO DOWNLOAD. ALL
capabilities and specialized knowledge of ARDEC installation environmental, safety and health issues germane to operations and associated environmental safety and health requirements, procuring their services, for this project will result in a significant savings for the US Government.. See note 22. http://procnet.pica.army, mil/cbd/RFP/01R0612/01R0612.htm US ARMY TACOM-ARDEC Procurement Network ANTHONY C. KENDRELL (D-236 SN50V9F4),
which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified form, SF 255's shall not exceed 30 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (.e. listing more than a total of 10 projects in block 8. not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3) Firms, their subsidiaries, or affiliates, which design or prepare specification for a construction contract or procurement of supphies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252 204-7004 all forms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration ofterors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The North America industry classifica tion System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million. See Numbered Note(s) 24, 26. See Numbered Note(s) 24*** http:esol, navfac navy.mil Vanessa Schutt Vanessa Schutt (D-235 SN50V8SI)
U.S. Army Corps of Engineers, Omaha District, 106 South 15th Street, Omaha, NE 68102-1618 C-DESIGN OF UPGRADE ACADEMIC FACILITY, PHASES IV AND Y, USAF ACADEMY, CO SOL DACA45-01-R-0022 DUE 083101 POC Loreen K. Blume, Contract Specialist, 402-221-4265 Reference previous CBD notices #50T1T6 dated 27 July 2001 and #50V2M6 dated 17 August 2001. The following changes are made to the Project Information: Project consists of renovation of a 20.183 SM (for FY 03-Phase IV and 9.108 SM (for FÝ 04 Phase V). Construction costs estimate will be prepared using the M-CASES Gold. Due date for submission of SF 254/255 remains 31 August 2001, http://ebs.nwo.usace.army.mil/ebs/contract/htm Omaha District Advertised Solicitations Loreen K. Blume, Contract Specialist, 402-221-4265 (W-236 SN5OV9K2)
D Information Technology Services, including Telecommunication Services
GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St. NW, Atlanta, GA 30365-2550 C ARCHITECTURAL-ENGINEERING DESIGN SERVICES FOR NEW COURT- HOUSE BUILDING, MOBILE, AL SOL GS-04P-01-EXC-0042 DUE 102601 POC US Ms. Donna Lamb, Phone: 404-331-3273 CBD ANNOUNCEMENT FOR THREE PHASE AVE SELECTION PROCESS Architect Engineer Services Solicitation 1 # GS-04P-01-EXC-0042 FOR MOBILE, ALABAMA FEDERAL COURTHOUSE The 'n General Services Administration (GSA) announces an opportunity for Design 10 Excellence in public architecture for performance of Architectural-Engi neering Design services for a new United States Federal Courthouse in * accordance with General Services Administration (GSA) quality standards and requirements. The proposed building is approximately 28,277 gross square meters (305,452 gross square feet) without parking, and approxi# mately 30,235 gross square meters (325,452 gross square feet) including i the fifty (50) interior secure parking spaces and fifty (50) exterior spaces. The proposed courthouse will provide a total of ten (10) courtrooms, six (6) district and four (4) magistrate courtrooms. The building will be occu: pied by: the District and Magistrate Courts, The U.S. Court of Appeals, # U.S. Probation, U.S. Pretrial Service, U.S. Attorney, U.S. Marshal Service, Public Defender, Senate Offices, and GSA, The proposed facility will be constructed in Mobile, Alabama. The exact site is still to be determined. The Estimated Construction Cost range is $60,000,000 to $70,000,000. The facility will be designed in metric units. The scope of work will require e at a minimum: metric construction drawings, specifications, cost esti mates, computer-aided design and drafting (CADD) and post construction Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Identification of consultants is not required at this stage. Submission requirements and evaluation criteria: (1) FOR STAGE 1: (A) PAST PERFORMANCE ON DESIGN (35%): The AVE Firm will submit graphics -{maximum of three pages per project) of not more than five new construction projects completed in the last ten years. The narrative (maximum of two pages per project) shall address the design approach with salient features for each project and discuss how the client's program, functional, image, mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible
evidence where possible such as certificates, awards, peer recognition; . etc., demonstrating design excellence. Provide a client reference contact for each project, including name, title, address, phone, and fax numbers. A portion of one page presented for each project must include a representative floor plan and either a site plan or a building section. (B) PHILOSOPHY AND DESIGN INTENT (20%): In the Lead Designer's words, (maximum of two typewritten pages) state his/her overall design philosophy' and approach to the challenge of public architecture, issues, and parameters that may apply in creating a state-of-the-art courthouse. (C) LEAD DESIGNER PROFILE (15%): Submit a biographical sketch (maximum of three pages) including education, professional experience, recognition for design efforts inclusive of examples. Identify and describe areas of responsibility and commitment to each project. (D) LEAD DESIGNER PORTFOLIO (30%): Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit graphics (maximum of three pages per project) and a typewritten description (maximum of two pages per project) of up to three new construction projects completed in the last ten years. The narrative shall address the design philosophy with salient features for each project and discuss how the client's program, functional, image, i mission, economic, schedule, and operational objectives were satisfied by the overall design/planning solution. Include tangible evidence where possible such as certificates, awards, peer recognition, etc., demonstrating design excellence. Where there is duplication with criteria (A), the Lead Designer will address his/her participation in the project. An AJE Evaluation Board consisting of private sector peers, and representatives of the client and GSA will evaluate the submissions. The Board will establish a shortlist of three to six firms. (2) FOR STAGE 11: The short-listed firms will be notified and asked to submit more detailed information indicating each member of the design team, including all outside consultants. The firms will be required to complete Standard Forms 254 and 255 that reflect the entire design team. The Government will establish the detailed evalua-* tion criteria and the date these submittals are due and provide the selection criteria for the interviews along with the STAGE I short-list announcement. Sufficient time will be provided for the AJE Firm/Lead Designer to establish its team. The panel will interview each team: Candidates should be prepared to discuss all aspects of the criteria indicated above and to demonstrate their ability to fulfill all project requirements. Emphasis will be placed on the unique aspects of the project, design philosophy, possible approaches in carrying out the project, and project management. The Stage Il evaluations will culminate with an interview with the A E Evaluation Board, Stage Il rankings will be used in conjunction with Stage I rankings to determine the firms that will be invited to participate in Stage III. (3) FOR STAGE M: A minimum of three firms will be invited to participate in STAGE III, and will be further evaluated by an anonymous design competition, judged by a jury of independent design professionals The purpose of the design competition is to further evaluate the AVE's qualifications for this project by evaluating the design merits of each designer's "vision" for this specific project. The design competition proposals will be used in conjunction with STAGE I and STAGE Il rankings in the final evaluation of the ASE Firms. The designer's "vision will weigh substantially in the final AVE Team selection by the GSA. AVE teams participating in Stage Ill will be issued a small purchase contract with GSA and be paid a fee for design services. The submitted design concepts become the property of the Government and may or may not be the basis, whole or in part, for the development of the final building design. For STAGE I SUBMITTALS: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting a SF-254 (for the "AVE Design Firm”), which must be dated not more than twelve (12) months before the date of this synopsis, and a SF-255 (for the "AVE Design Firm”) along with letter of interest TO: General Services Administration, 401 West Peachtree Street NW, Suite 2500, by 3:00 PM local time on October 26, 2001. Please address submission to the attention of Ms. D. Jean Clark, 404-331-5484. Contracting Officer. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number (Title, 2) Due Date, 3) Closing Time. Late responses are subject to F.A.R. Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm: In Block 10 of the SF-255, the AE Design Firm MUST respond to the FOUR (4) EVALUATION CRITERIA stated in the CBD announcement for this STAGE I Solicitation, In Block 11 of the SF-255, the NE Design Firm MUST sign name, title and date the submittal. This procurement is open to small and large business concerns. Before award of the contract, the AVE (if not a small business of $2,500,000 gross average over three years) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. Small, small disadvantaged, and women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their ORIGINAL SUBMITTED TEAMS. Contract will be procured under the Brooks Act and F.A.R. 36. This is not a Request for Proposal. Click here to contact the Project Manager via e-mail (W-236 SN50V9E2)
NASA Ames Research Center, JA:M/S 241-1, Moffatt Field, CA 94035 1000 D-ON-SITE PROGRAMMING MAINTENANCE AND DEVELOPMENT SOL RFQ2-38107-MXS DUE 091001 POC Marianne Shelley, Purchasing Agent, Phone (650) 604-4179, Fax (650) 604-4357, Email R. Gonzalez, Contracting Officer, Phone (650) 604-4386, Fax (650) 604-4357, Email . NASA/ARC plans to issue a Request for Quotation (RFQ) for On-Site Programming Maintenance and Development Services to continue the development, maintenance, and upgrade of Financial Managements System using 4D programming language. These services are unique and on-going in support of the day to day operations in the Aeronautics and Spaceflight Hardware Development Division, The period of performance for the contract will be one year, with four t-year options. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). NASA/ARC intends to purchase the service from CTE Software, 799 Ajax Drive, Sunnyvale, CA 94086. CTE Software has developed these programs over the previous five years and continues to maintain, modify and upgrade them. This service will continue product improvements and technical upgrades to the Electronic Service Request logbook. Tool Inventory system, Electronic Time Distribution system, and the Financial Tracking System module. This acquisition is made under the authority of FAR 6.302-1, because of CTE Software's expertise and specific knowl-, edge these programs. 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 12:30 p.m. local time on September 10, 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 iq 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 http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21 #RFQ238107-MXS Click here for the latest information about this notice Marianne Shelley (0-235 SN50V8M8)
DISADIT CO/DT41, 2300 East Drive, Scott AFB, IL 62225-5406 0-INFORMATION TECHNOLOGY SERVICES, INCLUDING COMMUNICATIONS SERVICES SOL VARIOUS POC Point of contact--www.ditco disa.mil/ dcop/ The Defense Information Technology Contracting Organization (DITCO) contracts for long haul telecommunications services with regulated and non-regulated service providers and US International Carriers (USICs) on behalf of the Department of Defense and various other Federal agencies for lease of telecommunications services and ancillary equipment at locations within the 48 Contiguous United States (CONUS), Hawaii, Alaska, US Territories and Possessions, and international locations. Telecommunications requirements are received daily by DITCO and solicitations are posted to the DISA Contracting Opportunities web site. Requirements, processed by DITCO normally include a wide spectrum of long-haul telecommunications services such as: business lines and dial tone services, local area access, Intrastate and interstate, point-to-point services, switched services, domestic and international long distance services, 800 Services, Frame Relay Services, Asynchronous Transfer Mode (ATM) services, Packet Switched Data Services, video services, Integrated Switched Digital Network (ISDN) services. Analog services are typically 3-Khz voice grade circuits, while digital services range from 9.6 KBS (narrowband) to OC-N (wideband) circuits. The capability to browse all "Inquiries" (solici-** tations) currently posted on the DISA Contracting Opportunities web site is available to all companies without the need to register in the DITCO system. The Uniform Resource Locator (URL) for the Contracting Opportunities Web Siteis http://www.ditto.disa mil/dcop). If you plan on submitting a quote to any solicitation, you must first register on the DISA Contracting Opportunities Web Site to obtain a User ID and Password and execute a basic agreement with DITCO. Basic Agreements, and instructions for executing Basic Agreements, can be obtained via the Contracting Opportunities Home Page under the Publications link DITCO attempts to acquire
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000 6- DESIGN OF DRAINAGE IMPROVEMENTS AND PREPARATION OF CONSTRUCTION DOCUMENTS AND PERMIT APPLICATIONS. SOL DAAE 30-01R-0612 DUE 091009 POC ANTHONY C KENDRELL CONTRACT SPECIALIST (973) 724-7440 Prepare a construction design, engineering and cost estimate, and required permitting documentation to support an FYO2 or FY03 project to install drainage improvements at ARDEC's Gorge area test site. A non-competative contract is proposed with the RBA group in accordance with FAR 6.302-1, "Only One Responsible Source". RBA is presently under contract to MES Inc, who is the designer and constructor for ARDEC Master Planning Section for the preparation of construction documents and appli.' cable permits (construction and environmental), for the Military Construction, Army project entitled: Precision Munitions Facility. Because of RBA's
E Purchase of Structures and Facilities
1. Apache-Sitgrdavas National Forests, P.O. Box 640, Springerville, AZ 85938 E-SUPPLY AND INSTALL FOUR (4) MODULAR CREW QUARTERS AMENDMENT 1 SOL R3-01-01-74 DUE 090701 POC RKI Cole 520/333-4301 Piesa add the following to the original specifications: 1- Contractor is to fallow UBC (Universal Building Code) in construction methods; 2- Contractar NOT responsbile for hooking up utilities but must install crew quarters with utilities ready for hook up. End of Amendment ! click here to contact the contracting officer via email (W-236 SNSOV9NO)
F Natural Resources and Conservation Services
all components for each telecommunications service requirement from a single source. DITCO utilizes a streamlined "Inquiry/Quote/Order" (100) process to solicit contractor quotes and issue "Orders for required telecommunications services and equipment. Under the 100 process, DITCO provides an "Inquiry" inviting companies to submit quotations for delivery of specified telecommunications requirements. The "Inquiry contains the technical information necessary to describe the Government's requirement, along with the requested service date, and solicits quotes from industry. The "Quote” confirms the company's ability to provide the requested service and equipment, identifies the time interval in which the service and equipment can be provided, and provides the applicable charges and Uniform Service Order Codes (USOCs). After evaluation of the "Quotes". an "Order" is prepared and issued to the company whose "Quote“ best conforms to the requirements of the Inquiry. The "Order" forms the contract which is referred to as a Communications Service Authorization (CSA). Each CSA includes details about the telecommunications services/equipment being acquired and also incorporates contract terms and conditions prescribed by the Federal Acquisition Regulation (FAR), Department of Defense FAR Supplement (DFARS), and agency regulations. To expedite the acquisition process, a basic agreement, which includes general contract terms and conditions, is negotiated between DITCO and the company This basic agreement is referenced in each order/CSA issued to the company and incorporates the general contract terms and conditions previously negotiated. Additional specialized terms and conditions may be incora porated into a CSA as required to satisfy unique needs, The normal practice is to allow companies to provide their "Quote" within 14 business days from the date a requirement is posted on the 'web. However, for critical national security requirements, a shorter interval may be required. In situations where it is determined and justified that only one company can satisfy a particular requirement, DITCO may issue a non-competitive Inquiry or Direct Order to that company. The North American Industry Classification System (NAICS) for these telecommumications services require." ments is 513310 www.ditco disa mi/dop/ DEFENSE INFORMATION TECHNOLOGY CONTRACTING ORGANIZATION, SCOTT AIR FORCE BASE, IL www.ditco disa.mil/dcop/ DEFENSE INFORMATION TECHNOLOGY CONTRACTING ORGANIZATION, SCOTT AIR FORCE BASE, IL (D-236 SN5OV912)
Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Galfney Street, Ste 100, Pearl Harbor, MI 96860-4549 D- ASTORIA 3.X SOFTWARE TECHNICAL SUPPORT SOL N00604-01-TA990 DUE 082901 POC Karen F. Johnston 808-473-7516 Original notice was posted on August 17, 2001. The purpose of this modification notice is to revise the following: 1) Note #1 is deleted. The hotice is no longer 100% set-aside for small business. It is now unrestricted. 2) FAR clause 52.225-16, Sanctioned European Union Country Services, is hereby incorporated into the RFQ 'under clause 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items. The closing date for the receipt of quotes is extended from August 27, 2001 to August 29, 2001. navy.mil Contracting Officer (W-235 SNSOV8Q9)
CLUDED FROM CONSIDERATION 52212-2, FILL-IN PARAGRAPH=20 (A) Corporate Experience, Past Performance, and Price; FILL-IN (second=20 paragraph) Corporate Experience, Past Performance, and Price are consid ered of=20 equal importance. 52 212-3 ALT I; 52 212-4, '52 212-5 including the following=20 additional FAR clauses/provisions 52.203-6, 52 2198,52.222-26, 52.222-35,=20 52.222-36, 52.222-37, 52.225-3. and DFARS 252.212-7001 including the following=20 additional DFARS clauses/provi. sions 252 212-7001, 252.225-7012, and=20 252.225-7036. Additionally, FAR.52.217-9, FILL-IN: paragraph (a) 30 days=20 FILL-IN: paragraph (c). 12.5 months and FAR 52.245-2 are, incorporated by reference. Offerors are advised to include a completed copy of provisions at=20 FAR 52.2123 ALT I and DFARS 252.212-7000 with their proposal. The Year 2000=20 Warranty--Commercial Items applies. This announcement will close at 4:00pm on=20 10 September 2001. The point of contact for this procurement is W. A.=20 Woodring, who can be reached at (215) 697-9644 or email=20 [email protected] fisc.navy.mil. Facsimile responses shall also be=20 accepted at (215) 697-9719 and should be marked with RFQ number=20 NOO) 40-01-0-3905 and directed to the attention of W. A Woodring, Code 02P228. =20 While price will be a significant factor? in the evaluation of offers, the final=20 contract award will be based on a combination of factors a combination of=20 price and corporate experience/ past performancel a determination of=20 responsibility/ technically acceptable low bids). "Note 22 apphies, however, =20 all offers received within 17 days (in lieu of 45 days) after date of=20 publication of original synopsis will be considered by the Government." All=20 quotes shall include price(s): FOB, point, a point of contact, name and phone=20 number, GSA contract number if applicable; and business size and payment=20 terms. Quotes over 10 pages in total will not be accepted. by facsimile. The=20 Naval Surface Warfare Center, Dahlgren Division, Dahlgren Laboratory=20 Procurement Division is implementing Electronic Commerce (EC) in the=20 acquisition area, therefore synopsis and resulting solicitations with any=20 applicable amendments will be available on the World Wide Web at=20 http://www.nsw. naw.mitsupply under Procurement Division. After 1 October=20 1997, solicitations and amendments' will only be available at the above Web=20 sites. Hard copies WILL NOT be provided. Vendors should regularly access the=20 NSWCDD Web site to ensure that they have downloaded all amendments. For=20 solicitations issued after 31 March 1998, DOD will no longer award contracts to=20 contractors not registered in the Central Contractor Registra.." tion (CCR) database. Registration may be done by accessing the CCR Web site at =20 http://www.acq.osd. milec. A paper registration form may be obtained from the=20 DOD Electronic Commerce Information Center at 1 (800) 334-3414. Proposals will=20 be evaluated using the following technical criteria: a. Corporate Experience. =20 b. Past performance: The offeror shall submit, as part of its proposal, information on previously performed contracts or on-going contracts that are=20 similar to the statement of work in the solicitation performed for Federal,=20 State or local Governments, and for commercial firms. Information shall be=20 provided on either (1) all such contracts within the past three years, or (2)=20 the last three such contracts performed, whichever is fewer, and shall bez 20 limited to the name and address of the organization for which the product was=20 supplied and services were performed and the number (phone, fax or Internet) of=20 at least two contacts for each contract listed. The offeror should not describe=20 past performance his. tory in the proposal. The information may include, however,=20 discussion of any major problems encountered on the contracts listed and the=20 corrective actions taken to resolve them. The information may also include a=20 description of any quality awards earned by the offeror. Documented experience=20 doing Paper Wise conversions will receive particular consideration. The relationship of price to all other factors is 1.2. Responses will be evaluated=20. according to which firm can meet the functional, requirements at the best value=20 to the Government. Sources onstrating the capability of furnishing the=20 above system shall supply', pertinent information to perform a complete and=20 proper evaluation. Each bid response must clearly indicate the capability of=20 the bidder to meet all specifications and requirements. Addenda to FAR 52.212-1 is DFARS 252.204-7004 entitled "Required Central Contractor=20 Reg. istration (CCR). Offerors must be registered in the CCR database to be=20 considered for award. The provisions at FAR 52 212-2 entitled=20 "Evaluation-Commercial Items” is applicable to this acquisition. The following=20 factors shall be used to evaluate offerors: (1) Corporate Experience (2) Past=20 Performance (3) Ability to meet the Government's desired delivery date. Year=20 2000 Compliance (a) All information technology provided under, or in support=20 of, this contract by the contractor and all subcontractors shall be Year 2000=20 compliant myear 2000 compliant” means, with respect to information technology,=20 that the information technology processes date/time (including but not limited=20 to, calculating, comparing and sequencing) from, into and between the twentieth=20 and twenty-first centuries, and the years 1999 and 2000 and leap year=20 calculations, to the extent that other information technology, used in=20 combination with the information technology being acquired, properly exchanges=20 date/time data with it. (b) To ensure year 2000 compliance, the contractor, =20 shall at a minimum, test a representative sampling of the information=20 technology, or same type or information technology, that will be provided under=20 this contract. Testing will be accomplished and documented in accordance with=20 generally accepted commercial standards/practices requested, the contractor=20 shall provide the Government with a copy of their random: sampling testing=20 documentation sufficient to provide reasonable assurance of year 2000=20 compliance at no additional cost to the Government. DFAR 252 204-7001 Commercial and Government Entity (CAGE) Code DFAR 252 204-7004 Required=20 Central Contractor Registration, SYNOPSIS @PHIL FISC NAVY MIL CLICK HERE TO CONTACT THE BID OFFICER (D-236 SN50V 991)
Flest and Industrial Supply Center (FISC) Norfolk Detachment=20 Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 191115083 TELECOMMUNICATION SERVICES =20 SOL NOO140-01-R-3905 = 20 DUE 091001 POC Point of contact--W. A. Woodring, Contract Negotiator, 215-697-9644,=20 Contracting Officer. J. Swizewski, 215-697-9644. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared=20 in accordance with the information in FAR Subpart 126, as supplemented with=20 the additional information included in this notice. This announcement=20 constitutes the only solicitation; a written solicitation will not be issued. =20 PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE Proposals are hereby=20 being requested and a written solicitation will not be issued. Refer to=20 solicitation as RFQ N00140-01-Q-3905. This solicitation document and=20 incorporated provisions and clauses are those in effect through FAC 97-11 and=20 DFARS 19990503. It is the contractor's responsibility to be familiar with the=20 applicable clauses and provisions. The clauses may be accessed in full text at=20 these addresses: www.ar net gov/far and www.dtic.mildfars. The North American=20 Industry Classification System (NAICS) code is 513310. This is a sole source=20 action with Cox Communications, since they are the only source capable of=20 providing services and supplies required for direct computer access through=20 subscriber cable service in the Hampton Roads area of Virginia. FISC=20 Detachment Philadelphia requests responses from qualified sources capable of=20 providing required internet connection services and support at multiple residences within the Hampton Roads area in support of employees of the Space=20 and Warfare Systems Center Chesapeake, including the following (1) Four hour=20 response regarding service availability for potential new subscribers; (2)=20 provision and installation at each residence of equipment required to provide=20 internet cable connection, including cable modem, at no additional charge: (3)=20 maintenance support/repair service of the internet connection service and=20 related equipment at no additional charge with a four hour response time and=20 (4) fifteen day notice of individual subscriber account termination and disconnection at no additional charge. A firm foxed price, indetinite delivery=20 indefinite quantity type contract is contemplated for twelve months of service=20 with two option years. The not-to exceed quantity for the base period of=20 pertormance is 45 subscriber's, with a not-to exceed quantities of 60=20 subscribers for the first option year and 75 subscribers for the second option=20 year The following FAR provision and clauses are applicable to this=20 procurement: 52.212-1, NOTE Oteror's attention is specifically directed to=20 paragraph (b)(1 1) of this provision OFFERORS THAT FAIL TO FURNISH REQUIRED=20 REPRESENTATIONS OR INFORMATION, OR REFECT THE TERMS AND CONDITIONS OF THE SOLICITATION MAY BE EX
USDA, Forest Service, Lincoln National Forest, 1101 New York Avenue, Alamogordo, NM 88310-6992 F-ROBINSON DRAW HABITAT IMPROVEMENT, PHASE 2 SOL RFQ-R308-55-01 DUE 092101 POC Cesar T. Fausto, Contracting Specialist, Fax 505-434-7218, Phone 505-434-7367 determine that the roads are restored to the condition as they were prior to opening. This will be considered as a pay item for the purpose of the final payment. 170 Progression of Work: Contractor shall accomplish the work in a progressive, orderly manner. All work on project area shall be completed before work is begon on another project area included in this contract. 200. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional informatien included in this notice. This announcement constitutes the only solicitation, proposals that are being requested and a written solicitation will not be issued. The USDA, Forest Service, Region 3, Lincoln National Forest, located in Southern New Mexico, plans to award a Firm Fixed Price Commercial Service Contract for tree thinning on the Guadalupe Ranger District in Carlsbad, New Mexico. Contractor shall follow the standard specifica tions for TSI in addition to the Standard Fire Plan, Please submit a lineet of previous similar contracts, and names and phone numbers of pecpe to contact for reference. Site' visit will be scheduled on September 5, at the Queens Store in Queen, New Mexico, approximately 57 North Carlsbad, NM on Road #137. Point of Contact for site visit will be Lary Paul at 505-885-4181. Maps, standard specifications for TSI and Fire Plan can be obtained during the site visit. This solicitation documents and incorporates provisions and clauses in effect through Federal dous tion Circular 97-27. All applicable New Mexico Gross Receipts Ta shall be included in your quote. Period of performance is 120 days after sta to proceed is issued. There will be one (1) line item only. The line den will be unit of issue job. (Place bid amount here): 1 1B $ _Line Item #1: SUPPLEMENTAL specifications Robin son draw no. 2 wildlife thinning project FY 2001 DIVISION 100 GENEL SPECIFICATIONS: 110 Scope of Contract: The purpose of this contrad is to secure service for thinning trees. Contract bids will be accepted for the job only, not by acres. There are approximately 200 acres the acres were determined by dot grid and 1:24,000 quad, map. Designated project area will be thinned to pre-commercial thin and will be thenced to specific intervals and defective trees removed for the purpose of estab lishing a thrifty, healthy residual stand. Only those trees showing the most desirable characteristics will be left for future growth. The contracta shall furnish all tools, equipment, safety equipment such as (Hardhats, eye protection, chainsaw chaps, and ear protection) to met the curreni safety standards, materials, supplies, labor, supervision, workman's com pensations, unemployment insurance, and transportation necessary to a complish the thinning project. 120 Location and Description: The locaten and size of project area, access to the area, and other information perti nent to the project areas are contained on maps or in the Supplementar Specification or both. The boundaries shown on the location maps included in the contract indicate the general area of the thinning project. They may not show the exact boundaries and are not intended to be used to determine the number of acres of the thinning project! 121 Descritions: Project area boundary is flagged with orange flagging and may be painted with orange paint facing into the project area. Elevations range from 5700 to 6000 feet. Slopes vary from 0 to 30% Some of the slopes are right up to some edge so use good Judgment as a safety precaut en 132 Average Spacing: Project area ROBINSON DRAW NO. 2 all trees be considered for spacing purpose in project area. In Project area, the average distance in feet between desirable teave trees will be 16 tee by 16 feet on ponderosa pine only < than 10% D.B.H. Spacing the will not apply to PIPO > 10% D.B.H.. Spacings do apply to the Ponderosa saplings that are cluttered in the drainage bottoms. Thin these saplings to a 16' spacing. 133 D.R.C. For Juniper and pinon D.R.C. is measured at ground level. D.B.H. is the diameter of the stem measured at a pot 4 1/2 feet above ground level on the uphill side of the tree 134 Snagt Retain all snags unless permission is granted by Contract Inspectors Contracting Officer Representative for safety reasons. 150 Salvageable Material: None 160 Motorized Equipment: The contractor may use systes roads that run through the project area if such use is in accordance with the Lincoln National Forest OR Policy. The C.O.R. may approve us of closed roads for the Contractor to have access to the areas. The com tractor will be responsible for the opening and closing of these roads The COR shall TECHNICAL SPECIFICATIONS 210 Species Preference leave trees in this project area ROBINSON DRAW NO.2 : will be Ponders Pine being most preferred, Juniper, Pinon Pine, white oak and gray aak Leave all Douglas Fir, Maple, Walnut, Madrone, Cherry, and China Oak. Cut all mistletoe infested Ponderosa Pine < 10" DRC. Tempe 14" DRC, Pinon Pine < 7" D.R.C., Gray Oak & White oak < DRC 211 Free it Disease Damage: Cut all mistletoe infected Ponderosa Pure < 10" DBH, cut all Juniper < 14" D.R.C.. Pinon Pine < 7" DRC d cut all gray oak and white oak < 7" D.R.C. 214 Trees not to be cot" are Ponderosa Pine > 10" D.B.H., Juniper >14 - D.R.C.,Pinon Pipe > " D.R.C. Any oak > 7' D.R.C. Any trees that are painted orange and ben used as a boundry tree. Any trees having a V.S.F.S. emblem on stazi
slash in this area to help progress the movement of fire during RX prescription burns. 223 Roads, and Trails and Other Areas: Alt roads and trails within the contract area shall be kept clear of slash and open to travel at all time. Slash shall be promptly removed from private land, range fences, and from within 10 feet of property corners. Slash shall be removed and placed 5' oft of any roads. 230 Girdling: Girdle all mistletoe infested Ponderosa Pine > 10"-D.B.H., by using two continous rings that are 2" apart or by debar the bottom half of the D.B.H. 231 Gullies: Main gullies & side gullies. Keep all slash out of main gullies and at least 66' from the banks. Existing slash shall be dragged and scattered up to 66' to be placed in eroding side gullies. The butt end of the slash should be pointing up hill in the gullies. 310 Inspection Procedure: Pursuant to the Inspection of Services inspections will be ongoing. The government will periodically inspect the operation on the contract. Contractor is responsible for getting clarification on project specifications. 410 Payment: Payment will be made for each separate thinning project areas after completion, inspection and acceptance according to percentage of the total Job bid amount by project areas as follows: Robinson Draw No. 2 100% partial Payment may be made when there are 20 acres or more completed after and accepted by the C.O.R. The following clauses and provisions will be incorporated by reference for this solicitation; Provision at 52.212-1, Instructions to Offerors 52.222-6, Equal Opportunity and 52.222-41, Service Contract Act of 1965, wage decision 69-0115 (Rev. 28) is incorporated. Payment for the awardee will be by Electronic Funds Transfers. RFQ-R3-08-55-01 will be issued as a Request for Quotation. The RFQ due date is September 21, 2001 at 1600. Cesar Fausto, Contracting Specialist may be contacted at 505-434-7367 to answer any questions. All responsible small business sources may submit a quotation which will be considered by the Forest Service 18. Project Location: 121 Access: Project areas accessible by N.M.state road 285, then by N.M.hwy.137,also known as the Queens Highway, then by FSRD# 540, also known as Guadalupe ridge road, then from FSRD# 69 also known as Cougar road, as shown on maps. Access to and/or within project areas will be limited and restricted to designated travel routes only. Let be known that a closed road exist in this location and cannot be used to gain closer access to thinning locations. 19. This will be set aside for a small business with an NAICS code of 115310.(W-235 SN50V8R9)
Willamette National Forest, 211 East 7th Avenue, Eugene, Oregon
at is needed amaterial will
slash will be scattered over bare er be woject area Robinson No. 2, the
it as a boundry or as a land marker bearing tree. Any trees that are dead and standing (SEE ITEM #134) or being use as a natural habitat. 219 Slash Treatment: Lop & Scatter. 220 Slash Disposal in the project area Robinson No. 2, the slash will be scattered over bare ground where it is needed and the slash will be 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 that are being requested and a written solicitation will not be issued. The USDA, Forest Service, Region 3, Lincoln National Forest, located in Southern New Mexico, plans to award a Firm Fixed Price Commercial Service Contract for tree thinning on the Guadalupe Ranger District in Carlsbad, New Mexico. Contractor shall follow the standard specifications for TSI in addition to the Standard Fire Plan. Please submit a list of previous similar contracts, and names and phone numbers of people to contact for reference. Site visit will be scheduled on September 5, at the Queens Store in Queen, New Mexico, approximately 57 North of Carlsbad, NM on Road #137. Point of Contact for site visit will be Larry Paul at 505-885-4181. Maps, standard specifications for TSI and Fire Plan can be obtained during the site visit. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. All applicable New Mexico Gross Receipts Tax shall be included in your quote. Period of performance is 120 days after notice to proceed is issued. There will be one (1) line item only. The line item will be unit of issue job. (Place bid amount here): 1 JB $. Line Item #1: SUPPLEMENTAL specifications Robinson draw no. 2 wildlife thinning project FY 2001 DIVISION 100 GENERAL SPECIFICATIONS: 110 Scope of Contract: The purpose of this contract is to secure service for thinning trees. Contract bids will be accepted for the job only, not by acres. There are approximately 200 acres the acres were determined by dot grid and 1:24,000 quad. map. Designated project area will be thinned to pre-commercial thin and will be thinned to specific intervals and defective trees removed for the purpose of establishing a thrifty, healthy residual stand. Only those trees showing the most desirable characteristics will be left for future growth. The contractor shall furnish all tools, equipment, safety equipment such as (Hardhats, eye protection, chainsaw chaps, and ear protection) to met the current safety standards, materials, supplies, labor, supervision, workman's compensations, unemployment insurance, and transportation necessary to accomplish the thinning project. 120 Location and Description: The location and size of project area, access to the area, and other information pertinent to the project areas are contained on maps or in the Supplemental Specification or both. The boundaries shown on the location maps included in the contract indicate the general area of the thinning project. They may not show the exact boundaries and are not intended to be used to determine the number of acres of the thinning project.! 121 Descriptions: Project area boundary is flagged with orange flagging and may be painted with orange paint facing into the project area. Elevations range from 5700 fo 6000 feet. Slopes vary from 0 to 30%.Some of the slopes are right up to some edge so use good Judgment as a safety precaution. 132 Average Spacing: Project area ROBINSON DRAW NO. 2 all trees will be considered for spacing purpose in project area. In Project area, the average distance in feet between desirable leave trees will be 16 feet by 16 feet on ponderosa pine only < than 10% D.B.H. Spacing thinning will not apply to PIPO > 10“ D.B.H.. Spacings do apply to the Ponderosa saplings that are cluttered in the drainage bottoms. Thin these saplings to a 16' spacing. 133 D.R.O. For Juniper and pinon D.R.C. is measured at ground level. D.B.H. is the diameter of the stem measured at a point 4 11 feet above ground level on the uphill side of the tree. 134 Snags: Retain all snags unless permission is granted by Contract Inspector or Contracting Officer Representative for safety reasons. 150 Salvageable Material: None 160 Motorized Equipment: The contractor may use system roads that run through the project area if such use is in accordance with the Lincoln National Forest OR Policy. The C.O.R. may approve use of closed roads for the Contractor to have access to the areas. The contractor will be responsible for the opening and closing of those roads. The C.O.R. shall determine that the roads are restored to the condition as they were prior to opening. This will be considered as a pay item for the purpose of the final payment. 170 Progression of Work: Contractor shall accomplish the work in a progressive, orderly manner. All work on project area shall be completed before work is begun on another project area included in this contract. 200 TECHNICAL SPECIFICATIONS: 210 Species Preference for leave trees in this project area ROBINSON DRAW NO.2 : will be Ponderosa Pine being most preferred, Juniper, Pinon Pine, white oak and gray oak. Leave all Douglas Fir, Maple, Walnut, Madrone, Cherry. and Chinkapin Oak. Cut all mistletoe infested Ponderosa Pine < 10" D.R.C., Juniper < 14" DRC , Pinon Pine < 7" D.R.G., Gray oak & White oak < 7" D.R.C. 211 Free if Disease Damage: Cut all mistletoe infected Ponderosa Pine < 10" DBH, cut all Juniper < 14" D.R.C., Pinon Pine: < 1 D.R.C., and cut all gray oak and white oak < 7, D.R.C. 214 Trees not to be cut! are Ponderosa Pine > 10" D.B.H., Juniper 14 D.R.C.,Pinon Pine > 7* D.R.C., Any oak > 7" D.R.C. Any trees that are painted orange and being used as a boundry tree. Any, trees having a U.S.F.S. emblem on it stating it as a boundry or as a land marker bearing tree. Any trees that are dead and standing (SEE ITEM #134) or being use as a natural habitat. 219 Slash Treatment: Lop & Scatter. 220. Slash Disposal: In the project area Robinson No. 2, the slash will be scattered over bare ground where it is needed and the slash will be placed in gullies to cut down on erosion. All slash material will be promptly removed out of the main drainages and be scattered at least 66 feet from the banks. Slash shall be removed from the drip line of any retained Ponderosa Pine, to prevent crowning during RX prescriptions. 221 Lopping: Lopping requirements will be required 100 feet in from any open roads. Outside of the 100 foot buffer from open roads within the project area trees may be cut and left. In those areas requiring lopping, the limbs larger than one inch in diameter one inch from the trunk shall be cut from the trunk of felled trees and scattered as necessary to achieve a slash depth not greater than 24 inches. 222 Bare Ground: Ground having little or no grass at all. Areas of bed rock. Existing slash will be dragged and scattered, up to 66', in order to cover bare ground. Lop & scatter
F-AERIAL APPLICATION OF FERTILIZER SOL R6-18-01-307 DUE 092001 POC Contract Specjalist. (541-465-6506) An aerial fertilization project on the Willamette National Forest, Sweet Home Ranger District, Linn County, Oregon. Work includes fertilization of units located East of Sweet Home.off of Highway 20 on various forest roads. Use of a district map, project maps and aerial potos is advisable in locating project units on the National Forest. Estimated start work date is October 22, 2001. Estimated issue date will be September 10, 2001, Contract performance time is 5 calendar days. See Note 1. The proposed procurement is totally set-aside for Small Business Concerns. (W-236 SNSOV922)
vations range from 5700 to 6000 feet. Slopes vary from 0 to 30%. Some of the slopes are right up to some edge so use good Judgment as a safety precaution. 132 Average Spacing: Project area ROBINSON DRAW NO. 2 all trees will be considered for spacing purpose in project area. In Project area, the average distance in teet between desirable leave trees will be 16 feet by 16 teet on ponderosa pine only < than 10" D.B.H. Spacing thinning will not apply to PIPO > 10* D.B.H.. Spacings do apply to the Ponderosa saplings that are cluttered in the drainage bottoms. Thin these saplings to a 16' spacing: 133 D.R.C. For Juniper and pinon D.R.C. is measured at ground level. D.B.H. is the diameter of the stem measured at a point 4 1/2 feet above ground level on the uphill side of the tree. 134 Snags: Retain all snags unless permission is granted by Contract Inspector or Contracting Officer Representative for safety reasons. 150 Salvageable Material: None 160 Motorized Equipment: The contractor may use system roads that run through the project area if such use is in accordance with the Lincoln National Forest OR Policy. The C.O.R. may approve use of closed roads for the Contractor to have access to the areas, The contractor will be responsible for the opening and closing of these roads. The C.0.R. shall determine that the roads are restored to the condition as they were prior to opening. This will be considered as a pay item for the purpose of the final payment. 170 Progression of Work: Contractor shall accomplish the work in a progressive, orderly manner. All work on project area shall be completed before work is begun on another project area included in this contract. 200 TECHNICAL SPECIFICATIONS: 210 Species Preference for leave trees in this project area ROBINSON DRAW N0.2 : will be Ponderosa Pine being most preferred, Juniper, Pingn Pine, white oak and gray oak. Leave all Douglas Fir, Maple, Walnut, Madrone, Cherry, and Chinkapin Oak. Cut all mistletoe intested Ponderosa Pine < 10" D.R.C., Juniper < 14" DRC , Pinon Pine < 7" D.R.C.,Gray oak & White oak <7" D.R.C. 211 free if Disease. Damage: Cut all mistletoe infected Ponderosa Pine < 10" DBH, cut all Juniper < 14" D.R.C., Pinon Pine < 7" D.R.C., and cut alt, gray oak and white oak < 7" D.R.C. 214 Trees not to be cut! are Ponderosa Pine > 10" D.B.M. Juniper->14." D.R.C.,Pinon Pine > 1" D.R.C., Any oak > 7" D.R.C. Any trees that are painted orange and being used as a boundry tree. Any trees having a U.S.F.S. emblem on it stating it as a boundry or as a land marker bearing tree. Any trees that are dead and standing (SEE ITEM #134) or being use as a natural, habitat. 219 Slash Treatment: Lop & ScatterDisposal; the I the slasb will be placed in gullies to cut down on erosion. All slash be promptly removed out of the main drainages and be scattered at least 66 feet from the banks. Slash shall be removed from the drip line of any retained Ponderosa Pine, to prevent crowning during RX prescriptions. 221 Lopping: Lopping requirements will be required 100 feet in from any open roads. Outside of the 100 foot buffer from open roads within the project area trees may be cut and left. In those areas requiring lopping, the limbs larger than one inch in diameter one inch from the trunk shall be cut from the trunk of felled trees and scattered as necessary to achieve a slash depth not greater than 24 inches. 222 Bare Ground: Ground having Jittle or no grass at all. Areas of bed rock. Existing slash will be dragged 66', to and scattered, up hele progress the cover bare ground. Lop & scatter slash in this area to help movement of fire during RX prescription burns. 223 Roads, and Trails and Other Areas: All roads and trails within the contract area shall be kept clear of slash and open to travel at all time. Slash shall be promptly removed from private land, range fences, and from within 10 feet of property corners. Slash shall be removed and placed 5' off of any roads. 230 Girdling: Girdle all mistletoe infested Ponderosa Pine > 10", D.B.H., by using two continous rings that are ?" apart or by debarking the bottom half of the 'D.B.H. 231 Gullies: Main gullies & side gullies. Keep all slash out of main gullies and at least 66' from the banks. Existing slash shall be dragged and scattered up to 66' to be placed in ecoding side gullies. The butt end of the slash should be pointing up hill in the gullies. 310 Inspection Procedure: Pursyant to the Inspection of Services inspections will be ongoing. The government will periodically inspect the operation on the contract. Contractor is responsible for getting clarification on project specifications. 410 Payment: Payment will be made for each separate thinning project areas after completion, inspection and acceptance according to percentage of the total Job bid amount by project areas as follows: Robinson Draw No. 2 100% partial Payment may be made when there are 20 acres or more completed after and accepted by the C.O.R. The following clauses and provisions will be incorporated by reference for this solicitation; Provision at 52.212-1, Instructions to Offerors 52.222-6, Equal Opportunity and ol 28) is incorporated. Payment the awardee will be by Electronic Funds as The RFQ due date is September 21, at 1600. Cesar Fausto, Contracting Specialist may be contacted at 505-434-7367 to answer any questions. All responsible small business sources may submit a quotation which will be considered by the Forest Service 18. Project Location: 121 Access: Project areas accessible by N.M.state road 285,then by N.M hwy. 137, also known as the Queens Highway, then by FSRD# 540, also known as Guadalupe ridge road, then from FSRD# 69 also known as Cougar road, as shown on maps. Access to and/or within project areas will be limited and restricted to designated travel routes only. Let be known that a closed road exist in this location and cannot be used to gain closer access to thinning locations. 19. This will be set aside for a small business with an NAICS Code of 115310. (W-236 SN50V941)
USDA, Forest Service, Lincoln National Forest, 1101 New York, Avenue, Alamogordo, NM 88310-6992, F-ROBINSON DRAW HABITAT IMPROVEMENT, PHASE 2 SOL REQ-R308-55-01 DUE 092101 POC Cesar Fausto, Contracting Specialist, Fax 505434-7218, Phone 505-434-7367 This is a modification to correct Submission No. 50V8R9. 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 that are being requested and a written solicitation will not be issued. The USDA, Forest Service, Region 3, Lincoln National Forest, located in Southern New Mexico, plans to award a Firm Fixed Price Commercial Service Contract for tree thinning on the Guadalupe Ranger District in Carlsbad, New Mexico. Contractor shall follow the standard specifications for TSI in addition to the Standard Fire Plan. Please submit a list of previous similar contracts, and names and phone numbers of people to contact for reference. Site visit will be scheduled on September 5, at the Queens Store in Queen, New Mexico, approximately 57 North of Carlsbad, NM on Road #137. Point of Contact for site visit will be Larry Paul at 505-885-4181. Maps, standard specifications for TSI and Fire Plan can be obtained during the site visit. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-27. 'All applicable New Mexico Gross Receipts Tax shall be included in your quote. Period of performance is 120 days after notice to proceed is issued. There will be one (1) line item only. The line item will be unit of issue job. (Place bid amount here): 1 JB $ _Line Item #1: SUPPLEMENTAL specifications Robinson draw no. 2 wildlife thinning project FY 2001 DIVISION 100 GENERAL SPECIFICATIONS: 110 Scope of Contract: The purpose of this contract is to secure service for thinning trees. Contract bids will be accepted for the job only, not by acres. There are approximately 200 acres the acres were determined by dot grid and 1:24,000 quad. map. Designated project area will be thinned to pre-commercial thin and will be thinned to specific intervals and defective trees removed for the purpose of establishing a thrifty, healthy residual stand. Only those trees showing the most desirable characteristics will be left for future growth. The contractor shall furnish all tools, equipment, safety equipment such as (Hardhats, eye protection, chainsaw chaps, and ear protection) to met the current safety standards, materials, supplies, labor, supervision, workman's compensations, unemployment insurance, and transportation necessary to accomplish the thinning project. 120 Location and Description: The location and size of project area, access to the area, and other information pertinent to the project areas are contained on maps or in the Supplemental Specification or both. The boundaries shown on the location maps included in the contract indicate the general area of the thinning project. They may not show the exact boundaries and are not intended to be used to determine the number of acres of the thinning project.! 121 Descriptions: Project area boundary is flagged with orange flagging and may be painted with orange paint facing into the project area. Ele
200-500 participants. We would accept all or part donation depending on the sponsor and what they are withng to provide. Advertising will be done in all areas of the base, Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/ donation for this solicitation may be made no later than January 11, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the
http://www.topcover at mil/webl/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela [email protected] at: mil 3rd Services Marketing and Publicity Office (W-235 SN50V8K5)
3rd SVS/SVK, Bldg 6-920. Elmondort AFB, AK 99506-2550 for SPONSORSHIP FOR IN KIND DONATIONS FOR THE YOUTH CENTER ARTS AND CRAFTS CLUB SOL SVS-SCS-283-01 DUE 013102 POC Angela Smith 903-552-9249; fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Youth Center. Arts and Crafts Club which is held monthly through out the year. We need approximately $2,500 for 50 participants. We need markers, paints, scissors, paper, glue, t-shirts, poster board, crayons, and monetary doantions to off set the cost.We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display baoners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later, than January 31, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the goverment.* http://www.topcover al.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron [email protected] af mil 3rd Services Marketing and Publicity Office (W-235 SN50V800)
3rd SVS/SVK, Bldg 8-920, Elmendort AFB, AK 99506-2550 6 SPONSORSHIP FOR IN KIND DONATIONS FOR THE KASNIM CLUB SUPERBOWL EXTRAVAGANZA SOL SVS-SCS-279-01 DUE 011102 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Kashim Club Superbowl Extravaganza on January 27, 2002. We are seeking $2000.00 for prizes and gift certificates, sports stuff like sweat shirts, signed jerseys, and hats etc, approximately 200-500 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsor's may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/ Honation for this solicitation may be made no later than January 11, 2002. This is a solicitation by a nohappropriated funds instumentality of the United States Government: It does not obligate funds of the goverment.** http://www.topcover af mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela . mil 3rd Services Marketing and Publicity. u Office (W.236 SN50V8K9)
3rd SVS/SVK, Bldg 6-920, Elmendort AFB, AK 99506-2550 6_SPONSORSHIP IN KIND DONATIONS FOR THE SUSITNA CLUB GOURMET NIGHT SOL SVS-SCS-288-01 QUE 020102 POC Angela Smith 90). 552-9249, fax 907-552-9250 We are soliciting for in kind donations la the Elmendorf Susitna Club Gourmet Night to be held February 14, 2002 We are seeking sponsorship for $500-800 for entertainment, candy, flowers decorations, specialty desserts,centerpeices and monetary donations help offset the cost. Attending this event will be approximately 60-80 people. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged All offers will be considered. More than one sponsor/donation for the solicitation may be made no later than January 31, 2002. This is a solicia tion by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.***** http://www.topcover af.mil/web1/services Screamin' Eagle Newsletter 3rd Services Squadron 3rd Services Maketing and Publicdy Office (W-236 SN501978)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 & SPONSORSHIP FOR IN KIND DONATIONS FOR THE YOUTH CENTER COOKING CLUB SOL SVS-SCS-284-01 DUE 013102 POC Angela Smith 907552-9249, Tax 907-552-9250 We are solioiting for in kind donations for the Elmendorf Youth Center Cooking Club which is held monthly and sometimes weekly through out the year depending on the amount of supplies available. We need approximately $3,000 for 35-50 participants. We need ingredients for cookies, pies, cakes, any type of desserts, cook books, utensils, and monetary doantions to off set the cost.We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than January 31, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the goverment. ****** http://www.topcover at mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela mil 3rd Services Marketing and Publicity Office (W-235 SN50V802)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6_SPONSORSHIP FOR IN KIND DONATIONS FOR THE YOUTH CENTER SPORTS BANNER ADVERTISING PROGRAM SOL SVS-SCS-280-01 DUE 011502 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Youth Center Sports Advertising Program beginning in January and ending December 2002 We are seeking businesses to put up their banners for one year to help support the youth sports program. The cost is $300.00 for each banner. We will put the banner up in January and take it down in December. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than January 11, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the goverment.***** http! www.topcover at mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela [email protected] mil 3rd Services Marketing and Publicity Office (W-235 SNSOV802)
3rd SVS/SYK, Bldg 6-920, Elmendort AFB, AK 99506-2550* 6_SPONSORSHIP IN KIND DONATIONS FOR THE SUSITNA CLUB GOOR MET NIGHT SOL SVS-SCS-289-01 DUE 020102 POC Angela Smith 901 552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club Gourmet Night to be held February 14, 2002 are seeking sponsorship for $500-800 for entertainment, candy, flowers decorations, specialty desserts, center peices and monetary donations help offset the cost. Attending this event will be approximately 50-80 people. We would accept all or part donation depending on the sponsor and what they are willing to provide, Advertising will be done in a reas of the base. Sponsors may set up booths, and display banners at the event. Representation of the sponsors will be accepted and encourze All offers will be considered. More than one sponsor/donation for its solicitation may be made no later than January 31, 2002. This is a solita tion by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.***** http://www.topcover al mit/web1/service/ Screamin' Eagle Newsletter 3rd Services Squadron angela.. mil 3rd Services Maketing and Publicity Ottice (W-236 SNSOV982)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 G-SPONSORSHIP FOR IN KIND DONATIONS FOR THE YOUTH CENTER FISHING CLUB SOL SVS-SCS-285-01 DUE 013102 POC Angela Smith 907552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Youth Center Fishing Club which is held in the summer months only May-September. We need approximately $3,000 for 35-50 participants. We need fishing poles, lures, bait possibly a grand prize for the end of summer for the biggest fish caught like a TV or VCR and monetary doantions to off set the cost.We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than January 31, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the goverment http://www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadroni *** angela [email protected] af mil 3rd Services Marketing and Publicity Office (W-235 SN50V807)
3rd SYS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 BSPONSORSHIP IN KIND DONATIONS FOR THE YOUTH CENTER # DOOR SOCCER PROGRAM SOL SVS-SCS-289-01 DUE 013102 POC Angel Smith 907-552-9249, fax 907-552-9250 We are soliciting for in ind tona tions for the Elmendorf Youth Center Indoor Soccer Program which held from February-April . We are seeking sponsorship for $7,500 for 150 participants. We need soccer balls, jerseys, goal nets and monetary dona tions to help offset the cost. We would accept all or part donation depend ing on the sponsor and what they are willing to provide. Advertising ! be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsae donation for this solicitation may be made no later than January 31, 2002. This is a solicitation by a nonappropriated funds instrumentally of the United States Goverment. It does not obligate tunds of the gover ment. ***** http://www.topcover.af.mil/webl/service/ Screamin' Eagle Newsletter 3rd Services Squadron as [email protected], at mil 3rd Services Maketing and Publicity Office (W-236 SN50V985)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 GSPONSORSHIP FOR IN KIND DONATIONS FOR THE EAGLEGLEN TEE SIGNAGE PROGRAM SOL SVS-SCS-281-01 DUE 013102 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Eagleglen Tee Signage Yearly Program to be held from MAY OCTOBER. We are seeking businesses to advertise thier business by purchasing Tee Markers at our golf course. The cost is $500.00 for hole number 1, 10, 18 and the others are $350.00 each. We would accept all or part donation depending on the sponsor and what they are willing to provide, Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged All offers will be considered. More than one sponsor/donation for this solicitation may be made no Jater than January 31, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the goverment. http://www.topcover al.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela 3rd Services Marketing and Publicity Office (W-235 SN50V809)
3rd SVS/SVK, Bldg 6-920. Elmendorf AFB, AK 99506-2550 6 SPONSORSHIP IN KIND DONATIONS FOR THE YOUTH CENTER PHOTO CLUB SOL, SVS-SCS-286-01 DUE 013102 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Youth Center Photo Club which is held through out the year. They meet weekly, and sometimes monthly depending on the supplies that they have. We need approximately $5000 for 30-35 participants. We need camera supplies, film, disposable cameras and monetary donations to help off set the cost. We would accept all or part doantion depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than January 31, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.* http://www.topcover af.mil/webl/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela mi 3rd Services Maketing and Publicity, Office (W-236 SN50V974)
3rd SVS/SVK, Bldg 6-920, Elmandort AFB, AK 99506-2550 6- SPONSORSHIP FOR IN KIND DONATIONS FOR THE EAGLEGLEN SCORECARD PROGRAM SOL SVS-SCS-282-01 QUE 013102 POC Angela Smith 907-552-9249, fax 907-552-9260 We are soliciting for in kind donations for the Elmendorf Eagleglen Scorecard Yearly Program to be held from MAY--OCTOBER We are seeking businesses to advertise on the scorecards at our golf course, we are seeking $2000-$4000 for advertising space on the back of these scorecards. There are over 10,000 produced and used annually We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All otters will be considered. More than one sponsor/donation for this solicitation may be made no later than January 31, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate tunds of the goverment http://www.topcover al.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela [email protected] al mil 3rd Services Marketing and Publicity Office (W-235 SN50V8P3)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6_SPONSORSHIP IN KIND DONATIONS FOR THE YOUTH CENTER TED FUR RONDY SKATEBOARD COMPETITION SOL SYS-SCS-290-01 DUE 013109 POC Angela Smith 907-552-9249, fax 907-552-9250 We are solicting for in kind donations for the Elmendorf Youth Center Teen Fur Ronde Skateboard Competition which will be held on February 8, 2002 We are seeking sponsorship for $800 for skateboard equipment, prizes, de food, 1-shirts, for approxiamtely 150 participants, and monetary donations to help offset the cost. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising wel done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsert donation for this sohcitation may be made no later than January 31, 2002. This is a solicitation by a nonappropriated funds instrumental of the United States Goverment. It does not obligate funds of the goverment http/www.topcover at mil/web1/service/ Screamin' Eagle Newsletter 3rd Services Squadron angela mil 3rd Services Maketing and Publaty Office (W-236 SN50V990)
3rd SYS/SVK, Bldg 6-920, Elmendort AFB, AK 99506-2550 6-SPONSORSHIP IN KIND DONATIONS FOR THE SUSITNA CLUB VALENTINE BRUNCH SOL SVS-SCS-287-01 DUE 013102 POC Angela Smith 907552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club Valentine Brunch to be held February 10, 2002. We are seeking sponsorship for $500 for entertainment, candy, flowers, decorations, and monetary donations to help offset the cost. Attending this event will be approumately 500-600 people. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered.
3rd SVS/SVK, Bldg 6-920, Elmendort AFB, AK 99506-2550 & SPONSORSHIP IN KIND DONATIONS FOR THE SUSITNA CLUB MEN BERSHIP NIGHT SOL SVS-SCS-291-01 DUE 030102 POC Angela Sat $7. Page 3
552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club Membership Night to be held on March 20, 2002. We are seeking $1000 for desserts, gift certificates and prizes for approximately 600-800 atendees. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than March 01, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.***** http://www.topcover al.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SN501995)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6 SPONSORSHIP IN KIND DONATIONS FOR THE YOUTH CENTER TEEN OF THE YEAR DINNER SOL SVS-SCS-296-01 DUE 022202 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Youth Center Teen of The Year Dinner to be held on MArch 8, 2002. We are seeking sponsorship of $450 for sweatshirts, food, desserts and plaques for the winners. There will be approximately 50 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than February 21, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.***** http://www.topcover.af.mil/webl/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SNSOV9A9)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6SPONSORSHIP IN KIND DONATIONS FOR THE POLAR BOWL APRIL FOOLS BREAK-UP BASH SOL SVS-SCS-301-01 DUE 032202 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind dona. tions for the Elmendorf Polar Bowl Break-up Bash to be held on April 15, 2002. We are seeking sponsorship of $1000 for t-shirts, bowling balls, shoes, bowling balls and monetary doantions to help off set the cost. Approximately 200-300 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than April 20,2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the
http://www.topcover. af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SN50V9C9)
3rd SVS/SVK, Bldg 6-920. Elmendort AFB, AK 99506-2550 SPONSORSHIP IN KIND DONATIONS FOR THE SUSITNA CLUB ST. PATRICK'S DAY PARTY SOL SVS-SCS-292-01 DUE 030102 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club St. Patricks Day Party to be held on March 17, 2002. We are seeking $200 for gift certificates and prizes for approximately 100-200 atendees. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than March 01, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment http://www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela , mil 3rd Services Maketing and Publicity Office (W-236 SN5OV998)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6_SPONSORSHIP IN KIND DONATIONS FOR THE NATIONAL TEEN SUPREME KEYSTONE CONFERENCE SOL SVS-SCS-297-01 DUE 030702 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Teen Supreme Keystone Conference to be held on March 20-23, 2002. We are seeking sponsorship of $8000 for 10 teens to travel to Los Angeles California for a conference regarding tenn issues about thier schools and lives around them. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than March 07,2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment." http://www.topcover.af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SNSOV9B1)
3rd SYS/SVK, Bldg 6-920, Elmendord AFB, AK 99506-2550 6 SPONSORSHIP IN KIND DONATIONS FOR THE YOUTH CENTER FAMILY SPRING FLING AND EASTER EGG SCRAMBLE SOL SVS-SCS-302-01 DUE 032202 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Youth Center Family Spring Fling and Easter Egg Scramble to be held on April 13, 2002. We are seeking sponsorship of $3000 for candy, plastic easter eggs, prizes for game booths, prizes for the secret eggs. Approximately 2500-3000 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than April 20,2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Gover ment. It does not obligate lunds of the goverment ***** http://www.topcover al.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 전 3rd Services Maketing and Publicity Office (W-236 SN50V904)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SPONSORSHIP IN KIND DONATIONS FOR THE KASHIM CLUB ST. PATRICK'S DAY PARTY SOL SVS-SCS-293-01 DUE 030102 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Kashim Club St Patricks Day Party to be held on March 17, 2002. We are seeking $200 for gift certificates and prizes for approximately 100-200 atendees. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/ donation for this solicitation may be made no later than March 01, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.* http://www.topcover.af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela ,mil 3rd Services Maketing and Publicity Office (W-236 SN50V9A1)
3rd SVS/SVK, Bldg 6-920, Elmondort AFB, AK 99506-2550 6 SPONSORSHIP IN KIND DONATIONS FOR THE KASHIM CLUB BEACH PARTY SOL SVS-SCS-298-01 DUE 032902 POC Angela Smith 907-5529249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Kashim Club Beach Party to be held on April 13, 2002. We are seeking sponsorship of $500 for prizes, gift certificates, decorations and other items regarding beach themes, and monetary donations to help off set the cost. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than April 05,2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment, ***** http://www.topcover.af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SNSOV9B3)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6_SPONSORSHIP IN KIND DONATIONS FOR THE KASHIM CLUB CINCO DE MAYO PARTY SOL SVS-SCS-303-01 DUE 041902 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Kashim Club Cinco de Mayo Party. We are seeking $500 for special snacks and specialty dishes, prizes, gift certificates. Approximately 100-200 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than April 20,2002 This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate tunds of the
http://www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela.. mil 3rd Services Maketing and Publicity Office (W-236 SN50V9E0)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6-SPONSORSHIP IN KIND DONATIONS FOR THE SUSITNA CLUB EASTER BRUNCH SOL SVS-SCS-294-01 DUE 031502 POC Angela Smith 907-5529249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitra Club Easter Brunch to be held on March 31, 2002. We are seeking $1000 for gift certificates and prizes, desserts, candy, photo booth, decorations, for approximately 800-1000 antendees. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than March 30, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment ***** http://www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SN50V9A6)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6 SPONSORSHIP IN KIND DONATIONS FOR THE LIBRARY USED BOOK SALS SOL SVS-SCS-299-01 DUE 041202 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Library Used Book Sale to be held on April 27-28, 2002. We are seeking sponsorship of donated used books. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than April 05,2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.** http://www.topcover af.mil/web]/service/ Screamin' Eagle Newsletter! 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SN50V9C0)
MEDCOM Contracting Center, Attn: MCAA-C, 2107 17th Street, Building 4197, Fort Sam Houston, TX 78234-5015 G HUNDRY, ALTERATION AND DRY CLEANING FOR ROTC SOL W81U7E1152N001 DUE 090401 POC Connie Russell 210-221-3187 Contracting Officer Sylvia Flores 210-221-3250 Laundry, Alterations and Dry Cleaning ROTC Uniforms for the La Joya High School La Joya, Texas 78560 Period of performance will be 1 Oct 2001 through 30 Sep 2002. Contract will be for Base Year and 4 1-year options. http://www.usa.gov/procurement/index.html GP0371121 [email protected] amedd. army.mil (W-236 SN50V9F1)
3rd SVS/SVK, Bldg 6-920, Elmondort AFB, AK 99506-2550 SPONSORSHIP IN KIND DONATIONS FOR THE FITNESS CENTER ARMED FORCES BASKETBALL TOURNAMENT SOL SVS-SCS-295-01 DUE 031502 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Fitness Center Armed Forces Basketball Tournament to be held on March 28-31, 2002. We are seeking $3000 for gift certificates and prizes, t-shirts, sweat bands, hats shoes, warm-ups, for approximately 250 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than March 26, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment. ** http://www.topcover.af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SNSOV9A8)
3rd SVS/SVK, Bldg 6-920, Elmondort AFB, AK 99506-2550 SPONSORSHIP IN KINO DONATIONS FOR THE FITNESS CENTER BREAK UP FUN RUN SOL SVS-SCS-300-01 DUE 041202 POC Angela Smith 907-552-9249, fax 907-552-9250. We are soliciting for in kind donations for the Elmendort Fitness Center Break-up Fun Run to be held on April 25-28, 2002. We are seeking sponsorship of $2000 for t-shirts, water bottles, trophies for for 1st, 2nd, and 3rd places. Approximately 100150 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than April 20,2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Goverment. It does not obligate funds of the goverment.***** http://www.topcover.af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Maketing and Publicity Office (W-236 SNSOV9C5)
Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, DC, 20534 COMMUNITY CORRECTIONS CENTER TRANSITIONAL DRUG ABUSE TREATMENT SERVICES SOL RFP2000709NC DUE 112401 POC Verna Teat, Contracting Officer, Phone 202-307-3070, Fax 202-307-2780, Email The Federal Bureau of Prisons is seeking concerns having the ability to provide residential Community Corrections Center (CC) services and Transitional Drug Abuse Treatment (TDAT) services for male and female oftenders in the Evansville, Indiana area. Location of the facilities shall be within the boundaries of the following counties in Indiana: Vanderburgh, Posey, Gibson and Warwick. Residential CCC services include care, custody, control, accountability, and treatment including subsistence. TDAT services include individual assessments, individual counseling, and group counseling sessions. The services described shall be in accordance with the Federal Bureau of Prisons Statements of Work entitled, Community Corrections Center (CCC) dated December 2000 and Transitional Drug Abuse Treatment Services (TDAT), dated November 16, 1999. A firm fixed price requirements type contract is anticipated. The services are estimated to be 58% male and 42% female. The estimated number of inmate days for Line Item Dne for CCC srevices are 7,300 inmate days for the twoyear base period, and 3,650 inmate days for Option Years One, Two, and Three. Estimated requirements for TDAT services 2 intake assessments, 384 units of 30-minute individual counseling sessions, and 576 units of 30-minute group counseling for the two-year base period; 2 intake assessments, 192 units of 30 minute individual counseling sessions, and 288 units of 30 minute group counseling sessions for Option Years One, Two, and Three. The solicitation will be available on or about September 24, 2001, and will be distributed solely through the General Services Adminis. tration's Federal Business Opportunities web site http:// www.fedbizopps.gov/ Hard copies of the solicitation document will not be available. The site provides downloading instructions. All future information about this acquisition, including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisiton. The estimated closing date of the solicia tation is November 24, 2001. All responsible sources may submit a proposal which will be considered by this agency. No cotiect calls will be accepted. No telephone requrests or written requests for solicitations will be accepted = 20
http://www.eps.gov/spg/00J/BPR/PPB/RFP 2000709NC/irsting html Visit this URL for the latest information about this notice (D-236 SN50V919
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 16SPONSORSHIP FOR IN KIN DONATIONS FOR THE SUSITNA CLUB FATHER'S DAY BRUNCH SOL SVS-SCS-308-01 DUE 053102 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club Father's Day Brunch to be held on June 16, 2002. We are seeking gift certificates and door prizes for dad, food, decorations, games and monetary doantions to help oft set the cost. Appoximately 150-250 attendees at the event. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event Representation of the sponsors will be accepted and encouraged All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than June 13 2002. This is a solicitation by a nonappropriated funds instrumentality of The United States Government. It does not obligate funds of the government http://www.topcover af.mil/web1/service/ Screamin' Eagle Newsletteri 3rd Services Squadron [email protected] af mil 3rd Sevices Marketing and Publicity Office (W-236 SN50V 9M3)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SPONSORSHIP FOR IN KIN DONATIONS FOR THE SUSITNA CLUB MOTHER'S DAY BRUNCH SOL SVS-SCS-304-01 OUE 042202 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club Mother's Day Brunch to be held on May 12, 2002 We are seeking $1000 for specialty desserts, carnations for mom, decorations, gift certificates. Appoximately 800-1000 attendees at the event. We would accept all or part donation depending on the sponsor and what they are willing to provide Advertising will be done in all areas of the base Sponsors may set up booths and display banners at the event Representation of the sponsors will be accepted and encouraged. All offers will be considered More than one sponsor/donation for this solicitation may be made no later than May 10. 2002. This is a solicitation by a 'nonappropriated funds instrumentality of the United States Government. It does not obligate funds of the government. ***** http://www.topcover al mil/webl/service/ Screamin' Eagle Newsletter! 3rd Services Squadron angela [email protected] al mil 3rd Sevices Marketing and Publicity s Office (W-236 SN50V9K4)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6-SPONSORSHIP FOR IN KIN DONATIONS FOR THE EAGLEGLEN MIDNIGHT SUN GOLF TOURNAMENT SOL SVS-SCS-309-01 DUE 053102 POC Angela Smith 901-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Eagleglen Midnight Sun Golf Tournament to be held on June 22, 2002. We are seeking sponsorship for $1000 or hole in the sponsorships, gift certificates, golf equipment, door prizes and monetary doantions to help off set the cost. Appoximately 75-100 antendees at the event. We would accept all or part donation depending on the sponsor and what they are withing to provide. Advertising will be done in all areas of the base Sponsors may set up booths and display banners at the event Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/ donation for this solicitation may be made no later than May 31,2002. This is a solicitation by a nonappropriated funds instrumentality of The United States Government. It does not obligate funds of the govern
are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make any award based on initial quotes re ceived, without discussions of such quotes. (b) Quote Format. Please it turn the following: (I) Technical Quote, 15 page limit (2 copies) (2) Past Performance Information, 3 page Limit (1 copy) (3) Completed Price Quate to include Schedule and fill-ins attached hereto. 5 page limit (l copy Quotes shall be submitted to: ASC/PKWOSA Area C, Building 109 Room 109) Attention: Lt Apryle Taylor, 1940 Allbrook Dr. Suite 3 Wright Patterson AFB OH 45433. (c) Technical quote: Offerors shall ensure that the technical quote fully addressed each aspect of the specification. No cost or pricing information shall be included in the technical portion of the quote. Your technical portion of the quote will describe the capability of your argangation to provide the requirements of the order, it should be specific and complete. (d) Past Performance: The Offeror shall Submit A Present Post Performance Reference List citing the contract number, name, phone num. ber and fax number of point of contact, dollar value of contract and period of performance on three recent and relevant contracts for the same or similar service. The offeror will submit a copy of the Present Past Performance Questionnaire (attached to this website) to each of the three references with instructions to send completed questionnaires to Li Apryle Taylor at the address listed above or fax to (937) 257-3926. The Government Will use information submitted in the Questionnaire as well as other sources to Conduct its performance survey. (e) Price: Please fill in your quoted prices on the Schedule page B (Appendix B)which can also be found on this web site. Solicitation provisions at FAR 52.212-2 Evaluation of Commercial Items are hereby Incorporated by reference. Evaluation Criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Technical, Past Performance and Price are equal. Site Vist: A site visit has been scheduled for 30 Aug 01 at 9:00 AM EDT. Submit the names of all attendees (not to exceed two) no later than 4:00 PM EDT on 28 Aug 01, Fax Number is (937) 257-3926 Attn: Li Apryle Tayiar Include name and SSN of attendees on fax. Attendees should enter Wright Patterson AFB OH at Gate 12A and proceed to the Visitors Center. A representative will meet attendees and provide transportation to the site The complete quote package including the Technical portion, the Prices quoted on the attached schedule sheet and completed Past Performance Questionnaire are due 16:00 PM EDT on 07 September 01 and must be submitted to Li Apryle Taylor, ASC/PKWOSA 1940 Allbrook Drie Sute 3. Wright Patterson AFB OH 45433- 5309. The following clauses and prou sions apply: 52.212-1 and 52.212-3. Clause 52 212-4 and 52.212-5 skall be included with any award. Contractors must be registered in co to award for solicitations issued after 31 May 1998. Mr. Michael Wiggers has been appointed as Ombudsman to hear concerns from offerers. O potential offerors, during the quote development. The purpose of the Onbudsman is to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program dreciw of the contracting officer. Accordingly, the ombudsman does not Partiopate in the preparation of solicitations, the evaluation of quotes or the source selection process. Therefore for routine matters on individual solicitations, please contact the buyer. Apryle Taylor at (937) 257-6147 at 4200 e-mail apryle tayior wpafb.at.mil. Potential offerors should use established Channels to request information, pose Questions and voice 09cerns before resorting to use of the ombudsman Potential offerers are invited to contact ASC Ombudsman Mr. Michael Higgins with serious comcerns only, he can be reached at (937) 255-6005 e-mail [email protected] al mil. http://www.pixs wpatb.af.mil/pixslıbr/FIRE_DET_DEV/ FIRE_DET_DEV.asp FIRE_DET_DEV-F33601-01-R-0062 apryle mil apryle taylor @wpafb.af.mu.fD-235 SN50V8P8)
http://www.topcover af, mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron [email protected] af mil 3rd Sevices Marketing and Publicity Office (W-236 SN50V9MB) H Quality Control, Testing and Inspection Services
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 6-SPONSORSHIP FOR IN KIN DONATIONS FOR THE FITNESS CENTER MAY FITNESS MONTH SOL SVS-SCS-305-01 DUF 042202 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Fitness Center May Fitness Month to be held from May 01-31, 2002 We are seeking $1500 for prizes and i-shirts for various events, sports bottles, fisbees, hats, towels, and monetary doantions to help off set the cost. Apporimately 500-600 attendees' at the event. We would accept all or part donation depending on the sponsor and what they are willing to provide Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than May 10, 2002. This is a solicitation by a nonappropriated funds instrumentality of the United States Government. it does not obligate funds of the government http:/www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter 3rd Services Squadron angela mil 3rd Sevices Marketing and Publiérty Office (W-236 SN5OV9K9)
3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 SPONSORSHIP FOR IN KIN DONATIONS FOR THE YOUTH SPORTS BASEBALL PROGRAM SOL SVS-SCS-306-01 DUE 041002 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Eimendorf Youth Center Baseball Program to be held from MayJuly, 2002. We are seeking $10,000 for equipment such as balts, bats, gloves, helmets, catchers gear, bases, and chiks !or fields, and monetary doantions to help oft set the cost. Appoximately 600-700 attendees at the event. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than May 10, 2002. This is a solicitation by a nonappropriated funds instrumentality of The United States Government. It does not obligate lunds of the government. http://www.topcover al millwebl/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron angela [email protected] mil 3rd Sevices Marketing and Publicity Office (W-236 SN50V 9L3)
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000 H REVIEW AND CERTIFICATION OF INTEGRATED CONTINGENCY PLAN SOL' DAAE 30-01-R-0610 DUE 090701 POC ANTHONY C KENDRELL CONTRACT SPECIALIST (973) 724-7440 Review and certification of the DPCC/ DCR portions of the emergency response Integrated Contingency Plan (ICP) including any in-house performed updates or changes or renewal of the DPCC/DCR plans where applicable. The DPCC & DCR plan renewals must be received and certified pursuant to PL 1938, (0.45.8-27 et seq) that the plans comply with NJAC 7:10-42 and 4.3 and all applicable state regulations. The Contractor shall comply with the issue or version of Federal, State and Local Environmental Statutes and Regulations in effect of date of issuance of this order. The contractor shall complete the facility inspections and document review with 10 days of award of this scope of work. All necessary corrections to the plan shall be accomplished within an additional 10 days. A non-competitive negotiation is proposed with Carpenter Environmental in accordance with FAR 6.302-1 Only One Responsible Source because Carpenter Environmental prepared the most recent updates of the installation's Discharge Prevention Containment and Countermeasure and Discharge and Removal plans. Therefore, Carpenter Environmental is familiar with the installation's facilities and knowledgable of the content of the plans to be renewed and updated. Procuring their services for this project will result in significant savings for the US Governa ment See numbered note 22. http://procnet. pica army mil/cod/RFP/O1R0610/01R0610 htm US ARMY TACOM-ARDEC Procurement Network [email protected] army mit ANTHONY C. KENDRELL (D-236 SN50V9C7)
Naval Inventory Control Point - Mechanicsburg, Code.M2522, PO Box 2020, Mechanicsburg, PA 17055-0788 DEPOT LEVEL REPAIRABLES BOA SOL N00104-97-G-A612 POC MI The scope of work, which may include the acquisition of piece parts is for the restoration of depot level repairables of the AN/SYS-1/2, ANSPS40B/C/D/FC-1) and AN/SPS-40 RADAR Systems. The restored items el be returned to supply system stock or issued for immediate Fleet use Several major items to be restored are: NSN 7H 5840-00-476-7045, CARCUIT CARDS, PART NUMBER 3011539. NSN 7H 5840-00-476-7046, CRCUIT CARDS, PART NUMBER 3011541, NSN 7H 5840-00-476-7054. CRCUIT CARDS, PART NUMBERED 3011553. Technical data is not available and cannot be furnished. Contact the form of Northrop Grumman Norden Systems, 10 Norden Place, P. O. Box 5300, Norwalk, CT 06856 for subcantracting opportunities. See note 22. (W-236 SN50V8YO)
Maintenance, Repair, and Rebuilding of Equipment
3rd SYS/SVK, Bldg 6-920, Elmendort AFB, AK 99506-2550 6SPONSORSHIP FOR IN KIN DONATIONS FOR THE YOUTH CENTER BICYCLE RODEO AND FUN RUN SOL SVS-SCS-307-01 DUE 042602 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendort Youth Center Bicycle Rodeo and fun Run to be held on May 11, 2002: We are seeking $1000 for bicycles, door prizes and food items, and monetary doantions to help off set the cost. Appoximately 150-250 attendees at the event. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base Sponsors may set up booths and display banners at the event Representation of the sponsors will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than May 10, 2002. This is a solicitation by a nomappropriated funds instrumentality of the United States Government. It does not obligate funds of the government ***** http / www topcover af mit/web1/servicef Screamin' Eagle Newsletter/ 3rd Services Squadron angela , mil 3rd Sevices Marketing and Publicity Ofice (W-236 SNSOV9M0)
1940 Allbrook DR STE 3 Wright-Patterson AFB, OH, 45433 14433601-01-R-0062 SOL F33601-01-R-0062 DUE 090701 POC LI Apryle Taylor (937) 257-6803 ext. 4200 This is a combination solicitation/ synopsis for commercial services to be performed at Wright-Patterson Air Force Base, OH 45433-5653 Period of Performance is I Oct 01---30 Sep 02 Four one-year (365 days) options may be awarded NAIC code 541330 size standard $SM. Proposed acquisition is 100% set aside for small business. A Firm Fixed Price Contract is Contemplated to furnish all personnet, equipment, tools, materials, vehicles, supervision and other items and services necessary to perform inspections, testing, and preventive maintenance Diesel and Electric Fire Pumps, and of the Ultraviolet/ Infrared (UVAR) Fire detection devices. Heat detectors, all associated control panels, mechanisms and equipment which activate the Aqueous FilmForming Foam (AFFF) fire suppression systems for the facilities. The inspection and testing as specified in the Statement of Work. The site of the work is various buildings at various locations in Areas A, B, and C on Wright-Patterson Air Force Base. The following paragraphs (a) thru fd) are supplemental instructions (addendum to provision 52.212-1) to ofterors for development of quotes (a) Purpose: These instructions prescribe ibe format of the quote and describe the approach for the developnient and presentation of quoters' data. They are designed to ensure the submission of information essential to the understanding and comprehensive validation of quotes. The instructions permit the inclusion of any additional data or information the offeror deems pertinent. Ollerors
Southwest Contracting Center MEDCOM, William Beaumont AMC, ATTN MCAA SW, 5005 N Piedras St, El Paso, TX 79920-5001 MAINTENANCE SERVICES FOR BLOOD GAS ANALYZERS SOL DADA0901-1-0466 DUE 091101 POC PAT SINGER, Contracting Specialist 915-5692941, Kathy Parkin, Contracting Officer, 915-569-2815 Provide non-personal services, personnel, labor, tools, parts, equipment, transporation, etc., for the maintenance support of two each Radiometer blood gas and lyzer, models 520. Period of performance is 1 Oct Ol thru 30 Sep 0? with four option periods. All responsible source smay submit a proposal which shall be considered by this agency. No telephone request for solcistion will be accepted. FAX request for solicitation are accepted at 915569-2959. Solicitation is available to intrested parties through electronic data interchange (EDI). (W-236 SN50V8Z7)
Department of Veterans Affairs (90C), VA Medical Center, Atite Contracting Officer, Mountain Home, Tn 37684 I-ELEVATOR MAINTENANCE SOL 621-02-01 DUE 09190) POC Kerwin H. Fulton, Contracting Officer; PH (423) 979-3580 The Contractor shall provide all management, tools, supplies, equipment and tabor necessary to perform preventative maintenance for the elevators at the sames H Quillen VAMC, Mountain Home, Tennessee, in a manner that will ensure
continuous and safe operation and in accordance with standards stated in the Specifications. Elevators are various manufacture, sizes, and types including 16 passenger elevators, 5 freight elevators, and I service elevator located in 9 separate buildings. This procurement shall be pro-, cured and awarded using the commercial item procedures. The term shall be from the Date of Award through September 30, 2002 with Government option to extend the term of the contract for four (4) additional oneyear periods. This procurement is for small and large business concerns. The RFQ issue date is 27 August 2001. The closing date is September 19, 2001. NAICS Code 235950 applies to the principal nature of this acqui-. sition. The applicable size standard is $5 million. Potential offerors may request a copy of the solicitation by sending a written request to the address above or by fax to (423) 979-3544. Documents will available on August 27, 2001. All responsible offerors are wited to submit an offer which shall be considered by the agency. kerwin. Elevator Maintenance RFQ (W-236 SN50V913)
Asheville, N.C. in accordance with all terms and conditions of this solicitation for the period of one year from October 1, 2007 through September 30, 2002. Awarded contract may be extended for four additional years subject to the availability of funds. Equipment includes such brand games as Trane, York, Carrier and McQuay. Proposals will be considered only from contractors who are financially responsible and have the necessary equipment and personnel to furnish service required. The NAICS Code is 811310. Copies of this solicitation will be available on 8/30/01 and requests may be faxed on company letterhead to Contract Specialist (828) 299-2501. Telephone, requests will not be honored. (W-236 SN5OV938)
cashier's check or money order for $10.00 made payable to the Department of Veterans Affairs. No telephone requests will be accepted. Any amendments issued to this solicitation will also be available at the URL address. Offerors are advised that they are responsible for obtaining amendments. Offerors should contact VA Central Office (202) 273-8829 regarding any problems downloading the solicitation from the website. (W-236 SN50V9A5)
Supervisor of Shipbuilding, Conversion and Repair, USN, Naval Station, Box 368119. San Diego, CA 92136-5066 CAC 48, 59, 63, 78. & 80; RAV SOL N62791-02-R-0003 DUE 100801 POC Patricia A. Pauley (619) 556-2309 The purpose of this modification is to notify potential offerors that this procurement is a Small Business Set-Aside." http://cbdnet access.gpo.gov J-LCAC 48, 59, 63,78. & 80, RAV J-LCAC 48, 59, 63, 78, & 80; RAV (W-236 SNSOV919)
VA Medical Center, Attn: Contracting Officer (900), 1670 Clairmont Rd., Decatur, GA 30033 MAINTENANCE SERVICES FOR TWO (2) SCRIPTPRO SP200 PRESCRIPTION PACKAGING SYSTEMS SOL RFP 508-63-02 DUE 101601 POC Jeff Miller, 404-728-7736, FAX 404-728-7758, Jeff Miller Med.VA.GOV Contractor will furnish labor, parts, supplies and equipment necessary to provide full maintenance, emergency service and periodic preventive maintenance inspections for two (2) Scriptpro SP200 Prescription Pack-, aging Systems including all associated equipment. Contractor will respond to all emergency service and emergency after-hours service calls by phone within four (4) hours. Contractor will provide an on-site response time of no more than six (6) hours and be required to repair the equipment and place it back in service within twenty-four (24) hours. Interested parties may request solicitation RFP 508-63-02 from Jeff Miller in writing (no verbal request will be honored) at the above address, Faxed or Ea. Mail requests are acceptable (FAX)404-728-7758, Mail)Jeff Miller @VA. Med. Gov. "Estimated" issue date is 9-14-01. (W-2362 SN50V 948)
VA Medical Center, Atin: Contracting Officer (900), 1670 Clairmont de MAINTENTA GA 2003. IS FOR AN HP M2400A, HP SONOS 2500, AND Rd., Decatur, TWO (2) HP SONOS 5500 SOL RFP 508-60-02 DUE 101801 POC Jeff Miller @ 404-728-7736, FAX 404-7287758, E-Mail Jeff , Contractor will furnish labor, parts, supplies and equipment necessary to provide full maintenance, emergency service and periodic preventive maintenance inspections for an HP, M2400A Intravascular Ultrasound Imaging System HP Sonos 2500 Ultrasound Imaging System, and two (2) HP Sonos 5500 Ultrasound, Imaging Systems, including all associated equipment. Contractor will respond to all emergency service and emergency atter hours service calls by phone within one (1) hour. Contractor will provide an on-site respose time of no more than four (4) hours and be required to repair the equipment and place it back in service within twenty-four (24) hours. Interested parties may request solicitation RFP. 508-60-02 from Jeff Miller in writing (no verbal requests will be honored) at the above address. Faxed or E-Mail requests are acceptable (FAX) 404728-7758, (E-Mail) Jeti. . Gov. "Estimated" issue date is 9, 17-01. (W-236 SN5OV9A7) VA Medical Center, Attn: Contracting Officer (900), 1870 Củaiment Rd., Decatur, GA 30033 MAINTENANCE SERVICES FOR A GE QEC 9800 RADIOGRAPHIC CARM IMAGING SYSTEM SOL RFP 508-64-02 DUE 101801 POC Jeff Miller, @ 402-728-7736, FAX 404-7287758, E-Mail Jeff . Gov Contractor will furnish labor, parts, supplies and equipment necessary, ODP ide full maintenance, emergency service and periodic preventive naintenance inspections for a GE OEC 9800 Radiographic Ciaro Imaging System, including all associated equipment. Contractor, will respond to all emergency service and emergency after-hours service calls by phone within one (1) hour. Contractor will provide an on-site respose time of no more than four (4) hours and be required to repair the equipment and, place it back in service within twenty-four (24) hours. Interested parties may request solicitation RFP 508-64-02 from Jeff Miller in writing (no verbal requests will be honored) at the above address. Faxed or EMail. requests are i acceptable (FAX) 404-728-7758, (E-Mail) Jeff [email protected] Med. Gov. "Estimated" issue date.is, 9-18-01. (W-236 SN50V9B2)
US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202 ORIGINAL REPLACEMENT PARTS_DISTRICT DERRICK BOAT NUMBER 10 SOL NA DUE 091001 POC James Cook or Kristal Jones at 615736-7276 This inquiry is made to inform industry that the Nashville District is preparing to award a Sote Source contract for parts, supplies, and materials in excess of $100,000.00 to AmClyde Engineering Products Inc. 240 East Plato Boulevard, St. Paul, MN, 55107. This will be for repair parts for the Bull Gear and assemblies for Nashville District's Derrick Boat #10, manufactured by Clyde Iron Works (now Am Clyde), Serial Number CW4024. This boat was erected in the 1977/1978 timeframe. These repair parts are required under Engineering Manual 385-1-1, Section 16 C 20, "to have at least the original design factor; replacement parts for loadbearing and other parts shall be either obtained from or certified by the Original Equipment Manufacturer (OEM)”. Being that the original manufacturer is AmClyde and that most of these parts must be fabricated, no other competition is known. If there is another source for these parts that can meet the requirements stated in the Engineering Manual above, contact POC as soon as possible. AmClyde parts are listed below in the following format: Part Number, Part Description Quantity 62T399 Shaft 1, 805424 Seal-Oil (S/S 500328) 2, 11/150 Pinion-with key 1, K10340Spacer 1, K10438 Spacer I, MRC420R Bearing-Ball 1, 216M BearingBall 1, 117563 Gear-Vertical Swing Shaft 1, 621438 Shaft-Vertical 1, 221230 Filter Collar 1, 25/346 Bushing 1, 253345 Bushing 1, 28J521 Retainer 1, 283520 Retainer 1, 11J252 Pinion-Bull 1, 11H54 Gear-Bull (8 segments) 8, 118J97 Plate-Support 1, 118/96 Plate-Support I. Freight Charges for the above parts shall be FOB Destination: U.S. Army Corps of Engineers, 1180 Cinder Road, Old Hickory, Tennessee 37138 "All responses must be addressed to: U.S. Army Engineer District, Nashville, ATTN: Contraction Division (Cook/Jones), PO Box 1070, Nashville, Tennessee 37202. This inquiry will end at the close of business on 10 September 2001 (W-236 SN50V 920)
VA Medical Center, Attn: Contracting Officer (900), 1670 Clairmont Rd., Docatur, GA 30033 1- MAINTENANCE SERVICES AN IMMUCOR ABS2000 BLOOD BANK SYSTEM SOL RFP 508-61-02 DUE 101702 POC Jeff Miller, 404-728-7736, FAX 404-728-7758, Jeff Miller Med. VA. Gov Contractor will furnish labor, parts, supplies and equipment necessary to provide full maintenance, emergency service and periodic preventive maintenance inspections for an Immucor ABS2000 Blood Bank System, including all associated equipment. Contractor will respond to all emergency service and emergency after-hours service calls by phone within four (4) hours. Contractor will provide an on-site response time of no more than six (6) hours and be required to repair the equipment and place it back in service within twentyfour (24) hours. Interested parties may request solicitation RFP 508-6102 from Jeff Miller in writing (no verbal request will be honored) at the above address. Faxed or E-Mail requests are acceptable (FAX)404-7287758, (E-Mail)Jeff [email protected] Med. Gov. "Estimated" issue date is 9-1501.(W-235 SN50V949)
Base Contracting Office, 159 FW/LGC, LA ANG, 400, Russell Avenue, 73 Naval Air Station Joint Reserve Base, New Orleans, LA 70143 0027 ABONDED LIGHTNING PROTECTION SYSTEM FOR AIRCRAFT SHELTERS SOL DAHA 16-01-R-0204 DUE 09170) POC MSgt . Roderick H. Blouin (504) 391-8371 Subject Solicitation is reopen in its entirety, Rescinded Submission No. 50V6U4, dated August 22, 2001. Requests for solicitation may, be requested after 28 Aug 01 Vја e-mail to [email protected] ang at.mil; letter to 159 LSALGCV, LA ANG, 400 Russell Ave, NAS-JRB, New Orleans, LA 70143-0027, or FAX to (504) 34918372, Attn: MSgt Roderick H. Blouin *****, roderick Contract Speicalist (W-236 SN50V975)
Contracting Division, PO Box 8368, Marine Corps Baso, Camp Lejeune, NC 28547-8368 MAINTENANCE AND REPAIR OF EQUIPMENT MEDICAL ULTRASOUND SOL M67001-01-0-0041 POC Contract Specialist Suzy Geobagan, 910-451-3072 Service maintenance agreement for Acuson and Sequola Ultrasound Systems located in the Radiology Department at Naval Hospital, Camp Lejeune to include preventative maintenance, on-call seryice, necessary adjustments parts, labor and travel expenses. The resultant contract will be for the period, 01 October 2001 through 30 September 2002. Procedures to be used in awarding the contract will be under a written quotation with an anticipated award date of 1 October 2001. Solicitation requests should be submitted in writing via fax to 910-451-2332 indicating request for quote number, contractor's name, street address, telephone number (comm and fax), point of contact and business type (small, disadvantaged, or large). In order to receive an award, the vendor must be registered on the Central Contractor Registration site at www.cCr2000.com. All responsible sources may submit an offer which will be considered. See Numbered Note 1: [email protected], usmc.mil USMC Contracting Division, Camp Lejeune, NC (W-236 SN50V9E3),
Supervisor of Shipbuilding. Conversion and Repair, USN, Nayat Station, Box 368119, San Diego, CA 92136-5066 USS CONSTELLATION (CV, 64); SRA SOL N62791-01-R-0078 DUE 091901 POC Patricia A Pauley (619) 556-2309 The purpose of this modification is to cancel this synopsis in its entirety http://cbdnet access.gpo.gov ) -USS CONSTELLATION (CV 64), SRA J-USS CONSTELLATION (CV 64); SRA (W236 SNSOV 992)
VA Medical Center, Attn: Contracting Officer (90C), 1670 Clairmont Rd., Decatur, GA 30033 MAINTENANCE SERVICES FOR AN AUTOMED PRESCRIPTION PACK AGING SYSTEM SOL RFP 508-62-02 DUE 101501 POC Jeff Miller, 404728-1736, FAX 404-728-7758, Jell. [email protected] VA.Gov Contractor will furnish labor, parts, supplies and equipment necessary to provide full maintenance, emergency service and periodic preventive maintenance inspections for an Automed FDS300 Prescription Packaging System, SN: 01029, includ. ing all associated equipment. Contractor will respond to all emergency service and emergency after-hours service calls by phone within two (2), hours. Contractor will provide an on-site response time of no more than six (6) hours and be required to repair the equipment and place it back in service within twenty-four (24) hours. Interested parties may request solicitation RFP 508-62-02 from Jeff Miller in writing (no verbal request will be honored) at the above address. Faxed or E-Mail requests are acceptable (FAX)404-728-7758, (E-Mail)Jeff [email protected] Med. Gov. "Estimated" issue date is 9-14-01. (W-236 SN50V931)
Supervisor of Shipbuilding. Conversion and Repair, USN, Naval Station, Box 368119, San Diego, CA 92136-5066 CÁc 1, 33, 41; Ray sot N62791-02-R-0002 DUE 102201 POC Patricia A. Pauley (619) 556-2309 The purpose of this modification is to notify potential offerors that this procurement is a "Small Business Set-Aside." http://cbdnet.access.goo .gov J-LCÁC 16, 33, 3 81, RAY J-LCAC 16, 33, & 81; RAV (W-236 SN50V933)
Department of Yeterans Affairs, William Jennings Bryan Dorn 29209-1639 1- MAINTENANCE AND REPAIR OF IMAGING SYSTEMS EQUIPMENT SOL 544-103-01 DUE 101001 POC Joyce Koon. Contracting Officer WJBD VA Medical Center, Columbia, SG is soliciting offers maintenance and repair of three (3) Kodak Dryview Laser Imagers and two (2) Kodak Cassette Loaders. Period of performance is October-d, 2001. through September 30, 2002. Contract type is Firm Fixed Price. NAICS Code 811219 applies and the small business size is $5,0 million. Procurement is 100% small business set aside Using a cascading procurement strategy order, any award sesuited from this solicitation will be made on a competitive basis to an eligible small business concern, provided that a minimum of two (2) competitive offers are received from eligible small business concerns. If a minimum of two (2) offers from eligible small business concerns are not received, the award will be made on the basis of full and open competition from among all responsible business concerns submitting offers. This procurement is issued as a commercial item in accordance with FAR Part 12 and conducted under a combination of FAR Part 13, Simplified Acquisition Procedures and FAR Part 15, Negotiations. Hard copy and electronic versions of the solicitation will be available on or about September 6, 2001 Electronic solicitation may be obtained FREE at the following URL: http://www.va.gov/oa&mm/dusopp/sis.htm. Requests for hard copy solicitation must be in writing to the Contracting Offices at WJBD VA Medical Center and accompanied by a nonrefundable
Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill Air Force Base, UT 84056-5825 REPAIR TESTING 615 AIR OIL COOLERS SOL F42630-01-R-21240 DUE 101501 POC Steve Wall/Likp/18011777-6351, For additional information contact Steve WallAlikp[8011777-6351 The Government intends to establish a requirements type contract with a basic one year and four one year options for the essential repair and testing of F-15 Air Oil Coolers JAW Government specifications. Item 2001, NSN 2930-01-004-3866YP or 2930-01-163-8153YP, P/N: 159490-3-1or 159490-3-2 or 159490-3-3 or L8600303-2, BEQ 200 Each. To include all required reports and data. Delivery will be 30 days ARR at 15 each per month. The approximate issue/response date will be 13 SEP 2001. Electronic procedure will be used for this solicitation. See our Web page. To: Thomas Instrument And Machine Co. Brookshire Tx 77423 0999. To: Honeywell, Phoenix, AZ 85072., To: Hughes-Treitler Mtg. Corp. Graden City, NY 11530. TO: LORI/AFFIL FO NORDAM, Tulsa, OK 74101. To: Limco-Airepair, Tulsa, OK 74107. It is suggested that small business forms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION Contractor must be registered with Central Contractor Registration to be ekgible for contact award or payment from
Contracting Officer (637/90C), VA Medical Center, 1100 Tunnel w Road, Asheville, NC 28805 MAINTENANCE OF CHILLERS AND BOILERS SOL 637-34-01 DUE 091701 POC Karen A. Ramsey. Contract Specialist. (828) 299-5994 Contractor shall provide full service maintenance and seasonal inspection on six(6) chillers and two(2) cooling towers at this VA Medical Center,
any DOD activity Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com http://www fedbizops.gov Click here to obtain/view a solicitation. Steve [email protected] At Mil Click Here to E-mail Buyer***** (1-236 SN50V9H5)
8 118J97 Plate, Support 1 118196 Plate, Support 1 Freight Charges for the above parts shall be FOB Destination: U.S. Army Corps of Engineers, 1180 Cinder Road, Old Hickory, Tennessee 37138. All responses must be addressed to: U.S. Army Engineer District, Nashville, ATTN: Contraction Division (Cook/Jones), P.O. Box 1070, Nashville, Tennessee 37202. This inquiry will end at the close of business on 10 September 2001. james (W-236 SN50V902)
shall provide labor, supplies, materials, equipmentand supervision to perform the following work at Torreon Day School, Cuba, New Mexico. Torreon day School is located on the Navajo Indian Reservation. General Scope of Work: 1. Assemble and install two (2) hot water boilers 2. Remove existing expansion tank and install new expansion tank 3. Modify existing IRI gas train and associated equipment, valves, regulators 4. Reinsulate existing and all new lines with fiberglass insulation 5. Connect border supply and return lines to existing heating system. 6. System shal te fully-operational upon completed of project 1. Install new commercial grade header supply valves and return shut of valves Estimated price range $60,000.00. This acquisition is set aside for Small Business Site visit is schedule on September 11, 2001 at 9:00 a.m., arrangements can be made through Chad Bourgoin, Environmental Specialist at 505! 786-6175. Deadline to submit bids is September 24, 2001 and awarding on September 28, 2001. No telephone request will accepted. Written it quest by fax only at 505/786-6108. (W-236 SN5OV9E6)
Naval Hospital, Bldg H-2091, Purchasing, Jacksonville, FL 32214 7107 -MAINTENANCE CONTRACT ON GOVERNMENT OWNED AGILENT TECHNOLOGIES VIRIDIA MONITORING SYSTEM(S) SOL N00232-02-Q-0002 DUE 092101 POC Cathy L. Bianchi, 904/542-7715 X 104, or Sue Middleton X 105, e-mail [email protected] med navy mil Ismiddleton @sar med.navy.mil Naval Hospital Jacksonville has a requirement for a "First Look" maintenance contract on government owned Agilent Viridia Monitoring System(s). Contract shall be for the period 01 Oct 01-02 Sep 30 with one (1) option period. Contractor must have FDA approval to perform this service. Service Technicians must have OEM Certificates of Training, and parts must be OEM, References, minimum of five (5), shall be required. Equipment is located at Naval Hospital, 2080 Child Street, Jacksonville, FL. Requests for the solicitation will be accepted by hard copy, phone, fax, or e-mail. Bids will be accepted by hard copy, fax, or e-mail no later than close of business, 4:30p.m. (EST), on 01 Sep 21. Fax number is 904/542-7728. [email protected] med navy.mil Click here to contact the Purchasing Agent (W-236 SN50V 9L2)
US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202 I-ORIGINAL REPLACEMENT PARTS DISTRICT DERRICK BOAT NUMBER 10 SOL NA DUE 091001 POC James Cook or Kristal Jones at 615736-7276 This inquiry is made to inform industry that the Nashville District is preparing to award a Sole Source contract for parts, supplies, and materials in excess of $100,000.00 to AmClyde Engineering Products Inc., 240 East Plato Boulevard, St. Paul, MN, 55107. This will be for repair parts for the Bull Gear and assemblies for Nashville District's Derrick Boat #10, manufactured by Clyde Iron Works (now AmClyde), Serial Number CW4024. This boat was erected in the 1977/1978 timeframe. These repair parts are required under Engineering Manual 385-1-1, Section 16.C.20, "to have at least the original design factor; replacement parts for load bearing and other parts shall be either obtained from or certified by the Original Equipment Manufacturer (OEM)". Being that the original manufac. turer is AmClyde and that most of these parts must be fabricated, no other competition is known. If there is another source for these parts that can meet the requirements stated in the Engineering Manual above, contact POC as soon as possible. AmClyde parts are listed below in the following format: Part Number, Part Description, Quantity. 627399 Shaft 1, 805424 Seal-Oil (S/S 500328) 2, 11150 Pinion-with key 1, K10340 Spacer 1, K10438 Spacer 1. MRC420R Bearing-Ball 1, 216M BearingBall. 1, 11T563 Gear-Vertical Swing Shaft 1, 62T438 Shaft-Vertical 1, 221230 Filler Collar 1, 254346 Bushing 1, 253345 Bushing 1, 281521 Retainer 1, 28J520 Retainer 1, 11/252 Pinion-Bull 1, 11H54 Gear-Bull (8 segments) 8. 118J97 Plate-Support 1, 118196 Plate-Support 1. Freight Charges for the above parts shall be FOB Destination: U.S. Army Corps of Engineers, 1180 Cinder Road, Old Hickory, Tennessee 37138. All responses must be addressed to: U.S. Army Engineer District, Nashville, ATTN: Contraction Division (Cook/Jones), P.O. Box 1070, Nashville, Tennessee 37202. This inquiry will end at the close of business on 10 September 2001. [email protected], army.mil (W-236 SNSOV926)
Bureau of Indian Affairs, Office Indian Education Program, P.O. Box 328, Crownpoint, NM 87313 REPLACE EXISTING 4,000 GALLON BULK LPG STORAGE TANK FAN SOL N342601504 DUE 092401 POC Jacqueline Cambridge-Belen, 505/7866103 Contractor shall provide labor, supplies, materials, equipment, lesting equipment and supervision to furnish and install a complete and tested bulk storage liquefied petroleum gas (propane) tank and distribution system at Torreon Day School, Cuba, New Mexico. Torreon Day School is located on the Navajo Indian Reservation. The estimated price range is $75,000.00. This acquisition is set aside for Small Business. Site vist is schedule on September 11, 2001 at 1:00 p.m., arrangements can be made through Chad Bourgoin, Environmental Specialist at 505/786-6175 Deadline to submit bids is September 24, 2001 and awarding September 28, 2001. No telephone request will be accepted. Written request by far only at (505) 786-6108. (W-236 SN50V9G1)
Naval Hospital, Bldg H-2091, Purchasing. Jacksonville, FL 32214 7107 HTUBE REPLACEMENT AGREEMENT FOR GOVERNMENT OWNED GE XRAY EQUIPMENT SOL N00232-02-0-0016 DUE 092101 POC Cathy L. Bianchi, 904/542-7715 X 104, or Sue Middleton, X 105, or e-mail [email protected] med navy.mil or [email protected] med navy.mil Naval Hospital Jacksonville has a requirement for tube replacement agreement for government owned GE Medical X-Ray equipment located at Naval Hospital jacksonville, FL Branch Medical Clinic, Jacksonville, FL; Branch Medical Clinic, Mayport, FL; Branch Medical Clinic, Key West, FL; Naval Ambulatory Care Center, Kings Bay, GA; Branch Medical Clinic, Athens, GA and Branch Medical Clinic, Albany, GA for Base Year Period 01 Oct 01-02 Sep 30, with two (2) Option Year Periods. Certificates of Training on the specific equipment by the OEM will be required. References, minimum of three (3), for specific type of maintenance/tube replacement will be required. Requests for the solicitation will be accepted by hard copy, phone, fax, or e-mail. Bids will be accepted by hard copy, fax, or e-mail no later than close of business, 4.30p.m. (EST), on 01 Sep 21. Fax number is 904/542-7728 [email protected] med navy.mil Click here to contact the Purchasing Agent (W-236 SN50V9M6)
I Technical Representation Services
Supervisor of Shipbuilding. Conversion and Repair, USM, Naval Station, Box 368119, San Diego, CA 92136-5066 IUSS SALVOR (ARS 52); PMĀ SOL N62791-02-R-0007 DUE 101801 POC Patricia A. Pauley (619) 556-2309 Perform miscellaneous topside repair and alterations on the USS SALVOR (ARS 52) PMA. Work is to be performed at Pearl Harbor Naval Station. Contract dates 16 Jan 02 through 20 Mar 02. This is a Small Business Set-Aside. All coastwide sources who currently hold, or are qualified for and willing to enter into an Agreement for Boat Repair (DFAR 217.17) prior to award, may submit a bid which shall be considered by this agency. Firms which do not possess a Master Ship Repair Agreement/Agreement for Boat Repair (as applicable) are ineligible for award unless adequate time exists to permit the Navy to perform an assessment of their MSRA/ABR application and to execute the applicable to distribute the applicable NAVSEA Standard Items. These contract documents may be examined or obtained at Supervisor, Box 368119, SUPSHIP Bldg. 17, 3600 Surface Navy., San Diego, CA 921365066, Code 230 http://cbdnet access gpo gov J-USS SALVOR (ARS 52); PMA -USS SALVOR (ARS 52); PMA (W-236 · SN50V9M9)
Directorate of Contracting. US Army Garrison, Hawaii, ATTN: APVG GKL, Fort Shatter, HI 96858-5025 TECHNICAL REPRESENTATIVE SERVICES SOL DAPC50-01-R-0072 DUE 091501 POC Marigil Sabado PH: (808)438-6535 x 190 Fax: (808)4386563 This Government intends to negotiate with Sikorsky Support Services, Inc. (Sikorsky Aircraft), 6900 Main St., Stratford CT, on a sole source basis for services on one (1) Technical support representative to support the UH-60 Helicopter Fleet at Wheeler Army Airfield, Island of Oahu, Hawaii. Period of Performance is October 1, 2001 through 30 September 2002 with 2 prepriced option periods. SIC 8999—Services, NEC Issue date is on or about 08/30/2001. Telephone requests will not be honored. This is a recurring requirement. To obtain a copy of the previous bid abstract, name of current contractor, and/or current contract pricing; forward a written request via facsimile to Marigil Sabado, (808)438-6563 x 190. See Note 22 (for sole source). (W-235 SNSOV8S6)
Contracting Division, P O Box 8368, Marine Corps Base, Camp Lejeune, NC 28547-8368 P-SCRAP TIRES RECYCLING SOL M670010100042 POC Contract Sce cialist Carol Bean, 910-451-3071 Service contract for removal of sow tires to be recycled for Marine Corps Base, Camp Lejeune, NC, and are Corps Air Station Cherry Point, NC. Contractor must be a NC EPA apprzed scrap tire permit holder, and transporter. The Contractor shall pronte completed copy of the tire manifest and provide documentation that identifies the NC EPA permitted scrap tires carrier, recycling facility, or other authorized disposal facility. Contractor shall be responsible for returning the original copy of the sign manifest to DRMO Lejeune within 10 working Days after date of shipment Contractor shall be required to provide a Certificate of Recycling to DRMO Camp Lejeune, NC within 60 Days of removal. The resultant contract will be for the base period 01 October 2001 through 30 September 2002, and two price out options periods of 01 October 2002 through 30 September 2003, and 01 October 2003 through 2004. Procedures to be used in awarding the contract will be under a written quotation with an anticipated award date of 01 October 2001. Solicitation requests should be submitted in writing via fax to 910451-2332 indicating request for quote number, contractor's name, street address, telephone number (comm and fax), point of contact and business type (small, disadvantaged, or large). Award will be made to enly an offeror registered on the Central Contractor Registration site at www.ccr 2000.com. All responsible sources may submit an offer which i be considered. See Numbered Note 1. USMC Contracting Division, Camp Lejeune, NC (W-236 SN50V9F8)
U.S. Special Operations Command, Attn: AMSAM-AR-Z-A-K, Bldg 401, Leo Blvd., Fort Eustis, VA 23604-5577 1-FIELD SERVICE REPRESENTATIVE FOR MH-47 AIRCRAFT AT HUNTER ARMY AIR FIELD SOL USZA95-98-C-0020 Option DUE 091401 POC Robert S. Blaine, Phone 757-878-5223 X245, fax 757-878-4199 Field Service Representative for MH-47 Aircraft at Hunter Army Air Field, Contract USZA9598-C-0020 proposed Modification P00006, Exercise of Option for FY 2002. Responses DUE 09/14/01, POC Robert S. Blaine, Phone 757-878-5223 x245, fax 757-878-4199 DESCRIPTION: Exercise of Option, Contract USZA95-98-C-0020, The Boeing Comapny, Philadelphia, PA 19142. The government intends to exercise the option for the Field Service Representative services to assist the 160th SOAR in operating and maintaining MH47 Aircraft. The option period will be from 1 Oct. 2001 to 30 Sep. 2002. The government intends to exercise this option prior to 30 Sep. 2001. Click here to contact the contract specialist (W-236 SN50V959)
1. Maintenance, Repair, and Rebuilding of EquipmentPotential Sources Sought
M Operation of Government-Owned Facilities
US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202 ORIGINAL REPLACEMENT PARTS_DISTRICT DERRICK BOAT NUMBER 10 SOL NA DUE 091001 POC James Cook or Kristal Jones, 615736-1276 This inquiry is made to inform industry that the Nashville District is preparing to award a Sole Source contract for parts, supplies, and materials in excess of $100,000.00 to AmClyde Engineering Products Inc., 240 East Plato Boulevard, St. Paul, MN, 55107. This will be for repair parts for the Bull Gear and assemblies for Nashville District's Derrick Boat #10, manufactured by Clyde Iron Works (now Am Clyde), Serial Number CW4024 This boat was erected in the 1977/1978 timeframe. These repair parts are required under Engineering Manual 385-1-1, Section 16.C.20, "to have at least the original design factor; replacement parts for load bearing and other parts shall be either obtained from or certified by the Original Equipment Manufacturer (OEM)". Being that the original manufacturer is AmClyde and that most of these parts must be fabricated, no other competition is known. If there is another source for these parts that can meet the requirements stated in the Engineering Manual above, contact POC as soon as possible. AmClyde parts are as identified below: Part Description $ Each Oty Delivery Weeks $ Extended 627399 Shaft 1 805424 Seal Oil (S/S 500328) 2 11/150 Pinion, with key I K10340 Spacer 1 K10438 Spacer | MRC4ZOR Bearing, Ball I 216M Bearing. Ball 1 117563 Gear, Vertical, Swing Shatt 1 627438 Shaft, Vertical I 22/230 Filter Collar 1 253346 Bushing 1 251345 Bushing 1 281521 Retainer 1 281520 Retainer 11252 Pinion, Bult I 11H54 Gear, Bull (8 segments)
US Army Operations Support Command, Attn: AMSOS-CC, Rock Island, IL 61299-6500 M-RADFORD AAP FACILITY USE COMPETITION SOL daaa0900r0137 POC Norman Brown 309-782-3709 CBD Notice dated August 16, 2001 concerning competition of Radford AAP is is hereby revised to extend issuance of the final draft RFP to 17 Sep 01 and completion of site visits to 2 Nov 01. http://www.osc.army.milpadds web/open.asp "click here to download a copy of RFP "click here to contact the contracting office via email" (W-236 SN50V914)
National Hansen's Disease Program, DHMS, Attn: General Services Office, 1770 Physicans Park Drive, Baton Rouge, La 70816-3222 A INDEPENDENT/ASSISTED LIVING SERVICES SOL NHDP-02-R-0001 POC Suzanne Shumate, 225-756-3787 (Voice), 225-756-3786 (FAX) The National Hansen's Disease Programs (NHDP) requires Assisted and inde pendent Living residency services for up to 32 individuals, ranging from 55 to 93 years old with varying needs of assistance. This is a finete population the NHDP does not accept new long term residents. The can tractor shall provide all labor, supervision, facilities, materials, equipment and supplies to furnish services including, but not limited to, meals, per sonal care, housekeeping, transportation and social and recreational serv ices and events. The facility shall be located within the Baton Rouge, Louisiana Metropolitan Area. A combination of private apartments and public areas shall be available to provide services to the facility residents Facility will be required to meet all federal, state and local codes and regulations. The NHDP will consider for award both existing and planned facilities. Delivery orders will provide for individualized plans for each resident under this contract, depending on their needs. A faed-price, requirements contract is contemplated. The base period of the contract shall be from date of occupancy for a period of one year, with up to 9 one-year options. Solicitation NO. NHDP-02-R-0001 will be issued on or about October 1, 2001. Solicitation will be prepared as a commercial item procurement in accordance with the format in Federal Acquisition Regulation (FAR) Part 12. Only written requests for the solicitation w be honored. Requested can be mailed to NHOP, Attn: Suzanne Shurate, 1770 Physicians Park Drive, Baton Rouge LA 70816, or faxed (FAX + 225 756-3786) or email to . All requests must idectty the solicitation number, company name, mailing address, name of a peint of contact, telephone number, and fax number. click here tocontact the contracting officer na e-mail (W-235 SN5OV8L1)
N Installation of Equipment
Bureau of Indian Affairs, Office Indian Education Program, P.O. Box 328, Crownpoint, NM 87313 REPLACE AND INSTALL HEATING BOILER SYSTEM SOL N342601505 DUE 092401 POC Jacqueline Cambridge-Belen, 505/786-6103 Contractor
DHHS, Aberdeen Area Indian Health Service, 115 4th Avenue Southeast, Room 309 Federal Building, Aberdeen, South Dakota 57401 PODIATRY SERVICE FOR THE SISSET ON PHS, IHS HOSPITAL,'S EAST CHESTNUT STREET, SISSETON, SOUTH DAKOTA 57262, ATTN: CLINICAL DIRECTOR. SOL RFQ-01-098 DUE 092101 POC Bernita La Belle, Lead Pur chasing Agent or Ronald J. Sieler, Contract Specialist at (605) 226-7669 The Aberdeen Area Indian Health Service proposes to award a Multi-Year, Firm Fixed-Price, Non-Personal Healthcare Service Contract for a Board Certified Podiatrist to provide on-site podiatry service one day a month each month of a Fiscal Year, the day will be determinied by the Clinical Director for the Sisseton PHS, IHS Hosptial, 5 East Chestnut Street, Sisset on, South Dakota 57262, Attn: Clinical Director, Job duties will be performed as outlined in the Statement of Work as included in the solicitation packet." Request for solicitation packet RF0-01-093 shall be made in writing or telefax at (605) 228-7669 and will be made available approximately 15 days after publication of this announcement. (W-235 SN 50V8N9)
The contractor shall provide all plant, labor, materials and equipment to provide medication repackaging services for Dewitt Army Community Hospital, Ft. Belvoir, VA and outlying clinics. This contract is for one base period and four option periods. The solicitation package is available through EDI, Army Single Face to Industry (ASFI) and DOD BusOps. The expected release date of the solicitation is 29 Aug 2001: No telephonic requests will be accepted http://acquisition army.mil/default htm Click here to Download a copy of the RFQ chris, [email protected] amedd army.mil Click Here to contact the contract specialist via e-mail (W-236 SN50V915)
Department of Vetečans Affairs (90C), 300 veterans Blvd., Big Spring, TX 79720-5500 RADIOLOGIST SOL 519-27-01 DUE 091401 POC Lupe Ybarra. Con tract Specialist (915) 263-7361 extensign 7474 Board Certified Radiologist required to perform all professional functions of Radiology, Services at the West Texas VA Health Care Systems, 300 Veterans Blvd., Big Spring, Texas. Radiologist shall perform under the direction of the VA Chief Medical Officer, Radiologist shall attend Medical Center conferences, actively participate on committees, teams, task forces, and other bodies as segired by Medical Staff by-laws and the Chief Medical Officer. This includes participation in required quality assurance and total quality improvement activity, and performing all tasks required by ICAHO. The contract period is Base year with 2-1 year renewal options. Radiologist to begin immediately after award, due to urgent and compelling need. No telephone request for proposal will be accepted. Request proposal in writing. Request may be submitted by fax to (915) 264-4886. [email protected], va.goy david. (W-235 SN50V8P1)
transferred from acute unit. c. Shall see all assigned patients weekly and document patient's condition and/or changes in conditions on a progress note at least weekly or when conditions requires documentation. d. Shall lead weekly treatment team meetings for each assigned patient e. Sball dictate discharge summaly within 24 hours of discharge. Psychiatrist will be responsible for but not limited to the following duties associated with performing consulting duties for patients located in Med/ Surg Inpatients and TCU/PCU: a. Complete consultations as requested. b. Shall complete consultations within the time frames indicated in the Medical Staff Bylaws. c. Consultations reports shall be dictated or typed into the patient's electronic medical record following the guidelines given by the transcription unit. Psychiatrist shall participate in a rotation with their assigned inpatient psychiatrists to perform psychiatric consults in Building #1 and the transitional Care Unit (TCU) and Protective Care Unit (PCU). Psychiatrist shall participate in the call schedule for psychiatry. Rotation for call is approximately every fourth week for a one week period. Call shall include but not limited to: answering pages from staff on off tours as well as performing sick call duties on the weekend. The Psye hiatrist must: a. Have an unrestricted license in a US state, territory or US commonwealth; b. Speak English proficiently: cProvide evidence of demonstrated current clinical competence to performs appropriate outpatient care services; d. Be a US citizen; e. *Be Board Certified in Psychiatry (is preterred); 1. Have a professional degree and education applicable to medical staff members. e.g., MD, DO; g. Provide evidence of current professional liability insurance; h. Evidence of current privileges (if applicable); 1. Names of most current employer(s) and two peer reference contacts: 1. Current copy of BCLS certifications; k. Be a team player; 1. Must be computer literate, as VA Roseburg Healthcare System utilizes a comput, esized patient medical record. NAICS Code 621112/$5 million apples. Electronic solicitations may be obtained at no cost from the following URL: http://www.va.gov/oa&mm/busopp/sols.htm the solicitation will be made available after August 27, 2001. Offerors will need to click on the RFQ 653-42-01 solicitation in order to download the solicitation documents. The due date for this solicitation is September 18, 2001, by 1:00 p.m. pacific time. If you have any questions, please contact Brian Thomas, Contracting Officer at : the tollowing e-mail address: brian, . www.va.gov/oa&mm/busopp/sols.htm 653-42-01 Inpatient Psychiatrist Services brian. brian. (W-236 SN501930)
DHHS, Aberdeen Arua Indian Health Service, 115 4th Avenue Southeast, Room 309 Federal Building, Aberdeen, South Dakota 57401 PHYSICAL THERAPIST AT THE WAGNER IMS HEALTH CENTER, WAGNER SOUTH DAKOTA SOL RFQ-01-84 DUE 091901 POC Nichole Price, Procurement Technician at 605/226-7567 The Aberdeen Area Indian Health Service is currently seeking potential bidders for a Firm Fixed-Price, NonPersonal Healthcare Service Contract for a Physical Therapist to provide services at the Wagner IHS Health Center. The period of performance will be October 1, 2001 through September 30, 2002. With a total of 624 hours during that period of performance. This is a Small Business Set-Aside Contract Request for RFQ-01-084 shall be in writing, e-mart or telefax at 605/226-7669 and will be made available approximately 10 days after date of publication, - Click here to contact the Procurement Technician via e-mail. (W-236 SN5OV8Y9)
Department of Veterans Affairs, VA Roseburg Healthcare System 14 (653/900/90C), 913 NW Garden Valley Blvd, Roseburg, OR 97470242 6513 INPATIENT PSYCHIATRIST SERVICES SOL 653-42-01 DUE 091801 POC Brian Thomas (541) 440-1331 Provide healthcare resources in accordance with Public Law 104-262 and 38 USC 8153 Contractor agrees to provide an inpatient Psychiatrist who'is *Board Certified in Psychiatry, as a qualified registered health care professional to and at the VA Roseburg Healthcare System, Roseburg Oregon. Psychiatrist must be able to start on October 1, 2001. If candidate is not available to start on October 1, 2001 offeror will be determined non-responsive, if after award it is determined candidate cannot start on October 1, 2001 contract shall be terminated for cause and award shall be made to next lowest offer Price is an all-inclusive rate of per diem, travel, and price/cost. One Inpatient Psychiatrist Starting: October 1, 2001 Ending December 21,2001 Monday Friday 7:30 am 4:30 pm. (one (1) hour for lunch) When scheduled for C&P exams or outpatient treatment, hours will be 8:00a.m. to 4:30 p.m ( hour for lunch) (see item #8 in the Work Statement) Over time estimated Shr's/week. Over time must be approved by COTR or Contracting Officer prior to being taken. If over time is not prior approved it will be denied upon invoicing On Call Services for one week (Monday Thursday) every fourth week to include carrying pager, Monday through Friday only 4:30 p.m: 7-30 am). Weekend On Call Friday 1630 Monday 0730) to include 2 hours of patient contact each day for rounds Call Back Services while on call and required to come in to provide service either on a weekday night or weekend (does not include 2 hour of required patient contact each day on weekends). If the Offeror is submitting more than one physician to cover the terms and conditions of this contract, you shall submit a schedule along with your quote indicating the time frames that each physician will be scheduled to work. Contractor shall not rotate more than three providers in a three-month period. Providers will need to be scheduled for orientation/training prior to the start of their weekday shift; at the government's expense. * Process of determining contract award: VA Roseburg Healthcare System awardpreference will be as follows: 1) award to the lowest-priced responsive, responsible bidder who offers a Eoard Certified candidate; 2) if no qualified bidder offers a Board Certified candidate, then award to the lowest-priced responsive, responsible bidder who offers a Non-Boarded candidate. The contractor must provide à Psychiatrist that can follow a cohort of Acute Psychiatry, SIPU.(PTSD unit), and SARRTP (substance abuse rehab programs, as well as, Psychiatric Intermediate Care patients from admission to discharge. Inpatient Psychiatrist duties shall include but not limited to the following a Psychiatrist shall evaluate each assigned patient upon admission and perform History and Physical (it not already completed by FNP), within 24 hours of admission H&P's completed within 30 days prior to admission are valid with interim H&P. B. Shalt write admission orders on assigned patients(if not already completed by PMHNP/SIPU program ONLY). c. Shall write all psychotropic medications on assigned patients d. Shall be responsible for performing sick call duties on assigned patients (if not already completed by FNP)e. Shall prepare progress notes and consult notes as required which can be either dictated or typed into the patient's computerized record. f. H&P's and Discharge Summaries are to be dictated per instruc tions from transcription unit. Psychiatrist will be responsible for but not limited to the following duties associated with Acute Psychiatry patients: a. Shall see all assigned Acute Psychiatry patients daily, as well as, documenting patient's condition, changes in patient's condition, and/or upon transfer to another unit. This documentation must be completed at least weekly. D. Shall see all assigned patients on Active Observation daily and as appropriate for patient's-condition. C. Shall see all assigned patients on Hospital Hold daily, as well as, documenting patient's condition, changes in patient's condition, and note patient's condition prior to discontinuation of Hospital Hold. This documentation must be completed at least weekly d. Shall lead weekly treatment team meetings for each as: signed acute psychiatric patient e. Shall dictate discharge summary on each assigned patient within 24 hours of discharge. Shall read and be familiar with Station Memorandum 1301"Use of Physical Restraints 1303"Use of Seclusion", 1322 "Prevention and Management of Disturbed Behavior, 1351 "Prevention and Management of Behavioral Emergencies 1113 "Commitment Procedures and 2638A "Missing Patient Reaction Procedures. Psychiatrist will be responsible for but not limited to the following duties associated with SARRTP (Substance abuse rehab program) patients! a. Shall see all assigned patients referred for psychiatric evaluation by FNP or treatment team. b: Shall reevaluate patients as appropriate C. Shall dictate discharge summary on all assigned patients within 24 hours of discharge fif not already completed by FNP). d. Shall read and be familiar with Station Memorandum 1308 Administration Criteria for SelfMedication Program" and 1314 "Appropriate Action When SATP Patients Drink Alcohol or Abuse other Drugs" Psychiatrist will be responsible for but not limited to the following duties - associated with SIPU: (PTSD Unit)patients: a. Shall see all assigned patients within two working days of admission and write progress notes. b Shall see patients as appropriate for psychotropic medication adjustment 0 Shall dictate discharge summary on all assigned patients within 24 hours of discharge. Psychiatrist will be responsible for but not limited to the following duties associated with Psychiatric intermediate Care patients: a Complete H&P on all assigned patients within 24 hours (if not transferred from acute unit and not completed by FNP). D. Shall complete a transfer note if patient is
National Institute on Aging, Intramural Research Program, "Gerontology Research Center, 5600 Nathan Shock Drive, Baltimore, Maryland 21224 STRUCTURAL AND FUNCTIONAL BRAIN IMAGING STUDIES OF HUMAN RESEARCH"PARTICIPANTS SOL LPCCOG01-056 DUE 090301 POC Pat Meise 410-558-8043 The National Institute on Aging. Gerontology Research Center intends to negotiate on a sole source basis with the Johns Hopkins University, Department of Radiology PET Facility. The service required will consist of 27 PET scan sessions, each including 3 measurements of cerebral blood tlow using 16-oxygen tabeled water, and 21 hours of MRI scanner time for acquisition of structural brain image for anatomical localization and partial volume correction. All responsible sources may submit their capabilities which shall be considered by the agency. This procurement is being awarded as a simplified acquisition in accordance with FAR subpart 13.5. NAICS Code is 621512. FAX # 410-558-8319 Click here to contact purchasing agent (W-236 SNSOV962)
Central Alabama Veterans Health Care System (East Campus), 2400 Hospital Road, Tuskegee, AC 36083 MAGNETIC RESONANCE IMAGING (MRI) SOL-619A4-32-01 DUE 091701 POC Samuel Brown, 334-727-0550 ext 3522 Contractor shall provide Magnetic Resonance Imaging (MRI) and Magnetic Resonance Angiography (MRA) Services to Central Alabama Veterans Health Care System's patients/beneficiaries at the contractor's facility. Contract will be awarded for a base period with four (4) one (1) year options to renew. Services to begin'on or about September 27, 2001 NAICS 621512. Solicitation packages will be available on or about August 30, 2001. Request for copies of the solicitation must be in writing and mailed to the above address or faxed to 334-724-6850. Attn: Samuel Brown. Closing date for proposal will is September 17, 2001 at 4:00 CST. Contract award is subject to the availably of fund. Email: Samuel. (W-236 SN50V8Z0)
Federal Burvau of Prisons, U.S. Medical Center for Federal Prisoners, Attn: Contract Specialist, 1900 West Sunshine Street, Springfield, Missouri 65807 PSYCHIATRIST SERVICES SOL SPG175-0005-2 DUE 092501 POC Debra J. Roberts, (417) 837-1700. Provide for one Psychiatrist. Psychiatric services to include evaluating and treating psychopharmacologically patients in diagnostic and observation, competency restoration, treatment, and follow-up to medical/surgical patients located within the U.S. Medical Center and also via Telehealth services. 25 quotations available 09/11/ 01, by written or fax (417) 837-1751 request. 100% set aside for small business. Penal Institution, Security Requirements. (M-236 SN50V 965)
Department of Veterans Affairs, Chief, Acquisition & Materiel Management Service (90C), Audie L. Murphy Division, STVHCS, 7400 Morton Minter Blvd, San Antonio, TX 78284 a MRI SERVICES SOL RFP 671-10-02 DUE 092507 POC Carol Sienkiewicz, 210 617-5102 DESC: Pravide Magnetic Resonance Imaging (MRI) Studies and Open-Sided MRI Studies for veteran patients. The contractor will supply alt supplies including film and contrast agents. The MRI procedures will be performed on claustrophobic and other patients requiring an open sided procedure. The contractor will accommodate overweight patients. Reading and interpretations of studies is NOT required, The North American Industry Classification System (NAICS) is 621512. Numbered Note #1 applies to this procurement. Solicuation package will be issued on September 4, 2001. A contract will be issued for a Base year and two one year options. This procurement is a commercial service and is in accordance with Federal Acquisition Regulations (FAR) Part 13, Subpart 13.5 Test Program for Commercial items and FAR Part 12. Acquisition of Commercial items. All interested parties are required to submit a written reguest that includes complete company name, address, telephone/fax number and contact person to Carol Sienkiewicz, Audie Murphy Division, STVHCS, 1400 Merton Minter Blvd., San Antonio, TX 78229 or by Fax at 210 617-5255. NO,PHONE REQUESTS WILL BE ACCEPTED. (W236 SNSOV906),
Department of Veterans Affairs, Vt Puget Sound Health Care HASSISTED LIVING PILOT PROGRAM SOL 663-11-02 DUE 092301 POC Susan Cowin, Contracting Officer, (206)764-2508 This is a notice of the intended issuance of Request for Proposal (RFQ) 663-11-02, to provide Assisted Living Services to the beneficiaries of the VA Puget Sound Healthcare System, 1660 So. Columbian Way, Seattle, Washington. The RFP is in a commercial format and the package will be available on August 31, 2001. Multiple Award Indefinite Delivery Contracts will be issued according to requirements within the defined geographical areas. Delivery orders under the awarded contracts can be expected following contract award depending on the number of awards made. As part of the Veterans Healthcare Administration Assisted Living Pilot Program, the VA Puget Sound Healthcare System is seeking vendors/contractors to provide contracted Assisted Living Services to eligible veterans in the following Washingtoh counties: Chelan, Clallam, Grays Harbor, Island, Jefferson, King, Kitsap, Kittitas, Lewis, Mason, Pierce, San Juan, Skagit, Snohomish, Thur-, ston' and Whatcom. Applicants must be those who are licensed providers of Assisted Living Services in facilities such as adult Family Homes, Adult Foster Homes, Residential Care Facilities and Assisted Living Facilities All facilities wishing to participate in this program must accept Medicaid, There will be two (2) meetings for vendor applicants wishing to participate. These meetings are crucial to the ultimate success of this pilot program. The meetings will be held on September 12, 2001, at 1:00pm in Seattle and September 13, 2001, at 1.00pm in Tacoma. The Seattle location is at the VA Puget Sound Healthcare System, 1660 So Columbian Way, Bldg. * CAI 3
Dir of Contracting Walter Røed AMC, Attn MCHEZ, Bldg 1-20." 8825 16th Street NW, Washington, DC 20307-5000? Q-PHARMACEUTICAL REPACKAGING SERVICE SOL DADA15-01-1-0332 DUE 091401 POC Chris Mountanos, 202-782-1121, FAX 603-754-8610 Page 4
period of performance is to com
commence on NASS-96054. The
Procure and Business Opportunities from the home page, then: "USAID Procurements. On the following screen, select "Download Available USAID Solicitations. On the following screen, through INTERNET must be confirmed by written notification to the contact noted below. It is the responsibility of the recipient of the solicitation document to ensure that it has been received from INTERNET in its entirety and USAID bears no responsibility for data error resulting from transmission of conversion processes. For those without INTERNET access, a diskette will be made available from USAID upon receipt of a written request either by U.S. mail or by fac simile. The anticipated issuance date of the solicitation will be 14 days from the date of this CBD notice. Background Since its creation in 1994, the Office of Transition Initiatives (OTI) in the Bureau for Humanitarian Response of USAID has served as a focal point for programs which address the post-conflict period in the transition from war to peace. OTI responds rapidly to assess designs and implements programs that have characteristics of being fast, flexible, innovative, tangible, targeted, catalytic and overtly political, focusing on the root causes of the crisis. OTI was established precisely to overcome the temporal problems of providing aid to societies where the fighting has stopped, but the resources to move forward were often delayed. Countries experiencing a significant transition in the midst of a disaster or emerging from civil conflict have a unique need for timely and effective assistance that will promote and consolidate peaceful, democratic advances. The Support Which Implements Fast Transition (SWIFT) program approach employs institutional contractors to provide technical assistance and logistics support for implementation of a small grant program that promotes stability during a country's transition period. Critical to the SWIFT program approach is a contractor that has the capability to maintain sufficient liquidity to make possible expeditious rentals and purchases during start-up and ensure timely procurement and delivery of in-kind products and services delivered to recipients for the implementation of grants projects. Contractors will be working in an environment where they will have to overcome significant challenges, destroyed or damaged infrastructures, scarcity or lack of banking & currency exchange institutions, and the lack of adequate communication services. The types of in-kind grants that have been issued under SWIFT in the past are in support of Dissemination of Alternative Information/ Enhancing Citizen Local Government Corpmunication Examples-grants supporting electronic media in the form of Public Service Announcements (PSA's), politically-oriented talk shows and investigative documentaries; and publishing and distributing challenging and provocative information through newspapers, magazines. Political Initiatives: Examples-grants supporting public meetings, information campaigns, and elections-related efforts; enabling community improvement and humanitarian assistance projects. Elections Planning/Elections-Related Activities: during the pre and post-election period, door to door get out to vote campaign; printing; elections monitoring and polling; and a post-elections information campaigns. In the field, OTI works with local indigenous groups; cooperatives; associations, informal groups; Non-Governmental Organizations (NGO's); local, regional and national governments; Private Voluntary Organizations (PVO's); student groups; média; international organizations; private sector and coalitions of these entities. Activities may include efforts to: promate reconciliation, conflict resolution and prevention; advance an economic recovery, with employment and vocational training promote independent media with journalist training and law reform; demobilize and reintegrate ex-combatants; increased land access with demining efforts, provide nation-wide training to regional and local elected officials; promote national messages using television, radio and newsprint, reactivate critical NGO's with start-up grants; promote governance with elections support; develop a strong civil society; and initiate rural infrastructure rehabilitation projects with community participation. Services Required Prime contractors shall establish and staff field offices and provide all of the administrative and technical assistance and logistics support to manage these offices and a small grant program for the furtherance of OTI two-year country programs in the furtherance of its political transition grant (PTG) program objectives. The contractor will be responsible for the start-up and implementation of the (PTG) program performing such tasks as office setup and staffing, finding grant recipient candidates, assessing the worthiness of the grant projects, recommending and issuing in-kind grants at the local country level. As such the contractor will be required to procure the necessary equipment for office set-up, and to procure in-kind products or services, to issue the grants, monitor the progress of the grant project and close out the grant when the grant project is complete, including paying outstanding vendor invoices.. Equally important is the contractor's capability to mobilize and deploy within 72 hours of award and to have operational set-up/grant making requirement completed in four weeks. . The task orders will be issued under' Cost Plus Fixed Fee, Fixed Price of Time and Material pricing arrangements. The total value of the acquisition is estimated at $400M. A critical component for the success of these two-year programs is the contractor's capability to obtain a line of credit sufficient to finance required performance so that program activities are not delayed during the interim prior to contractor receipt of payment of monthly vouchers. The prospective contractor must be aware that advance payments will not be available. It is desired that during performance the contractor maintain a line of credit in the cooperating country or in a geographic location close to the cooperating country that allows for easy and swift access to funds. Prerequisites: A prospective prime contractor must have relevant international experience providing the kinds of services described in this synopsis. A contractor with relevant experience working in countries where transition initiatives have taken place and results achieved is desired. USAID manages programs and supports assistance in the following geographic regions, Europe and Eurasia, Africa, Asia and Near East, Latin America and the Caribbean 11 http://www.usaid.gov http://www.usaid.gov/procurement__bus_opp/ procurement/announce/cbd and jean, http:// www.usaid.gov (W-236 SNSOV8W1)
01714-114 DUE 090701 POC Joy V Garnett, Contract Specialist, iPhone (321) 867-7384, fax (321) 867-9125, Email Barbara.Powell(301) 286-8637, Fax (301) 286-0247, Email David A. Culp, Contracting Officer, Phone (321) 867. Cynthia Tart, Contracting Officer, Phone 4199, Fax (321) 867-1029, Email NASA/ (301)286-7663, Fax (301)286-0247, Email Cynthia.L./ KSC plans to issue a Request for Quotation (RFQ) for Services to support the NASA Fundamental Biology Outreach Programs. The Spaceflight & Life ness, Administrative, and Technical Support Services. NASA/GSFC plans Sciences Alumni Association (SLSTPAA) is a newly founded group which to issue a RFO on a sole source basis to QSS Group Incorporated (ass), will be required, in the first year after inception, to finalize the formation for a one (1month extension with an additional five (5) one-month option of the alumni association under the guidance of a project manager from periods for a period not to exceed six (6) months to the existing Business, the NASA Fundamental Biology Outreach Program. This procurement is Administrative, and Technical Support Services being conducted under the Simplified Acquisition Procedures (SAP). NASA/ 2001. Under the KSC intends to purchase the items from Spaceflight & Life Sciences Traincurrent contract, services are provided to NASA at both its Greenbelt, ing Program Alumni Association, Attn: Ted Bateman, PhD; BioServe Space Maryland and Wallops Island Virginia locations, as well as NASA Technologies, Inc., University of Colorado, UCB 429, Boulder: 00 80309, "Headquaters in Washington, D.C. OSS currently administers and operates under the authority 10 U.S.C. 2304(c)(1) as no other type of service organiover 120 administrative systems for the Center as well as the agency zation will satisfy the needs of the agency. The Government does not Many of these systems are integrated and requite institutional knowledge intend to acquire a commercial item using FAR Part 12. See Note 26. and experience to ensure the daily operation of administrative computing Interested organizations may submit their capabilities and qualifications services throughout the Center. The cumulative knowledge and work expe to perform the effort in writing to the identified point of contact not rience that OSS has gained makes them uniquely qualified and capable later than 4:30 p.m. local time on 09/06/01. Such.capabilities/qualificaof maintaining critical services during this intérim time while the follow tions will be evaluated solely for the purpose of determining whether or on solicitation, RFP5-01633-116, is being competed: If this requirement not to conduct this procurement on a competitive basis. A determination were to be competed for the interim period, the training and time required by the Government not to compete this proposed effort on a full and to enable a new contractor to provide the necessary level of technical open competition basis, based upon responses to this notice is solely and professional services would exceed the time sequired to award the within the discretion of the government. Oral communications are not follow-on contract. In addition, exposing the Center to a transition activity acceptable in response to this notice. All responsible sources may submit twice in such as relatively short period of time is not efficient of cost an offer which shall be considered by the agency. An Ombudsman has effective. This procurement is authorized under the Federal Acquisition been appointed. See NASA Specific Note "B". Any referenced notes can Regulation 6.302-1, 10 U.S.C. 2304(c)(1), Only One Responsible Source. be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html However, any interested sources may contact Joy Garnett, Contrast Spe hitp://nais.msfc.nasa.gov/cgi-bin/EPSA cialist, in writing at the address referenced above, All written responses bizops.cgi?gr=0&pin=76#MROH1200 Click here for the latest information are due by the date referenced under General Informatiop/Response Date, about this notice The Government Hoes Barbara. Barbara Y. Powell (D-236 SN50V9D5) not intend to acquire a commercial item using FAR Part 12. See Note 26. 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 pm local time on the 15th day after the posting - Department of Health and Human Services, Food and Drug date Such capabilities/qualifications will be evaluated solely for the pur- Administration, Division of Contracts and Procurement Management, pose of determining whether or not to conduct this procurement on a Office of Facilities, Acquisitions, and Central Svcs 5600 Fishers competitive basis. A determination by the Government not to compete Lahe, MFA-511, Rockville, MD, 20857 this proposed effort on a full and open compétition basis, based upon RH-BIOTERRORISM EMERGENCY RESPONSE EXERCISE "responses to this notice, is within the discretion of the government. PROGRAM SOL Reference-Number-A232820 DUE 090701 POC Dee Gibson, An Ombudsman has been printed. See NASA Specific Note "B". All quali- Contract Specialist, Phone (301) 827-7177, Fax (301) 827-7103, Email fied responsible sources may submit a proposal which shall be considered —Leonard Grant, Contract Specialist, Phone (301) by the agency. Any referenced notes can be viewed at the following URL: 827-7154, Fax (301) 821-7151, Email Igrantoc.fda.gov The Food and http://genesis.gsfc.nasa.gov/nasanote,html Drug Administration (FDA) synopsis published on August 10, 2001 for http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=51#RF05- a Bioterrorism Emergency Response Exercise Program is hereby canceled 01714-114 Click here for the latest information about this notice *in its entirety. Joy V Garnett (D-236 SN50V907) http://www.eps.gov/spg/HHS/FDA/DCPM/Reference-Number-A2328201 listing.html Visit this URL for the latest information about this notice VA Palo Alto Healthcare Systems (640/90C), 3801 Miranda Avenue, (D-236 SN50V9J8) Palo Alto, CA 94304-1240 R-DATA COLLECTION SERVICES SOL 261-0361-01 QUE 091201 poc SR Professional, Administrative and Management Support Angelina R. Aying, 650/849-0385 URL address should read: http:// Services-Potential Sources Sought www.va.gov/oa&mm/busopp/sols.htm (W-236 SN501956)U.S. Special Operations Command, Attn: AMSAM-AR-L-A-K, Bildg. 401, Lee Blvd., Fort Eustis, VA 23604-5571 U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management R-TECHNICAL WRITTERS FOR OPERATIONAL REDINESS DOCUMENTS Division, Procurement Branch WC33, 7600 Sand Point Way NE, (ORDS) AND MISSION NEEDS STATEMENTS (MNS) SOL USZA95-98-C-0015 Seattle, WA 98115-6349 R RESOURCE ISSUE POLICY SERVICES SOL WASC-1-1692 POC ValenOption DUE 091401 POC Robert S. Blaine, Phonie 757-878-5223 X245, tax 757-878-4199 PREPERATION OF OPERATIONAL REQUIREMENTS DOCU cia McNair 206-526-4497 FAX 206-526-6025 Provide Resource Issue PolMENTS (ORDS) AND MISSION NEEDS STATEMENTS (MNS) Contract USZA95 icy Services for the Monterey Bay National Marine Sanctuary (MBNMS). 98-C-0015 proposed Modification P00013. Responses DUE 09/14/01, POC Period of performance will be for a one-year period. The MBNMS requires Robert S. Blaine, Phone 757-878-5223 X245, fax 757-878-4199 DESCRIP technical and policy services for identification and evaluation of existing TION: Exercise of Option, Contract USZA95-98-C-0015, International Devel- and emerging resource protection issues, development of recommendaopment and Resources, Inc. 10560 Main St, Suite 515, Fairfax, VA 22030, tions, and implementation of completed plans Level of expertise required an 8(a) firm. The government intends to exercise the option for professional is comparable to Federal Schedule GS-9/11. All work will be performed and technical support services to assist the 60th SOAR in preparing at MBNMS office in Monterey, CA. MBNMS will provide office space, comOperational Requirements Documents and Mission Needs Statements. The puter, telephone, and all equipment required for performing proposed conoption period will be from 1 Oct. 2007 to 30 Sep. 2002. The government tract. Potential sources must possess a bachelor's degree or higher in intends to exercise this option prior to 30 Sep. 2001: environmental planing, policy, science, education, or related field. This Click here to contact the contracts is á 100% small business Set-aside, Request solicitation in writing via specialist (W-236 SN501957) fax. This is simplified acquisition with an estimated value of less than $100,000. (W-236 SN50V939) U.S. Department of Energy, Document Control Specialist, Washington, DC 20585 R-LACADEMIC NUCLEAR MATERIALS SAFETY PROGRAM SOL N/A POC Courtney B. Byrd, Contract Specialist, 202-287-1419 The Office of loter- U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management national Nuclear Safety and Cooperation, National Nuclear Security Admin- Division, Procurement Branch WC33, 7600 Sand Point Way NE, istration (NNSA), intends to issue a sole-source contract to the Amarillo Seattle, WA 98115-6349 National Resource Center, to execute an academic nuclear materials satety R- PROVIDE MANAGEMENT PLAN REVIEW SUPPORT SOL WASC-1-1610 program in the former Soviet-Union. The proposed effort involves: (1) con- POC Valencia McNair 206-526-4497 fax 206-526-6025 Provide Managetinue implementation and further enhance two, Master of Science level ment Plan Review support for the Gulf of the Farallones National Marine nuclear safety academic programs at Moscow Engineering Physic Institute; Sanctuary (GFNMS), Purpose of proposed contract is to support the joint (2) further develop and fully implement a third Master of Science level Management Plan Review (MPR). Period of performance will be for one nuclear safety academic program at the Obnigsk Institute for Nuclear year. NOAA reviews the MPR relying on public input. The GENMS holds Power Engineering, and support further enhancement, replication, and non meetings to obtain input from the public on specific issues and priorities proliferation of academic nuclear safety knowledge, skills, and technical it wants addressed in the future. GFNMS prepares a draft management understanding in support of the NNSA international nuclear safety objec- plan and releases it to the public for formal public comment. Contractor lives. The contract period of performance will be a twelve month base will provide support in all aspects relating to management plan review period, with two twelve month option periods. The Amarillo National Re- support, Work will include maintaining administrative record of all events/ source Center is the only firm with the required specialized knowledge, meetings, organizing and maintaining files on all public comments, develbusiness arrangements, data, skills, and experience to perform this effort oping database and mailing list of all meeting participants, setting up within the required time. See Note(s) 22 ***** (W-236 SN50V983) venues for all meetings, notifying, public of all upcoming meetings, and preparing handouts for public meetings prior to each meeting. Contractor NASNI otin F. Kennedy Space Center, Procurement, Kengedy Space must be located within 75 miles of the MBNMS at The Presidio, San Center, FL 32899 Francisco. This is a 100% small business set-aside. This is a simplified R-SUPPORT SERVICES OF THE SPACEFLIGHT & LIFE SCIENCES ALUMNI acquisition with an estimated value of less than $100,000. (W-236 ASSOC. DUE 082901, POC Barbara Y. Powell, Contract Specialist, Phone SN501943)
NASN/Goddard Space Flight Center, Code 212, Greenbelt, MD 20771 Page 5
Bayfield, Wisconsin). 6.) Meeting Date and Time: 9:00 a.m., Wednesday, September 12, 2001 Meeting Location: 415 Washington Street, Bayfield, Wisconsin 7.) Interested contractors should contact Superintendent John Neat at (715) 779-3398, extension 101, by 4:00p.m. Monday, September 10,2001. John Neal, Superintendent (W-235 SN50V8N6)
Z Maintenance, Repair or Alteration of Real Property
ack nowledged intention and meaning of this solicitation to provide all tools, equipment, material, labor and supervision to demolish the components of an existing 5-ton overhead electric traveling crane system and controls and replace with new radio-controlled crane of equivalent capacity. The work is located at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment Cutler, Maine. ALL PROSPECTIVE CONTRACTORS MUST. REGISTER IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE PRIOR TO AWARD OF A CONTRACT. QUOTERS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL CONTRACTOR REGISTRATION DATABASE MAY RENDER YOUR FIRM INELIGIBLE FOR AWARD. Replies to this notice are requested for NAICS 235950, Building Equipment and Other Machinery Installation Contractors. This acquisition will be issued as an unrestricted procurement. A quote closing date has not been set for this solicitation. The quote closing date will be indicated on the Standard Form 18 in the solicitation package. All requests for solicitation packages must be in writing, telephone requests will not be honored. Quoters may tax their request to (207) 259-8205 or e-mail their requests to [email protected] naviac navy.mil. Contact Allison Tibbetts for more information. (W-235 SN50V8Q4).
plished at the following website: www.CCR 2000.com or by calling (888)CCR-2423. Completion time is estimated at 150 days from Notice to Proceed. Requests for a copy of the solicitat ion, specifications/drawings MUST be submitted in writing. NO PHONE REQUESTS WILL BE ACCEPTED. Facsimile requests are acceptable and should be faxed to (301)619-3002, Attn. Susan Dell Because only forty (40) solicitation packages are available, requests will be filled on a first come, first served basis. There is no charge for the solicitation package. The estimated cost of this procurement is between $250,000 and $500,000. Any resulting contract will be a firm-fixed price contract. The Standard In dustrial Classification (SIC) code for this procurement is 1731 (NAICS Code 235310) with a size standard of $11.5 million in average annual receipts. This is an unrestricted procurement (subject to PL 100-656, open to both small and Targe businesses and is under the Small Business Competitiveness Demonstration Program). http://acquisition army.mil Army Single Face to Industry susan,[email protected],army.chil. US Agmy Medical Research Acquisition Activity (D-236 SN50V8W9).
** Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. 0. Box 190010, North Charleston, Best SC 29419-9010 1-23531, REPLACE SECONDARY ELECTRICAL SERVICE IN CONJUNCTION WITH SCELG SOL N62467-01-Q-8358 DUE 090501 POC Lori Chestnut, 843-764-4112 ext. 3046 The requirement of work is located on the former Charleston Naval Base at building 198, 1545 Truxtun. Avenue, North Charleston, SC: (1) MANDATORY SCHEDULED SITE VISITS REQUIRED. (2) Work includes modification of electrical service to building 198 to replace secondary electrical service in conjunction with South Carolina Electric and Gas (SCE&G), and incidental related work in accordance with specifications and drawings. (3) To obtain a copy of the solicitation and draw. ings, you must go to the website listed below. (4) Contractors not registered in the Central Contractor Registration will not be considered. (5) Estimated between $25,000 and $100,000. (6) To find out about scheduled site visits, you must contact Nicky Butter or Mitch Newell. Telephone numbers can be found in the solicitation. ****** www.esol.navtac.navy.mil www.esol.naviac navy.mil : chestnutthoefdsouth.naviac.navy.mil (W-235 SNSOVBK3).
OIC of Navlac Contracts, Navcomtelsta Cutier, MG 69, Box 1198, Culter, ME 04626 1-REPAIR EXTERIOR SIDING HELIX HOUSES SOL N62472-01-2-6308 POC Allison D. Tibbetts (207) 259-8242 or (207) 963-7241 It is the declared and acknowledged intention and meaning of this solicitation to prepare, caulk/seal leaks at corrugated siding seams, fastener holes and miscellaneous flashing and trim work. It also includes the fabrication and installation of vent hoods for louvered outside air grills. The two helix houses involved are structures which are approximately six stories in height, requiring the use of secure scaffolding or elevating equipmentu The work is located at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment Cutler, Maine. ALL PROSPECTIVE CONTRACTORS MUST REGISTER IN THE CENTRAL CONTRACTOR REGISTRATION DAJ ABASE PRIOR TO AWARD OF A CONTRACT. QUOTERS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL CONTRACTOR REGISTRATION DATABASE MAY RENDER YOUR FIRM INELIGIBLE FOR AWARD. Replies to this notice are requested for NAICS 233320, Commercial and Institutional Building Construction. This acquisition will be issued as an unrestricted procurement. A quote closing date has not been set for this solicitation. The quote closing date will be indicated on the Standard Form 18 in the solicitation package. All requests for solicitation packages must be in writing: telephone requests will not be honored. Quoters may fax their requests to (207) 259-8205 or e-mail their requests to tibbettsadelane navfac.navy.mil . Contact Allison Tibbetts for more infor. mation. (W-235 SN50V808)
U.S. Anary Corps Of Engineers, Fort Worth District, P.O, Box 17300, 810 Taylor Strude, Anta: CESWF-CT, Fort Worth, TX 76102-0300 IDIO CONSTRUCTION TRADES AND CRAFTS, SAM RAYBURN AND TOWN MUUFF PROJECT OFFICE SOL DACW63-01-R-0006 DUE 102901 POC Lavette Buford 817-978-3576 This solicitation is being amended to reflect a classcode revision from Maintenance, Repair, and Rebuilding of Equipment to 2_Maintenance, Repair and Alteration of Real Property. In addition, it is anticipated that the solicitation will be made available on or about 28 September 2001. The point of contact is changed to reflect Lavette Buford at 817-978-3576. http://ebs.swt, usace.army. mit Fort Worth District Contracting Division Click on Advertised Solicitations to find the solicitation and on-line registration lavette.buford swf02.usace.army.mil Click here to email the Contract Specialist (W-235 SNSOV8N7)
OIC of Naviac Contracts, Navcomtelsta Cutler, AC 69, Box 1198, Cultur, ME 04626 SERVICE CIRCUITE BREAKERS AND PROTECTIVE RELAYS, POWER PLANT SOL N62472-01-2-6305 POC Allison D. Tibbetts (207) 259-8242 or (207) 963-7241 It is the declared and acknowledged intention and meaning of this solicitation to provide all material, tools, equipment, labor and supervision to service 4160 volt circuit breakers and protective relays at the power plant at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment Cutler, Maine. ALL PROSPECTIVE CONTRACTORS MUST REGISTER IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE PRIOR TO AWARD OF A CONTRACT. QUOTERS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL CONTRACTOR REGISTRATION DATABASE MAY RENDER YOUR FIRM INELIGIBLE FOR AWARD. Replies to this notice are requested for NAICS 235310, Electrical Contractors. This acquisition will be issued as an unrestricted procurement. A quote closing date has not been set for this solicitation. The quote closing date will be indicated on the Standard Form 18 in the solicitation package. All requests for solicitation packages must be in writing; telephone requests will not be honored. Quoters may tax their request to (207) 259-8205 e-mail their requests to tibbettsadOefane.navlac.navy.mil. Contact 'Allison Tibbetts for more information. (W-235 SN50V806)
OIC of Naviac Contracts, Navcomtelsta Cutier, HC 69, Box 1198, Culier, ME 04626 L-REPAIR SEA WATER VALVES, POWER PLANT RESERVOIR SOL N62472-01-M-6309 POC Allison D. Tibbetts (207) 259-8242 or (207) 9637241 It is the declared and acknowledged intention and meaning of this solicitation to demolish and replace 18 valves between the size of 8" and 24". The valves and related components service a 35,000 gallon seawater reservoir and cooling water supply system of the site's power plant. The work is located at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment Cutler, Maine ALL PROSPECTIVE CONTRACTORS MUST REGISTER IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE PRIOR TO AWARD OF A CONTRACT. QUOTERS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL CONTRACTOR REGISTRATION DATABASE MAY RENDER YOUR FIRM INELIGIBLE FOR AWARD. Replies to this notice are requested from NAICS 234910, Water, Sewer and Pipeline Construction. This acquisition will be issued as, an unrestricted procurement. A quote closing date has not been set for this solicitation. The quote closing date will be indicated on the Standard Form 18 in the solicitation package. All requests for solicitation packages must be in writing, telephone requests will not be honored. Quoters may fax their request to (207) 259-8205 or e-mail their requests to [email protected] navfac navy.mil. Contact Allison Tibbetts for more information. (W-235 SN50V8RO)
Area C, Building 1, Room 101 1940 Allbrook Drive, Suite 3 Wright- Patterson AFB, OH, 45433-5309 REPLACE WINDOWS BRICK QUARTERS SOL F33601-01-R-0068 DUE 091701 POC Charley Julian,(937) 257-6571 x4127 Background" UPDATE 23 AUG 01-Amendment 0003 and Amendment 0004 have been loaded. NOTE: The site visit for this project is scheduled for 27 Aug 01 at 9AM. This will be the ONLY time bidders will be allowed inside one of the units. Amendment 0001 & 0002 were erroneously used by the computer system and they DO NOT exist. The first amendment number is 0003: Project Number 98-4004-2 The scope of this project consist of furnishing all labor, equipment, appliances, devices and material necessary and performing all operations necessary in connection with Replace Windows-Brick Quarters including removals and miscellaneous work as specified and as shown, indicated or noted in the Contract Documents at Wright-Patterson AFB, OH, 45433. Funds are not presently available for this project. This project can only be awarded subject to congressional approval. The Government reserves the right to cancel solicitation, either before or after the closing date. Mr. Stephen ). Plaisted has been appointed as Ombudsman to hear concerns form offerors, or potential ofterors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. Existence of an Ombudsman does not diminish the authority of the program director of the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, and the evaluation of proposal or the source selection process and therefore, for routine matters on the individual solicitations, please contact, Charles Julian, ASC/PKWOEB, (937) 257-6571 ext. 4127. When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9094, ext. 232. Contractor must be registered in CCR prior to award of solicitations issued after 31 May 98. Telephone number 1-888-CCR-2423, Fax number 1-703-696-0213. Every solicitation issued after 31 May 98 must include the clause at DFARS 252-204-7004, **Required Central Contractor Registration."* DUNS/CCR Website: http://www.ccr2000.com/. NOTES: 1. The solicitation, specifications and drawings will be available on the World Wide Web on or about 16 Aug or. Web site address is http://pixis/ wpasb.af, mil. 2 Hard copies of the solicitation will NOT be provided. You may however download and print the file from the World Wide Web. 3. There is not tee for this solicitation. 4. One hard copy of the solicitation will be available for review in Building 260, Area C, Wright-Patterson AFB, OH 5. A registration page will be attached to the web site. You are not required to register. However, when you register you will receive notice of any amendments and/or addendum. If you have not registered, it will be your responsibility to check the web site for any changes to the solicitation, 6. You shall provide a signed copy of the SF1442 at the time and place specified in the solicitation for bid opening. Proposals will NOT be publicly opened. Sealed envelopes containing bids shall be marked to show the bidder's name and address, the solicitation and the date and time proposals are due. 1. Contractors that are Debarred, Suspended, or Proposed for Debar ment are excluded from receiving contracts. Agencies also shall not consent to subcontract with these contractors. Proposals, prepared by Debarred, Suspended or otherwise ineligible contractors are at the risk and expense of the contractor." http://www pixs wpafb.at.mil/pixslibr/01R0068/01R0068.asp O1R0068 Replace Windows - Brick Quarters Charley Charley (D-236 SN50V8X0
OIC of Navtac Contracts, Naycomtoista Cutler, HC 69, Box 1198, Cultu, NE 04626 INSTAU REMOTE CONTROL MONITORING SYSTEM FOR GENERATOR, HF SOL (207) 9672472-01-Q-6306 POC Allison D. Tibbetts (207) 259-8242.op s the declared and acknowledged intention and meaning of this solicitation to provide all tools, equipment, material, labor and supervision to provide and install a remonte control monitoring system for a diesel fuel generator. The system shall provide features that allow the reading of monitoring statistics and adjustments to the generator system from a remote site. The work is located at the Naval Computer and Telecommunications Area Master Station Atlantic Detachment Cutler, Maine. ALL PROSPECTIVE CONTRACTORS MUST REGISTER IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE PRIOR TO AWARD OF A CONTRACT. QUOTERS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL CONTRACTOR REGISTRATION DATABASE MAY RENDER YOUR FIRM INELIGIBLE FOR AWARD. Replies to this notice are requested for. NAICS 235310, Electrical Contractors. This acquisition will be issued as an unrestricted procurement. A quote closing date has not been set for this solicitation. The quote closing date will be indicated on the Standard Form 18 in the solicitation package. All requests for solicitation packages must be in writing, telephone requests will not be honored. Quoters may fax their request to (207) 259-8205 or e-mail their requests to tibbettsadelane.naviac.navy.mil . Contact Allison Tibbetts for more information. (N-235 SNSOV8P2)
Directorate of Contracting, Fort Drum, 45 West Street, Fort Drum, NY 13602-5220 2-2-CUT OUT, REPAIR AND RESEAL ALL CONCRETE SIDEWALK EXPANSION JOINTS AT BUILDING P-10000, FORT DRUM, NY SOL DAKF3601-1-0081 DUE 091301 POC Monica Junod, (315) 772-5441 Reference previous synopsis published 13 August 2001, subject, Repair and replace concrete sidewalk expansion joints at P-10000 solicitation that was due to be out on or about 28 August 2001. Due to lack of funding. This requirement is hereby withdrawn and this solicitation will not be issued. http://acquisition army.mil Army Single Face to industry [email protected] army.mil Directorate of Contracting, Fort Drum (D-236 SN50V8V7)
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014 2-4.16KV TIE LINES SOL DAMD17-01-B-0010 DUE 092001 POC Susan Dell, 301-619-2278 Contractor shall furnish all labor, materials, equipment and supervision for work that includes, but is not limited to, replace SKV underground electrical line cable trom substation no. 6 to pole 189, replace SKV underground electrical line cable from subs tations no. 4 & no. 5 to their respective risers and reconductor the 4. IKV tie lines at Fort Detrick, Frederick Maryland. All work shall be accomplished between 01 November 2001 through 31 March 2002. SOLICITATION NO. DAMD17-01B-0010 will be issued on or about 31 August 2001 and bid opening will be on or about 20 September 2001. All potential bidders are reminded, in accordance with DFARS 252 204.7004. all contractors wishing to do business with the Department of Defense, must be registered in the Centr al Contractor Registration (CCR) database. CCR registration can be accom
> USDA, Forest Service, 100 West Capitol Street, Suite 1141, Federal Building, Jackson, MS 39269 7- CONSTRUCTION OF A NEW SEWAGE TREATMENT SYSTEM, CHEWALLA LAKE RECREATION AREA, NFSMS SOL FS-WOC-01-459 DUE 091301 POC JULIA B. CAIN 601.965.4391x127 ROSS MELICK 573.364.4621x434 AMENDMENT 01-08/17/01_a) The purpose of this Amendment is to replace SF-1449 Solicitation, Offer and Award (Construction, Alteration, or Repair) page 1 of 43 with Amended SF-1449 Solicitation, Offer and Award (Construction, Alteration, or Repair) page 1 of 43 in BOTH Pink Package ((FOR OFFEROR USE IN SUBMITTING OFFER) and Yellow Package (OFFEROR'S COPY). PRICE RANGE: $150,000-$200,000 has been AMENDED to PRICE RANGE$100,000-$150,000. All other information, clauses, and provisions remain unchanged. USDA Forest Service Contracting Officer (W-236 SN50V8Y2)
DIC Nantec Contracts, Navcomtelsta Cutie, HC 69, Box 1198, Culte, ME 04626 L-REPAIR CRANE, POWER PLANT SOL N6247,2-01-0-6307 POC Allison D. Tibbotts (207) 259-8242 or (207) 963-7241 it is the declared and
USDA, Forest Service, 100 West Capitol Street, Suite 1141, Federal Building, Jackson, MS 39269 4-SLIDE REPAIR, ROAD 707 AND CULVERT REPLACEMENT, ROAD 715 SOL FS-WOC-01-483 DUE 091401 POC Shirley Bearden for solicitation
2 Maintenance, Repair or Alteration of Real Property Potential Sources Sought het
packages, 601/965-4391, x119; Julia Cain, CO, "601/965-4391, x127 This project consists of repairing a roadside slide on Road 707 by excavating and removing an estimated 1,400 C.Y. material and replacing with select material. The project also includes replacement of a 42" x 36' corrugated steel pipe-arch culvert. Quantities also include 175 tons #610 crushed aggregate and seeding. Project is located on the Delta Ranger District, Delta NF, Sharkey County, MS. Contract time is 30 calendar days. Success. ful offeror will be required to submit a 100% Payment Bond prior to commencing work. This project is estimated to be between $25,000 and $100,000 Requests for solicitation should be faxed to 601-965-6029. Telephone requests are discouraged. This project is open to small and large business concerns. ERROR --W-236 SNSOV916)
U.S. Army Corps of Engineers, Memphis District Civil Works, 167 North Main Street, Rm B202, Memphis, TN 38103-1894 GLOWER BUFFALO CREEK CHANNEL CLEANOUT, MISSISSIPPI COUNTY, ARKANSAS SOL DACW66-01-8-0021 DUE 092701 POC Carol Seibert, 901544-3353 The work consists of clearing and disposal of debris therefrom; channel cleanout and disposal of channel cleanout material; rough dressing, fertilizing, and seeding: placement of filter material and riprap; removal and installation of culverts and environ mental protection. The estimated value of the proposed work is between $100,000.00 and $250,000.00. This will be an Unrestricted solicitation. To qualify as a small business, the concern must be independently owned and operated, not dominant in the field of operation in which it is bidding on government contracts, and have annual receipts for the last three fiscal years not exceeding $27,500,000.00. The services or supplies to be procured are classified under NAICS 234990. The official copy of this solicita tion will be provided on compact disk at no charge. A compact disk may be ordered via facsimile at 901-544-3142, or register at www.mym.usace.army.mil . http://acquisition army.mil Army Single Face to Industry U.S. Army Corps of Engineers, Memphis District — Civil Works (0-236 SN501944)
Directorate of Contracting. Fort Campbell, Building 2174, 13 11 2 Indiana Streets, Fort Campbell, KY 42223-5358 1-INSTALL, REPLACE AND UPGRADE TRAFFIC SIGNAL SYSTEMS SOL DAKF23-01-8-0017 DUE 091701 POC Lilia Bennett, 270-798-6068 Install, Replace and Upgrade Traffic Signal Systems. Install Traffic Signals at three (3) locations, replace traffic signals at eight (8) locations and upgrade traffic lights at two (2) locations. The estimated range for this project is $500,000 to $1,000,000. http://acquisition.army.mil Army Single Face to Industry Directorate of Contracting, Fort Campbell (0-236 SNSOV 945)
participants with bona-fide places of business in Hawait. This program is designed to provide enhanced contracting opportunities to qualified firms under the 8(a) program serviced by the U.S. Small Business Administration (SBA) District Office and other 8(a) firms with bona fide places of business in Hawaii. Under this program, we will compete construction procurement actions, below the $3,000,000 competition threshold, which require award by 30 September 2001, among eligible 8(a) program participants serviced by the Hawaii District Office and other 8(a) participants with bona-fide places of business in Hawaii. The anticipated construction work to be covered under this program include, but is not limited to, new construction, minor construction projects (exterior and interior renovations, alterations, repairs (emergency and routine)), handling of hazardous waste and material, maintenance, mechanical, electrical, heating/air conditioning, painting, paving, earthwork, demolition, and installing pipelines. RFPs or RFQs issued under this program, but not awarded by 30 September 2001, may continue to be processed under this program provided that funds will be made available by 31 December 2001. The Contracting Officer, when awarding on a best value basis, will consider factors, such as Past Performance, Technical Qualifications, Management Approach and Price. The Contractor will be required to furnish a Bid Bond with each proposal over $25,000 with Performance and Payment Bonds required on each award. The NAICS Sectors covered under this program are for work performed in the NAICS Sectors 233, 234, and 235 for construction. GEOGRAPHICAL AREA OF COVERAGE: The Program covers military and government installations on the Islands of Hawaii. SOLICITATIONS: The contractor may be required to submit a brief technical proposal or work plan and a list of proposed subcontractors for Navy approval as well as a price proposal. Each solicitation will indicate the detail of pricing and technical information to be provided by the offeror, allowing the flexibility, for best value awards. The Government reserves the right to obtain a more detailed cost breakdown of labor, materials, equipment, overhead and profit at any time. 'CONTRACTS: Award will be made on Standard Form 1442 or Standard Form 26, whichever is appropriate, and will provide appropriate terms and conditions required in 8(a) and construction type contracts, descriptions, specifications, administrative requirements, pricing terms and completion time. SUBMITTAL REQUIREMENTS: In order to compete for awards, each 8(a) program participant must (1) provide 8(a) Certification, (2) be registered in the Department of Defense Central Contractor Registration (CCR) database, (3) be licensed/bonded and fully capable to perform construction work under the NAICS Code Series 233, 234, and 235, and (4) provide resumes indicating the qualifications of key personnel of the Design-Build Team, if applicable, include principals (design and construction), project manager (design and construction), registered professionals for each design discipline (architect, civil engineer, structural engineer, mechanical engineer, electrical engineer, and fire protection engineer), and sustainable design consultant, if being considered for design and/or design-build projects, and (5) provide a narrative that describes the Design-Build Team's internal communication system used to ensure a successful project, it being considered for design and/or design-build projects. Each RFP/RFQ will include the specifications for the project, delivery and bonding requirements, current wage determination, basis for award (i.e., evaluation procedures for best value), and a point of contact, date, time and place for the submittal of proposals. All requirements under the Program will be offered via E-mail or posted on NAVFAC's Electronic Solicitation (E-Sol) website at http://www.esol.naviac.navy.mil for downloading. This will normally be the only method of distributing solicitation documents. All Program participants are encouraged to visit the ESol website on a daily basis for the solicitation documents issued under this Program since solicitation closings may be less than 30 days. All Program participants shall create an account for each solicitation in which they wish to participate at the website http://www.esol.naviac.navy.mil to ensure that they are notified of updates or amendments to the solicitation as they occur. No other notice of solicitation activity will be provided to interested offerors. http://www.esol.navfac.navy.mil click here for solicitation documents covered under this program click to contact the contract specialist via e-mail (W-236 SN50V9E1)
ESCAPKOC, Construction Branch, Operational Contracting Division, 104 Barksdale St., Hanscom AFB, MA 01731-1806 INSTALLATION OF BASEMENT DRAINS AT MILITARY FAMILY HOUSING AT MANSCOM AFB, MA. SOL F19650-01-1-0049 DUE 102001 POC Leonardo S. Layon, (781) 377-2463 POC, Ellen Rollings, Contracting Officer, (781) 377-9194 The United States Air Force is requesting quotations for the furnishing of all labor, materials as required, travel, equipment, and services and performing all operations required for installing new interior under slab basement drainage systems to include collection piping, pumping, excavation, and backfilling, and discharge routing and the connection of this interior system to the storm sewer system in Military Family Housing at Hanscom AFB, MA. The principal item of work includes but is not necessarily limited to electrical work, equipment, grading, excavating, seeding, concrete cutting, and storm drain work. The magnitude of this project is between $25,000 and $100,000. The period of performance for this project will be 100 calendar days. The solicitation for this project will ONLY be available at Internet address://www.herbb. hanscom.af.mil All interested parties MUST be registered in the Central Contractor Registration (CCR) Database in order to receive a solicitation or award. Applications for CCR registration may be obtained or completed at the Internet address: http://www.ccr2000.com Tentatively, the RFQ will be released on or about 31 August 2001. Quotations can be mailed to: ESC/PKOC, Attn: Leonardo S. Layon, 20 Schilling Circle, Bldg 1305, 3rd FL, Hanscom AFB, MA 017312800 Quotations sent via Federal Express, UPS, or hand-carried, etc.. shall be mailed to the same address. RFQ may be faxed to (781) 377. 4324. The site visit is tentatively scheduled for on or about 6 September 2001. Quotations are due on 20 September 2001. The Government reserves the right to cancel this solicitation, either before or after receipt of quotations, with no obligation to the offeror by the Government. FUNDS are currently not available for this requirement. Offerors are advised that the cost of any response is at the offeror's own risk. Unless funds are made available for this requirement, no contract will be awarded. See Note 26. http://www.herbb.hanscom.af.mil ESC Business Opportunities Web Page layon [email protected], af,mil Click Here to E-mail the POC (D-236 SNSOV9C3)
Regional Officer in Charge of Contracts, Naval Facilities Engineering Command. Code R120,4262 Radford Oriva, Honolul, MI 96018- 3296 1-BASIC ORDERING AGREEMENT FOR ELIGIBLE B(A) FTRUS SERVICES BY THE HAWAN DISTRICT OFFICE AND OTHER B(A) PARTICIPANTS WITH BONA-FIDE PLACES OF BUSINESS IN HAWAN. SOL 8(a) BOA Program POC Ms. Gail Matsumoto, Contract Specialist, (808) 474-8385, or Ms. Christene Asuka, Contracting Officer, (808) 474-3382 RESTRICTED TO 8) PIRMS SERVICED BY THE HAWAII SMALE BUSINESS ADMINISTRATION DISTRICT OFFICE AND OTHER 8(a) PARTICIPANTS WITH BONA-FIDE PLACES OF BUS NESS IN HAWAII: The Resident Officer in Charge of Construction, Pear Harbor is seeking interest from 8(a) program participants serviced by the Hawani District Office and other 8(a) participants with bona-lide places of business in Hawaii. BOAs are designed to provide enhanced contracting opportunities to qualified firms under the 8(al programa serviced by the U.S. Small Business Administration (SBA) District Office. The BOA is het a contract but a written instrument of understanding negotiated between the Naval Facilities Engineering Command Pacitic Division, Resident Office in Charge of Construction, Pead Harbor, and the 8ta) firm to facitate the expeditious acquisition of covered services, it and when ordered the contractor will receive 'cootract clauses, provisions, certifications, terms and conditions, which will apply to the extent referenced therein and a cording to the dollar amount of each BOA and shall constitute a separats contract with the issuance of a task order. Annually, the Navy and the Small Business Administration Headquarters will review the continued need for this agreement in light of (a) a usefulness and need for service and Wben cific work requirement suitable for accomplishment under the BOA, they will provide written plans and specifications, or in some cases a design concept only, to a chosen few contractors for submission of a pieceta If the parties are able to come to an agreements a contractual eder will be issued and the Contractor will, be required to furnish the necessary personnel, material, labor, equipment, supervision and over head required to perform the work within the specified time allotted in the order , a directed by the Contracting Officer, The BOA Task Ordess shall be it stricted to the BOA holders serviced by the Hawaii District Office and other 8(a) participants with bona fide places of business in Hawai Then is no guaranteed minimum dollas amount or volume of work that el be ordered under the agreement but there is a threshold of not less tim $25,000 that can be placed on a Task Order with a maximum of $3,00 unless the parties agree to a different amount. The Contracting dan when awarding on a best value basis, will consider factors such as his Performance, Technical Qualifications, Management Approach and Price The Contractor will be required to furnish a Bid Bond with and Payment Bonds required on each Task over $25,000 with Performance from the BOA of a steady stream of work Order. There is no Nothing in the BOA is intended to state or imply any agreement by the Navy to place future contracts or orders with the Contractor or to requirt that the Navy solicit and acquire covered services from the contracte only. The anticipated construction work requires a diversity of skills suite able to a variety of tasks. The anticipated construction work to be covered is not construction projects (exterior and inferior renovations, alterations, repairs (emergency and routine)), handling of hazardous waste and material, maintenance, mechanical, electrical, heating/air conditioning, painter paving, earthwork, demolition, installing pipelines, and design assistance (on-site design solution for emergency calls and design/build services for minor construction items). The NAICS Sectors covered under the BOA are for work performed in the NAICS Sectors 233, 234, and 235 for con struction. GEOGRAPHICAL AREA OF COVERAGE. The BOA covers mittari and government installations on the Islands of Hawaii. The agreements will be written for a period of three (3) year's with the Government's right to grant extensions for up to two years, with no single extension exceeding one year in accordance with DFARS 4 pement itselleenent The can only be changed by modification of the by individual orders issued hereunder. If a firm iş a entire orders will be issued to the Contractor, and the agreement will be there nated. Termination of the agreement under those circumstances shall sol have an affect on any orders previously issued. Either party may cancel the agreement with 30 days written notice to the other party Amy cancel tion will not have any effect on previously issued task orders per the effective date of cancellation SOLICITATIONS: The contractor a be required to submit a brief technical proposal or work plan and a test of proposed subcontractors for Navy approval as well as a price proposal Each solicitation will indicate the detail of pricing and technical informa tion to be provided by the offeror. The Government reserves the right to obtain a more detailed cost breakdown of labor, materials, equipment overhead and profit at any time. ORDERS: Individual projects will be avant ed using the DD. Form 1155 and will provide appropriate descriptions specifications, administrative requirements, pricing terms and complete time. Each order will be considered a separate binding contract. LIMITA TION OF ORDERS: The average range will be from $100,000 to a maximum of $3,000,000 unless the parties agree to a different amount. SUBMITTAL REQUIREMENTS: (1) Provide 8(a) Certification (2) Registered in the De partment of Defense (D00) Central Contractor Registration (CC) dat: base. (3) Licensed/Bonded and fully capable to perform construction wat under the NAICS Code Series 233, 234, and 235. (4) Provide testes indicating the qualifications of key personnel of the Design-Build Team Include principals (design and construction), project manager fdesign and construction), registered professionals for each design discipline (archi tect, civil engineer, structural engineer; mechanical engineer, electrical engineer, and fire protection engineer), and sustainable design consultant, if being considered for design and/or design-build projects (5) Arte a narrative that describes the Design-Build Team's internal com dicatat
Regional Officer in Charge of Contracts, Naval Facilities Engineering 3296 1-END-OF-FISCAL-YEAR PROGRAM FOR B(A) PROGRAM PARTICIPANTS SERVICED BY THE KAWAII DISTRICT OFFICE AND OTHER HA) PROGRAM PARTICIPANTS WITN BONA-FIDE PLACES OF BUSINESS IN HAWAN SOL 8(a) EOFY Program POC Ms. Gail Matsumoto, Contract Specialist, (808) 474-8385, or Ms. Christine Asuka, Contracting Officer, (808) 474-3382 RESTRICTED TO 8(a) FIRMS SERVICED BY THE HAWAII SMALL BUSINESS ADMINISTRATION DISTRICT OFFICE AND OTHER 8(a) PARTICIPANTS WITH BONA-FIDE PLACES OF BUSINESS IN HAWAII, The Resident Officer in Charge of Construction, Pearl Harbor is establishing an 8(a) program for their end-of-year (EOFY) procurement actions. This program is for 8(a) program participants serviced by the Hawan District Office and other 8(a) program
North Central Contracting Office, Gateway Tower II, 8th Floor, 400 State Avenue, Kansas City, KS 68101 1 REPLACE PRISON CAMP ROOF SOL IFB40020-0033 POC Thomas Young, Contracting Officer, 913-551-1044 The Federal Bureau of Prisons has a requirement to remove all existing (roof) materials, including but limited to gravel, built-up plies, and insulation, and replace it with a new built-up roof. The location for this project is the Federal Prison Camp (FPC), which is located adjacent to (a satellite) the United States Penitentiary (USP), located at 1300 Metropolitan, Leavenworth, Kansas, 66048. The magnitude of construction is between $250,000 and $500,000. The North American Industrial Classification (NAICS) code is 235610, with a small business size standard of $11.5 million. Contract duration will be 180 calendar days from notice to proceed. The approximate size is 60,000 square feet. Bid, performance and payment bonds will be required. Solicitation packages will be available approximately September 15, 2001. All responsible small business sources may submit a bid, which shall be considered by the agency. All requests for this solicitation must be in writing. Mail your requests to Federal Bureau of Prisons, North Central Regional Contracting Office, Attention: Thomas Young, Contracting Officer, 400 State, Gateway Tower #1, Eighth Floor, Kansas City, Kansas 661012492. You may also fax your request to 913-551-1074. You may also e-mail your request, as indicated below. See numbered note 1. Click here to contact the Contracting Officer for this acquisition (W-236 SN50V916)
US Army Tank Automotive and Armaments CommandRock Island( TACOM-RI) Atta: AMSTA-CM-CR, Rock Island, IL 61299- 7630 10-LFM KITS FOR DSESTS SOL NA POC Contract Specialist Rock Woodstock (309) 782-7237 PCO Suzie Yackley (309) 782-1466 DESC: Legacy Function Module (LFM) Kits for Direct Support Electrical System Test Set (DSESTS). Requirement 100 each with a 50% option provision. End item is the MIAI ABRAMS tank. This procurement is restricted to PEI Electronics INC, 110 Wynn Drive, Huntsville, AL 35807-0929. Otters from concerns other than the above are not solicited. Published for subcontracting purposes only Click here to contact the Contract Speciailst, (W-236 SN50V8Z8)
system used to ensüre 3 suocessful project, it being considered for design and/or design-build projects. (6) Provide up to three references of completed projects within the last three years for EACH NAICS sector that reflect your firm's performance and qualifications similar in size and general scope and the possible complexity to which the firm would like to be considered. To register in the DOD CCR database, go to the CCR website at http://www.ccr 2000.com/, go to "Start New Registration", and follow the directions for registration: All requirements under the BOA Program will be offered via E-mail or posted on NAVFAC's Electronic Solicitation (E-Sol) website at http://www.esol. navfac navy.mil for downloading. This will normally be the only method of distributing solicitation documents. All BOA holders are encouraged to visit the E-Sol website frequently for Fl the solicitation documents issued under the BOA Program. All BOA holders I shall create an account for each solicitation in which they wish to partici pate at the website http://www.esol. naviac.navy.mil to ensure that they mi are notified of updates or amendments to the solicitation as they occur. A No other notice of solicitation activity will be provided to interested offerors. BOAs will be processed in the order in which a complete evaluation * package is received. BOAs will be used for competitive purposes as soon 2 as there are at least three BOAs issued for the applicable NAICS sector Unless you respond to this synopsis or subsequent synopses, which will In be issued periodically, you will not be able to participate in this BOA U program Ne http://www.esol. navtac navy.mil click here for future information on the * BOA Program. click here to contact the Contracting Officer via email. (W-235 SN5OV8Q5)
Defense Supply Center Columbus, P.O. Box 16704, DSCC-PLİ, Columbus OH 43216-5010 16– WEAPONS BOLT ASSEMBLY, FIRING SOL SP)740-01-R-5304 DUE 101201 POC Richarf Furchner (614) 692-7923 Desc: NSN 1005-00-9197015, YPCOI 197000898, Bolt Assembly, Firing, End Item 7.62 Mini-Gun, Purchased in accordance with Defense Supply Systems Inc. (035P9) and Dillon Aero Inc. (IPN61) P/N 6589865, Deliver FOB Destination, Inspection Acceptance at Origin; 1709 each to New Cumberland, PA 17070, 1642 each to Tracy, CA 95376 in 120 days, Note 26 applies. This solicitation is an RFP and will be available on the Internet at http://dibbs.dscccols.com/ Rip on its issue date of 9/12/01. Hard copies of this solicitation are not available and must be downloaded from the internet site above, Proposed procurement includes a 100% option for increased quantities. This is a small business set-aside. Technical data is not available for competetive distribution, and therefore the part is purchased from the part number noted above. (W-236 SNSOV999)
10 Weapons Potential Sources Sought
SHARE THE SMAW RAIL WITH ANY OTHER DEVICES. 5. Q: Reference Integrated Laser Light Module, threshold salient characteristic # 3. What is the purpose of a threshold requirement of a visible flashlight as part of the ILLM/ attached to the SMAW? Why is there a threshold requirement to attach a flashlight to a SMAW? A: THE MTAS WILL PROVIDE THE UNIT COMMANDER WITH A MULTIFUNCTION DEVICE ACROSS MULTIPLE WEAPONS PLATFORMS. THE THRESHOLD REQUIREMENT IS FOR AN ILLM TO BE ATTACHED TO A SMAW AND NOT A LIGHT ONLY MODULE. AMENDMENT 3 CLARIFIES THIS. 6. Q: Reference Integrated Laser Light Module, threshold salient characteristic # 3. Are tools permitted to attach the ILLM to the trigger guard of the M9? A: TOOLS ARE PERMITED TO ATTACH AN ADAPTER TO THE M9 SO THAT THE ILLM CAN BE ATTACHED WITHOUT TOOLS. AMENOMENT 3 CLARIFIES THIS. 7. Q: Reference Integrated Laser Light Module, salient characteristics. The ILLM visible flashlight has no threshold requirement for output, is this correct? So a low brightness visible flashlight cannot be considered negative in the evaluation, is this correct? A: WHILE THERE IS NO THRESHOLD REQUIREMENT FOR VISIBLE FLASHLIGHT OUTPUT OF THE ILLM, THE OBJECTIVE FOR BRIGHTNESS IS 75 LUMENS, AS INDICATED IN AMENDMENT 3. 8. Q: Reference Integrated Laser Light Module, salient characteristics. At what ranges must the ILLM work in conjunction with the SMAW? A: UP TO 250 METERS. 9. Q: Reference Light Only Module, threshold salient characteristic # 2. What is the purpose of attaching the Light Only Module to the SMAW Mil-Std-1913 rait? A: AMENDMENT 3 REMOVED THIS THRESHOLD REQUIREMENT. 10. Q: Why is there a time difference to attach the ILLM (30 seconds) and LOM (5 seconds) to the same M9 pistol? A: THE TIME REQUIREMENT TO ATTACH THE ILLM AND LOM MODULES ARE BOTH 30 SECONDS PER AMENDMENT 3. 11. Q: Rete erence Light Only Module, threshold salient characteristic # 1. States there is a 75 lumens light output requirement. Is this the measurement or bulb rating? Or is this the output of light as measured' after passing through lens? There exists different standards of measurement for lumens: How does the USMC intend to measure lumens of the LOM to ensure comphance to the salient characteristic? A: THE 75 LUMENS OUTPUT REQUIREMENT IS A BULB RATING, BUT THE MARINE CORPS MAY TEST LIGHT OUTPUT VIA SECONDARY MEANS SHOULD IT BE DETERMINED NECESSARY. 12. Reference Integrated Laser Light Module, salient characteristic and Reference Light Only Module, objective salient characteristic # 1. Why does the specification dictate such a narrow and specific method of achieving momentary and constant (latch on) activation? A: THESE SALIENT CHARACTERISTICS HAVE BEEN RESTATED AND BROADENED IN AMENDMENT 3. 13. Q: This solicitation is specific to the products of Insight Technology Inc. Did the Agency conduct market research in accordance with FAR part 10 prior to issuing this solicitation? Is so, when? Was there a public announcement in the CBD for the market survey? If so, when? Did the Agency contact more than one or two manufacturers as part of the market survey? If so, when? A: THE SOLICITATION IS NOT SPECIFIC TO ANY PARTICULAR MANUFACTURER'S PRODUCTS. MARKET RESEARCH WAS UNDERTAKEN PRIOR TO THE DEVELOPMENT OF REQUIREMENTS AND SPECIFICATIONS FOR THIS SOLICITATION THE CURRENT SOLICITATION PROVIDES THE OPPORTUNITY FOR MARKET AND PRODUCT EVALUATION. 14. Q: Will the Agency consider splitting the ILLM and LOM awards? What happens if a company only has one of the products (ILLM or LOM)? Will such an offer be considered non-responsive? Wouldn't it be in the best interest of the Government to split the products into different solicitations to encourage more competition? A: NO, THE MARINE CORPS DOES NOT INTEND TO PROCURE THE ILLM AND LOM SEPARATELY. THE MARINE CORPS DESIRES A SINGLE TARGET ACQUISITION SYSTEM, INCLUDING THE ILLM AND LOM MODULES, TO ENSURE THE PROPER INTEGRATION OF THESE COMPONENTS AND THE OVERALL OPERATIONAL CAPABILITY OF THE MTAS SYSTEM. ADDITIONALLY, THE ACQUISITION AT HAND PROVIDES VARIOUS PROCUREMENT AND ADMINISTRATIVE EFFICIENCIES, AS STATED IN AMENDMENT 3, OFFERS NOT MEETING THE THRESHOLD REQUIREMENTS OF THE SOLICITATION WILL BE CONSIDERED NON-RESPONSIVE. OFFERORS MAY MAKE TEAMING OR SUBCONTRACTING ARRANGEMENTS TO MEET THE REQUIREMENTS OF THE SOLICITATION. 15. Q: How does the Agency intend to evaluate and weigh price, given this is an IDIQ contract? A: THE GOVERNMENT WILL EVALUATE PRICE BASED ON A WEIGHTED AVERAGE OF THE UNIT PRICES PROVIDED IN RESPONSE TO THE SOLICITATION. THE WEIGHTS AND WEIGHTING METHOD ARE SOURCE SELECTION SENSITIVE AND WILL NOT BE PROVIDED. 16. Q: The ILLM is defined as an AN/PEQ6 or equal, the LOM as an M3 or equal. ILLM salient characteristic (3) requires that the ILLM "shall be attachable/detachable to ... the trigger guard (M9) in less than 30 seconds. No tools shall be required to attach or detach. Similarly, LOM salient characteristic (2) requires that the LOM "shall be attachable/detachable to ... the trigger guard (M9) in 5 seconds or less. No tools shall be required to attach or detach." We believe that the solicitation didn't recognize that an adapter is used to mount the ILLM and LOM to the M9. If so, will the solicitation be modified to recognize the use of an adapter? A: AMENDMENT 3 ALLOWS FOR THE USE OF AN ADAPTER FOR THE M9 AND RESTATES THE TIME REQUIREMENTS FOR ATTACHING THE ILLM AND LOM MODULES. PLEASE SEE ALSO QUESTIONS NO. 6 and 10. 17. Q: The solicitation calls for pricing data in quantity ranges 1-1,500 and 1,501–3,000. The solicitation also calls for a minimum order quantity of 100. Does the Government desire step pricing (at logical price breaks) between quantities 100 and 3,000? A: NO. UNIT PRICING IS REQUESTED FOR EACH FISCAL YEAR AND FOR EACH OF THE QUANTITY RANGES AS SPECIFIED IN THE SOLICITATION. 18. Q: Can an offer be made only on the LOM? A: NO. PLEASE SEE ALSO QUESTIONS NO. 1 AND 14, 19. Q: Will offers of products that exceed a particular objective salient characteristic be evaluated more favorably than those that meet the objective? A: YES PROPOSALS THAT EXCEED THRESHOLD AND OBJECTIVE CHARACTERISTICS WILL BE EVALUATED MORE FAVORABLY THAN THOSE THAT MEET THE THRESHOLDS AND OBJECTIVES, Government Point of Contact for Solicitation M67854-01-R-1099 (W-235 SN50V800)
U.S. Army Corps of Engineers, Contracting Division, 190 Fifth Street East, St. Paul, MN 55101-1638 , 2-NVITATION OF SOURCES FOR HYDRAULIC CUTTERHEAD DREDGING SOL W816671-1236-9999 DUE 091401 POC Marc Krumholz-651-290* 5446 The Corps of Engineers St. Paul District is presently interested in fai soliciting comments on the draft specifications for 9-foot channel maintetim nance hydraulic cutterhead dredging on the Upper Mississippi River in the St. Paul and Rock Island Districts, UMR miles 300---857. Approximately 1.4 million squareyards of dredging at 30+ locations can be expected. an We are further interested in an indication of your interest in competing pe care for this work against other contractors and the Government's Dredge Wil liam A. Thompson. Estimated order of magnitude of the requirement range est is $5. million to $10 million per year. North American Industry Classification till system (NACIS) Code is 234990; the Small Business Size Standard is dit $17 million and to be considered small for purposes of Government proes mi curement, a firm must perform at least 40 percent of the volume dredged with its own 'equipment or equipment owned by another small dredging concern. The draft specification will be posted to the US Army Corps of Engineers, St Paul District's World Wide Web site on or about 24 Aug 01. Comments on the specification requirements, and interest in the submittal of a bid are requested not later than 14 September 2001. Depending on the interest identified, a decision to advertise the work will be forthcoming by the end of September 2001, with solicitation by mid-October. Please utilize the US Army Corps of Engineers, St Paul District's World Wide Web site to register your interest and E-mail Marc Krumholz to identity your firm as farge or small business. Telephone requests will not accepted http://www.mvp. usace.army.mil Click Contracting/Bidder Info then Electronic Bid Solicitation marc.f.krumholzOmvp02.usace.army.mil , army, mil (W-236 SN50V9F6) Supplies, Equipment, and Materials 10 Weapons Commander, Marino Corps System Command, Code CTQ, 2033 e Barnett Avenue, Sto 315, Quantico, VA 22134-5010 16– MARINE TARGET ACQUISITION SET (MTAS). TECHNICAL Q&AS SOL M67854-01-R-1099 DUE 083101 POC Mr. David R. Marr via E-Mail Only at Technical Questions and Answers: Solicitation No.M67854-01-R-1099.1. Q: Are threshold salient characteristics considered required? If an offeror does not meet a single salient characteristic on either the ILLM or LOM is that offer considered non-responsive? A: YES, THRESHOLD CHARACTERISTICS ARE MANDATORY. AMENDMENT 3 CLARIFIES THIS. 2. Q: Reference Integrated Laser Light Module, threshold salient characteristic # 3. Does the MEUSOC pistol already have a MILSTD-1913 rait? If yes, can the Government provide a drawing of the MILSTD-1913 rail on the MEUSOC pistol, so offerors will be in a position to ensure compliance? A: YES, THE MEUSOC PISTOL EMPLOYS A MIL-STD1913 RAIL THAT, IS 1.368 INCHES IN LENGTH. REFER TO MIL-STD 1913 RAIL FOR OTHER DIMENSIONS. A.PDF VERSION OF MIL-STD-1913 WILL BE PROVIDED UPON RECEIPT OF AN EMAIL REQUEST TO THE GOVERNMENT POINT OF CONTACT SPECIFIED IN THIS NOTICE. 3. Q: Reference Integrated Laser Light Module, threshold salient characteristic #3. Does the SMAW already have a MIL-STD-1913 rail? If yes, can the Government provide #drawing of the MIL-STD-1913 rail on the SMAW, so ofterors will be in a position fo ensure compliance? A: THE SMAW DOES NOT CURRENTLY HAVE A MIL-STD-1913 RAIL, BUT ONE IS BEING DEVELOPED FOR IT. THIS WILL NOT CHANGE ATTACHMENT REQUIREMENTS FOR THE MTAS MODULES AS STATED IN THE SOLICITATION: A PDF VERSION OF MIL-STD-1913 WILL BE PROVIDED UPON RECEIPT OF AN EMAIL REQUEST TO THE GOVERNMENT POINT OF CONTACT SPECIFIED IN THIS NOTICE: 4. Q: Reference Integrated Laser Light Module, threshold salient characteristic # 3. Are other devices already on the SMAW Mil-Std-1913 rail? If so, what are these devices? Is it allowable to remove these other devices on the SMAW Mil-Std-1913 rail in order to attach and use the ILLM? Or does the Marine Corps wish to simply add the ILLM to the Mil-Std-1913 rail while retaining use of these other devices? If there are other devices, can a drawing of the outside dimensions of these other devices on the Mil-Std-1913 rail be provided? A. FOR PURPOSES OF THIS SOLICITATION, THE MTAS WILL NOT
US Army Tank Automotivo and Armaments CommandRock Island( TACOM-RI) Attn: AMSTA-CM-CR, Rock Island , IL 61299- 7630 10 HOWITZER IMPROVEMENT POWER AND ENHANCEMENTS (HIPE) PROGRAM SOL NA DUE 091001 POC Linda Graft-Contract Specialist (309) 782-3136 or Barry Hartleben-Contracting Officer (309) 782-7116 DESC: Market Research-TACOM-Rock Island is soliciting information from industry. Your participation in this Market Research/Request For Price and Availability is voluntary and at no cost to the Government. The acquisition program is the Howitzer Improvement Power and Enhancements(HIPE Program) and is anticipated to be purchased as follows: Bundled Buy #1: Battery Box Mount Mounting Bracket, PSDU Radio Box Mount Bundled Buy #2: Cover, Conduit Guide Cover, Clamp Pad Cable Guard, Aft Spacer, Curved Cable Guard, Fwd Cover, Straight Buy 13. Battery Box Assembly Buy #4: Antenna NATO Box Assembly Buy #5: Radio Box Assembly Buy #6: Power Supply Distribution Unit This program incorporates a technical data package that is provided as an attachment. This acquisition program will update all of the field operating M198 Howitzers.' This program will keep the M198 Howitzer operationally ready for years and improve tactical mobility. The HIPE items must meet the drawing requirements. The TOP is available at: http://aais.ria.army.mil/aais/SOWand SPECS/index.htm This synopsis represents Market Research and the Government's request for any firm to review the attached drawings and provide a price estimate, availability and delivery schedule to produce an estimated quantity of 197 each of these items. All of the buys above are expected to be placed on a long term contract to include purchasing spare parts. A detailed spare parts list will be provided at time of solicitation. The following information is solicited from industry: (1) Do you have a commercial item (with or without minor modifications) that meets the stated requirements? If yes, please provide a description of the item, delivery time, and its cost. Describe any modifications required. (2) Do you have experience! capability to perform any or all of the work above. Please identify the experience/capability, delivery time. (3) What are the customary industry practices regarding warranty, buyer financing, discounts, distribution, support, maintenance, packaging, and marking?.(5) What are the customary practices regarding product testing? What types of tests are performed, and how often? (6) Does the TDP contain any requirements that you con sider to be overly restrictive or that may inhibit effective competition? (8) What is your small business size status? (9) Provide an estimated lead time to manufacture any of the estimated quantity stated above. These items have only been produced previously by a Government manufacturing facility. This synopsis does not constitute a commitment by the Government to place this effort on contract with anyone who submits data or costs. This synopsis does not constitute authorization to begin work or incur costs against this request. In accordance with FAR Clause 52.215-3, the Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited. Once the information requested is received and evaluated, an acquisition strategy will be developed. http://aais sia army.mil/aais/SOWandSPECŞ/index.htm Click here to, download copies of the Technical Data Click here to contact the Contract' Specialist via e-mail (W-236 SNSOV923)
US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000 10- MARKET SURVEY FOR PISTOL MOUNT INTERFACE (PMI) MIL-STD1913 RAIL FOR M9 & M11 SMN PISTOLS. SOL DAAE30-01-R-0421 DUE 092401 POC Denise L. DiMatteo, Contracting Officer, (973) 724-3912 DESCRIPTION: The U.S Army Infantry Center has identified a need to ima prove the versatility of the M9 and MIT (compact), 9mm pistols to improve its fighting capability, illuminate the battlefield and identity targets. This will be accomplished by providing a Pistol Mount Interface (PMI) MILSTD-1913 rail on the M9 and Mil (compact), 9mm pistols that will allow combination of various accessories to be mounted on the M9 and/or M11 registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http:Jwww.car2000.com The Government does not own the data or the rights to the data needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomic to reverse engineer the part. See Note (s) 26.
http://www.ledbizops.gov Click here to obtain view a solicitation. r Linda [email protected] Af Mil Click Here to E-mail Buyer ***** (-236 SN50V9H0)
(compact), 9mm pistol. The U.S. Army TACOM-ARDEC is seeking information and potential sources on commercially available MIL-STD-1913 rails that mount/attach/clip onto the M9 and Mll (compact) Pistols, specific cally in the forward lower portion of the pistol receiver/frame and forward of the trigger guard. The M9 Pistol is the military equivalent of the Beretta Moviek 92FS and the M1l (compact) Pistol is the military equivalent of the SIGARMS Model P228. The M9/M11 PMI should possess the following features 7The PMI shall attach to the weapon platform in such a way as nol to hinder the ability of the soldier to conduct normal activities associated with tactical and non-tactical operations (run, jump, low crawl, entry/exit of vehicles, etc.). 7The PMI must attach to M9 / Mil Pistol without the use of any major tools of kits (Threshold) and without the use of any tools or kits (Objective). 7 The PMI will not degrade the weapon lite or affect the accuracy of the weapon 7The PMI shall remain aligned to the Pistot receiver to within 0.3 mils allowable shift in any direction. 7 The PMI should be lightweight Affordable. Interested firms should submit literature brochures, pictures, videos describing their product and if they desire free product samples. If samples are to be returned please note som your response Responses should be submitted through the US Army IACOM-ARDEC, AIIN: AMSTA-AQ-APD (Denise L. DiMatteo), Picatinny. Arsenal, 1 NJ 07806-5000 Email address IS dimatteodpica ar my. mil. For, technical questions only, contact Karen Carty at kcartucpxca.army.mil . This is a market survey, noi a pre- solicitation notice. I a format solicitationis generated at a later date, a solicitation notice will be published: Respondents should submit appropriate information within 30 days from date of this publication. All information is to be submitted at no cost os obligation to the Government. The Government reserves the right to reject, in whole or an part, any private sector input as a result of this market survey. Telephone requests are not acceptable. http://proc net pica army.mil/cbd/SRCSgV/082420010/082420010.htm. US ARMY TACOM-ARDEC Procurement Network [email protected] ar my.mil Denise L. DiMatteo (D-236 SN50V908) $
as follows: 10" X 12", front, large, wt NTE 3.0 Ib Spectrashield Plus stand-alone ballistic plate meets NU 04. Ordes sizes (if placed) will be a minimum of 55, maximum of 119. Projected maximum orders til placed) by year: (Year 1) 55; (Year 2) 16: (Year 3) 16. (Year 4):16; (Year 5) 16. (Line Item 3) a quantity of no less than 55 and no more than 119 Level III Plates with minimum sequirements as follows 10" X 12", rear, large, wt NTE 3.0 lbs, Spectrashield Plus stand-alone ballistic plate meets NIJ 04. Order sizes (if placed) will be a minimum of 25, maximum of 300. Projected maximum orders (if placed) by year: (Year 1) 55; (Year 2) 16; (Year 3) 16; (Year 4) 16; (Year 5) 16. (Line Item 4) ) a quantity of no less than 16 and no more than 56 Level IV Plates with minimum requirements as follows: 10" X 12", front, large. W NIE 4,7 lb., Baron Carbide (B4C) ceramic w/Dupont Kevlar as substrate & black ballistic. nylon as finishing layer. Order sizes (if placed) will be a minimum of 16, maximum of 56. Projected maximum orders (if placed) by year: (Year 1) 16; (Year 2) 10; (Year 3) 10, (Year 10. (Year 51 10. (Line Item a quantity of no less than 16 and no more than 56 Level IV Plates with minimum requirements as follows: 6" X 12"; spine, large, wt NTE 30 lb, Boron Carbide (B4C) ceramic w/Dupont Kevlar as substrate & black ballistic nylon as finishing layer. Ordei sizes (it placed) will be a minimum of 16, maximum of 56. Projected maximum orders (if placed) year: (Year 1) 16; (Year 2) 10; (Year 3) 10; (Year 4) 10; (Year 5) 10. Vendor shall be responsible for measurements and fitting of items and maintaining all customer measurements on file. FOB point is Destination and delivery is required no later than four months from date of order: Acceptance point is the DOE-AL, Pennsylvania & K Streets, Building 20397, Kinland AFB-East, ATTN: TSD 01 AL66716, Albuquerque, NM 87116. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, and FAR 52.212-2, Evaluation-Commercial Items, apply to this acquisition. Please include a completed copy of the provision at 52 212-3, Offeror Representations and Certifications-Commercial Items, with offer. Copies of this provision may be obtained at http://www.arnet.gov/au/. The FAR Clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, and at 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items apply to this acquisition Under, FAR 52.212-5, paragraph (b), the Contracting Officer has indicated that the following clauses are incorporated by reference: 52.222-3, Convict Labor; 52.233-3, Protest after Award: 52 203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 USC. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (E.0.11246): 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 USC. 4212); 52 222-19. Child Labor-Cooperation with Authorities and Remedies (E0. 13126), 52 2239. Estimate of Percentage of Recovered Material Content for EPA-Designated Products (42 U.S.C. 6962(c)(3)(A)(11); 52.225-1, Buy American ActBalance of Payments Program--Supplies (41 USC 102-10d): 52.232-33, Payment by Electronic Funds Transfer ---Central Contractor Registration (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332); 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a), 52.247-64, Preference for privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). Proposals will be evaluated on the basis of lowest overall price. Only written "all or none" responses/proposals to this synopsis/solicitation shall be accepted and should be mailed or faxed to the attention of Diana Eddy to the address or FAX number listed herein on September 12, 2001, for receipt not later than 3:00 p.m. MST. All responsible sources may submit a proposal which shall be considered by the Government. The government intends to award without discussions; however, this does not preclude the Government from having discussion if it is in the best interest of the Government. = 20 http://www.doeal.gov/cpd/default.htm Doing Business with DOE-AL Contract Specialist (D-236 SN50V 972)
Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gun Lane, Air Force Base, L't 84056-5825 13-INITIATOR, PROPELLANT SOL F42630-01-0-27576 DUE 10090 POC Linda Woodall/Wmk/(801)775-2093, for additional information con tact Linda WoodallWmW/(801)775-2093 Item 0001 NSN 1377-01-14 4262ES P/N812666-9, Acft ejection sys (life support) ballistic der, Pro dominant mall is aluminum with expl charge of 0.0013 Ib. Length 3.55 dia 1.97" and is propagation initiated. Alternate NSN: 1377-01-23 1959ES, P/N: 821019-1; NSN: 1377-00-138-3770ES, PAN: 812665-9 * NSN: 1377-01-289-4632ES; P/N: 6065300. To include all required reports and data. 120ea. Applicable to: F-15. Destr: FMS COUNTRY. Delivery:31 AUG 2004 120 ea The approximate issue/response date will be 13 S 2001. The anticipated award date will be 05 OCT 2001. Electronic pract dure will be used for this solicitation. See our Web page. To: filecorna Selph Inc, Hollister Ca 95023 9635. To: Scot Inc, Downers Grove 160515 0705 H is suggested that small business firms or others interested a subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed: Specifications, plans, or drawny relating to the procurement described are incomplete or not available and cannot be furnished by the Government. An Ombudsman tas been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the to budsman is not to diminish the authority of the program director or on tracting officer, but to communicate contractor, concerns, issues, agreements, and recommendations to the appropriate government * sonnel. When requested the Ombudsman will maintain strict contide tiality as to the source of the concera. The Ombudsman does not parto pate in the evaluation of proposals or in the source selection was Interested parties are invited to call Roger Porter if your concerns at not satisfied by the contracting officer (801)777-6991. ATTENTION tractor must be registered with Central Contractor Registration to her ble for contact award or payment from any DOD activity. Informatie en registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.carlo can The Government physically does not have in its possession sufficient, rale, or legible data to purchase this part from other than the comment sourcels). See Note (s) 26. http://www. tedbizops.gov Click here to obtain view a solicitation. Linda . Mil Click Here to E-mail Buyer ***** 0-236 SN50V9HI)
13 Ammunition and Explosives
Naval Inventory Control Point-Mechanicsburg. Code M2522, PO Box 2020, Mechanicsburg. PA 17055-0788 13—GENERATOR, GAS PRESSURE, PROPELLANT ACTUATED SOL N00104-01-R-K115 DUE 101601 POC Tim Bower (717) 605-6464 1. NSN 1377-00-193-4419. M741, Propellant Actuated Gas Pressure Generator. 2. Qty 102 each. 3. Delivery FOB Origin. 4. Except as modified or amplified in the REP, this item contains class "C" Explosives. 5. DFAR clause 252 223-7002, Safety Precautions For Ammumtion and Explosives (May 1994) applies 6. This acquisition contains explosive Naval Ordnance items which require special security, safety and transportation clauses. The clauses may be found in Section 1. 7. The only approved source of supply for this item is Universal Propulsion Company in Phoenix, AZ. 8. An option clause up to 100% for 360 days is included. 9. Note: This is an electronically formatted solicitation, available only on the Navy Web page at http:/ tvbr navsup pavy.mil/virtual. Paper copies of the solicitation are not available from the Navy. Certain computer programs may be required to view the solicitation, and/or submit electronic offers. Do not send requests for the solicitation to the buyer. The solicitation will be available on the web page on or about 9/11/01., You may view and/or download the solicitation only from that web page. See notes 9 & 26 (W-236 SNSOV8W4)
U.$. Department of Energy Albuquerqué Operations Office P.O. NM 87185-5400 13 BODY ARMOR SOL DE- RP04-01AL66716 DUE 091201 POC Point of Contact. Diana S. Eddy 845-4315 William L. McCullough 505-845-6467. 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 to be issued. Proposals are being requested and a written solicitation will not be issued Responses should reference Pequest for. Proposal No OE-RPO 4-01AL66716. This synopsis/solicitation do ument incorporates the provisions and clauses that are in effect through Federal Acquisition Circular 90-46. This is a 100% Small Business Se! - Aside. The recommended Standard Industrial Classification codes (SIC) lot this procurement are as follows: 2326, with a corresponding size standard of 500 employees 2329, with a corresponding size standard of 500 employees, and 3743 with a corresponding size standard of 500 employees. Firms responding should indicate whether or not they are small business, small women-owned business, small disadvantaged business, or 8(a) business, in accordance with the referenced SIC Code. The Department of Energy Albuquerque Operations Office (DOE-AL) intends to award an IDIQ Purchase Order under full and open competition, (Line Item 1) a quantity of no less than 55 and no more than 82 Tac Vest Style Body Armor with minimum requirements as follows: soft body armor NTE 68 lb. Per sq. H. NU 04 certified, ob green, cordura nylon, inside is nylon mesh; includes I front (cover chest from collar bone to =BD inch of duty belt when sealed, insertion in front panel to have front to rear wrap creating 2" overlap) & 1 back (cover back torso from top of shoulder blades to within 1" of duty belt when standing) soft ballistic panels (Level IIIA) enclosed In urethane coated water repellent construction is zylon shield quadrolink woven zylon goldflex dyneema SB-31; various sizes: 1 outer carrier w/ front and rear pocket (for rifle plates) s/b insertable from bottom of pocket not top: design vest to wear over clothes, slip on type to cover majority of upper for so w/bicep & chest region cutout to prevent imitation or arm movement restriction Incorporate elastic strap welcro-type fasteners to provide proper adjustment fover the shoulder strap attach to front, 7* wide, allow minimum of 2* adjustment in each shoulder; torso strap 8" wide attach=£9 to rear, provide minimum of 3" adjustment). Ballistic mulle pocket w/drainage of water ability via aluminum grommets. Order sizes (nt placed) will be a minimum of 10, maximum of 571. Projected mamym orders (if placed) by year (Year 1) 82; (Year 2) 300, (Year }) 65 (Year 4) 65: (Year 5) 65. (Line Item 2) a quantity of no less than 55 and no more than 119 Level Hil Plates with minimum requirements
Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, HiN Air Force Baso, Ut 84056-5825 13_ROTARY ACTUATOR SOL F42630-01-Q-27573 DUE 100501 POC Linda Woodall/Wmk(801)715-2093, for additional information contact Linda Woodall/Wmk/18011775-2093 Item 0001 NSN 1317-00-891-6319ES PAN: 1000-45, Acft eject sys (life supt) ballistic dev predom mall sti w/exp chg 0.0154 lbs. 8.5 inches long, 2.25 inches diameter. Ballistically initiated. To include all required reports and data. 27ea. Applicable to 1-37. Desta: FMS COUNTRY, Delivery:30 JUN 2004,19 ea 28 NOV 2003 3 ea 31 MAY 2004 5 ea The approximate issue/response date will be 13 SEP 2001. The anticipated award date will be 05 OCT 2001. Written procedure will be used for this solicitation. To: Talley Defense Systems, Mesa Az 85277-4299. No telephone requests. Only written or taxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. It is suggested that small business fu ms 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. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991 ATTENTION Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity information on
Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lase, i Air Force Base, UT 84056-5825 * 13--INITIATOR SOL F42630-01-0-27578 DUE 100501 POC lende Woodall/mk/[8011775-2093, for additional information contact let Woodall/Wmk/18011775-2093 Item 0001 NSN 1371-01-203-8651ES PA 821020-1, Actt ect sys (lite support) ballistic dev. Pred matt: aluminum with an explosive chg of 0.0008 lb, length ation initiated. Alternate MSX 1377013550088ES and P/N: 6104100 To include all required reports and data. 66ea. Applicable to: F-15 Acft. Desta: FMS COUNTRY. Delivery 3! AUG 2004 66 ea Qualification requirements Sources must be qualited prior to being considered for award. The solicitation will contain instre tions for obtaining further information on this requirement. The qualifict tion requirements for this item were established prior to 19 Oct 19 and the requirements of FAR 9.202(A) do not apply. These qualificatie requirements apply to line item(s) ALL The approximate issuetespense date will be 13 SEP 2001, Electronic procedure will be used for this sokat tion. See our Web page. To: Mccormick Selph Inc, Hollister Ca $500 9635. To: Scot Inc, Downers Grove # 60515-0705. Award will be made only if the offeror, the product/service, for the manufacturer meets qual tication requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in sac individual solicitation. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) tisted. An Ombudsman hes been appointed to hear concerns from offerors or potential offerors cum the proposal development phase of this acquisition. The purpose of in Ombudsman is not to diminish the authority of the program director contracting officer, but to communicate contractor, concerns, issues, des agreements, and recommendations to the appropriate government sonoel. When requested, the Ombudsman will maintain strict confiden tiality as to the source of the concern. The Ombudsman does not partie pate in the evaluation of proposals or in the source selection procese. Interested parties are invited to call Roger Porter if your concerts ** not satisfied by the contracting officer (801)771-6991. ATTENTION CHO tractor must be registered with Central Contractor Registration to be elif ble for contact award or payment from any DOD activity. Informaten an registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.cer 2000 com This part required engineering source approval by the design contrat scit ity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the quali fied source(s) require acquisition of the part from the approved Source The approved source(s) retain data rights, manufacturing knowledre, technical data that are not economically available to the Government, and the data of knowledge is essential to maintaining the quality of the part. An alternate source must quality in accordance with the devo control activity's procedures, as approved by the cognizant Governance
solicitation or other data subject to foreign disclosure restrictions Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement with your request for the solicitation See Note (s) 1,26 http:Nwww.fedbizops gov Click here to obtain view a solicitation Jim [email protected] Mi Click Here to E-mail Buyer** (1-235 SNDOV8N2)
Linda Woodall Wok (801275-2093. Item 0001 NSN 1377-01-137-6041ES PN 10535-1, Acft ejection sys (life support) ballistic device. Predominant mall: steel propellant with explosive charge of 0.24 lbs. Length 40”, dia 225" and is ballistic initiated To include all required reports and data 20ea. Applicable to: A37. Destn: 'FMS COUNTRY Delivery: 30 APR 2004 20.ea The approximate issue response date will be 13 SEP 2001 Electronic procedure will be used for this solicitation. See our Web page. To: Talley Defense Systems, Mesa Az 85277-4299. 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 An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director of contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict contidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or 'in the source selection process. Interested parties are invited to call Roger Porter it your concerns are not satisfied by the contracting officer (801)7716991. ATTENTION Contractor must registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-221-2423, or via the loternet at http:/ www.ccr2000.com http://www.ledbizops.gov Click here to obtain/view a solicitation. Linda [email protected] Af Mil Click Here to E-mail Buyer ***** (1-236 SN50V 9H6)
Directorate of Contracting/Bldg 1215,00-Alc/60SÒ Gum Lane, Hifi Air Force Base, UT 84056-5825 13-INITIATOR PROPELLANT SOL F42630-01-0-27579 DUE 100501 POC Linda Woodall Wrak18011775-2093, For additional information contact Linda Woodall/WmW/18011715-2093 Item 0001 NSN 1371-01-262-0521ES WE P/N 2293200-!, Arcraft ejection sys (life support) ballistic device. Pred mati is aluminum with an explosive charge of 0.0005 16 Length 3.09”, diam 0,93% and is ballistic initiated. Alternate NSN: 1317-01-203-1961ES, PIN 7293200-1. To include all required reports and data 114ea. Applica ble to: F-15. Destn: FMS COUNTRY Delivery 30 SEP 2004 114 ea The # approximate' issue response date will be 13 SEP 2001. The anticipated B4 award date will be OS OCT 2001. Electronic procedure will be used for in this solicitation. See our Web page To Dea Aerospace Inc, Fairfield Ca 1894533-0000. TO: Scot Inc, Downers Grove II 60515-0705. 'It is suggested that small business firms or others interested in subcontracting apportunities 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, An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel, When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)771-5991. ATTENTION Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Tiformation on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com The Government does not own the data or the rights to the datà needed to purchase this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. See Note (s) 26 http://www.fedbizops.gov Click Here to obtain/view a solicitation Linda [email protected], Al. Mil Click Here to E-mail Buyer ***** (1-236 SN50V 9H3)
US Army Aviation and Missile Command DAAHO1, ATTN: AMSAM- AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898- 5280 14-PUMP SOL DAAH01-01-1-0636 DUE 092701 POC Vivian Jennings, 256-876-4291 *****AUTENTION***** FORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO AMSAM-AC-LS- H. VIVIAN JENNINGS, CONTRACT SPECIALIST, 256-876-4291. You may fax or Mail your request to ATTN: AMSAM-AC-LS-H, Viwan Jennings, FAX Number 256955-673 7. PRON: 01193082, Nomenclature: Pump, NSN 1430-00-9101664, PN: 9167664-62, for a quantity of 12 each. Destination to be tus nished Delivery schedule 75 days after contract award. Offerors must be approved and qualified. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of solicitation; however, solicitation will not close prior to the closing date stated above. Foreign Firas are reminded that all requests for solicitation must be processed through their respective embassies The Government does not possess sufficient documentation to acquire this item from other than the qualified source. A technical data package, which defines all engineering and quality requirements, sis not available. This proposed contract action is for supplies or services for which the Goveroinent intends to solicit and negotiate with only one, or a limited number of sources. Suggest those small business firm's or others interested in subcontracting opportunities in connection with this procurement, make contact with the form(s) listed. RFQ will be issued to Howden Airdynamics Inc., 2616 Research Dr, Corona, CA 91720-6917. All responsible sources may submit a bid proposal, or quotation, which shall be considered by this agency, requ est solicitation package from address above, Attn: AMSAM-AC-LS-H, FAX Number 256-955-7737. Drawings, specifications, or other technical data are not available and will not be furnishe acquisition is NSN 1430-00 The most recent representative unit price and quantity relative 910-1564, Award date 15 Jun 01, Oty: 10 éach, Unit price: $3,403. The Government provides this price history without assuming the responsibility for any resulting conclusions or interpretations that may be made. The price history is provided for informational purposes only and should not be reled upon as a basis for offer/bid. See Numbered Note(s): 22. http://acquisition army, mil Army Single Face to Industry vivian [email protected] army mil US Army Aviation and Missile Command DAAHOI (D-235 SN50V8RT)
Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill Air Force Base, UT 84056-5825 13_CASE LINK ASSY SOL F42630-01-R-27608 DUE 101501 POC Linda Woodall WmW/18011775-2093, For additional information contact Linda Woodalmi/18011775-2093 Item 000] NSN 1377-01-053-3124ES P/N: 816200-2, Actt ejection syst (lite support) ballistic device. Predominant mat'l: aluminum Item is inert and transfers gas pressure during emergency egress. Length 3.75", dia 15" 220ea. Applicable to: Acft Ejection Systém. Desto: FMS COUNTRY Delivery: 31 JUL 2002 220 ea The approximate issue/response date will be 13 SEP 2001. Electronic procedure will be used for this solicitation. See our Web page. To: Mccormick Selph Inc, Hollister Ca 95023 9635. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the fum(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. An Ombudsmar has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited 10 call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991 ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet, at http:// www.cer 2000.com See Note (s) 26 http://www.fedbizops gov Click here to obtain view a solicitation Linda . Mil Click Here to E-mail Buyer* ***** (1-236 SNSOV 9H7)
15 Aircraft and Airframe Structural Components
Directorate of Contracting/Bldg 1215, 00-AIC/6050 Gum Lane, Hill Air Force Base, UT 84056-5825 WoodatlWmk 18011775-2093, for 13-DELAY INITIATOR SOL F42630itional ? DUE 100501 POC Linda information contact Linda die Woodall/W/18011775-2093 Item 0001 NSN 1377-01-137-6037ES PIN 1010-5, Acht eject sys (life support) ballistic device. Predom mati steel w/explosive charge of, 0118 lbs length 5.11 in dia 289 in and is ballisitcally er initiated. 38ea: Applicable to: A37 Acht- Destn FMS Country. Delivery 30 SEP 2003 38 a lem 0002 NSN 1371-01-137-6038ES Initiator P/N: 1129. bei 1, Acft eject sys (life support) ballistic device. Predom mati steel w/explo sive chg of. 0053 lbs 1g 4.50 india 1.14 in and is mechanically initiated 2ea. Applicable to: A37b. Desto FMS COUNTRY, Delivery 30 SEP 2003 2 ea Item 0003 NSN 1377-01-138-1551ES Drogue Gun L.H. PAN. 2018 502, Acft eject sys (life support) ballistic device. Predom matl-steel W «? explosive chg of. 0033 lbs 18. 5.52 in and is ballistically initiated to include all required reports and data Tea Applicable ta. A-31 Destn. FMS COUNp! TRY. Delivery 30 SEP 2003. I ea The approximate issue/response date will be 13 SEP 2001. The anticipated award date will be 05 OCT 2001. i Electronic procedure will be used for this solicitation. See our Web page. E To: Universal Propulsion Co., Phoenix Az 85027-7899. It is suggested that small business firms or others interested in "subcontracting opportunities in connection with the described procurement make contact with the to form(s) listed. Specifications, plans, of drawings relating to the procurepament described are incomplete or not available and cannot be furnished by the Government. An Ombudsman has been appointed to hear concern's from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to commuhicate contractor, concerns, issues disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation | requirements may be obtained by calling 1-888-227-2423, or via the Inter net at http://www.ccr2000 com The Government does not own the data or the rights to the data needed to purchase this part from additional sources It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part 'See Note (s) 26. http://www.fedbizops.gov Click here to obtain view a solicitation Linda. [email protected] Al Mil Click Here to E-mail Buyer***** (1-236 SNSOV9H4)
Directorate of Contracting/Bldg 1258, 00-Alc/6014 Dogwood Avenue Room 25, Hill Air Force Base, UT 84056-5816 14 RAIL ASSEMBLY SOL F42610-01-Q-23344 DUE 101201 POC Jim Bowman, mka/18011777-0137 For additional information contact Jim Bowman .mka/18011777-0137 Item 0001 NSN 1450-01-474-6202AI PIN 8056218, Rail assy, transfer used with Talbert Trailer to connect Talhbert to facility 35 1/8 in. long. Locking device at each end made of metal beam AISIO NTRC 36-39 8ea Applicable to Lg118a. Destn: Hill Air Force Base, Ut 84056-5816. Delivery:31 OCT 2001 8 ea item 0002 data lot The approximate issue response date will be 12 SEP 2001. The anticipated award date will be 12 OCT 2001, Electronic procedure will be used for this solicitation See our Web page. First article test required. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 1,000 employees. Àn Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ontbudsman is not to diminish the authority, of the program director or contracting officer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidenfiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (8011777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.cer 2000.com This acqbisition involves data that are subject to export control faws and regulations, " Only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) 'shall be provided copies of the
Detense Supply Center Richmond, 8000 Jefferson Davis Highway, Richmond, VA 23297-5000 15-SKIN, AIRCRAFT ŞOL SP0470-01-R-4207 DUE 100901 POC Buyer: Suzanne Angus, 804-279-5410. Contracting Officer: Diane Sadler, 804279-5754 NSN: 1560-00-172-8659; Nomenclature: Skin, Aircraft, Fairing; Configuration Control Applies, Drawing Number: 3W22001 Rev H', Quantity: 38. Unit of. Issue: Each; Delivery To: New Cumberland, PA Requested Delivery: 120 days ARO; FOB: Destination, Inspection Acceptance: Origio; 100% Small Business Set-Aside. Solicitation includes a 100% Quantity Option Based upon market research, the Government is not using the policies contained in Part 12. Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the Contracting Officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This is a request for a written offer; please submit offers to the Bid Custodian, Sybil Foxworth, fax CO04) 279-4165, Buyer: Suzanne Angus, BM842. The solicitation issue date is 09/07/01 Technical Data Package Availability: An unrestricted technical data package is available at DSCR for this NSN. To obtain a copy, submit request to DSCR-VABA via internet, mail fax or phone. Internet address http://www.dscr.dla.mil/tdmd Mailing address is Delense Supply Center Richmond, Attn: DSCROVABA, Richmond, VA 23297-5615; fax number 804-279-4946; Phone number 804-279-3356 The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. Solicitation Issue Date 9/07/01, A.copy of the solicitation will be avanable via the PLA Procurement Gateway at bttp://progate.daps mill home or http://123.216,20/home on the issue date cited in the RFP. From the gateway homepage, select "Search 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. http://www.dscr.dia mil DSCR homepage [email protected] dla mil click here to contact the buyer via e-mail (W236 SN50V8X5)
Directorate of Contracting/Bldg 1215, 00-Alc/6050 Gum Lane, Hill Air Force Base, Ut 84056-5825 13- CATAPUU MOD A37B. SOL F42630-01-R-27580 DUE 101501 POC Linda Woodallrok/18011775-2093, For additional information contact
Detense Supply Center Richmond, 8000 Jefferson Davís Highway. Richmond, VA 23297-5000 15AIRCRAFT & MIRFRAME STRUCTURAL COMPONENTS SOL SP040097-D-9401 DUE 091401 POC Julia Roquemore, Contract Specialist, 804. 279-4709, Fax 804-279-6331; Ko_Margie Stevens, 804-279-6340 Defense Supply Center Richmond intends to add numerous aviation NSNS to an existing corporate contract with 'Boeing Helicopters. These NSNS have been identified as sole source to Boeing Helicopters. These NSNS Page 6
(215)697-3161, Twx, Not-avail NSN 7R-1620-01-213-2228-XC, IAW Ref evaluation of a source approval request submitted 'hereunder cannot be Commercial,applies to this acquisition. FAR12212-2, Evaluation-ComNr 2579997-1, Qty 4 EA, Delivery FOB Origin- The subject item requires processed in time and/ or approval requirements preclude the ability to mercial Items, is applicable. Paragraph (a), evaluation criteria is as folGovernment source approval prior to contract award, as the item is flight obtain subject items in time to meet government requirements, award lows: Award will be made to the most advantageous offer to the Governoritical and/or the technical data available has not been determined ade- of the subject requirement may continue based on Fleet support needs. ment, price and other factors considered. OFFEROR SHALL INCLUDE A COMquate to support acquisition via full and open competition. Only the The NAVICP Commercial Item Identification Brochure is now available at: PLETED COPY OF THE PROVISIONS AT FAR 52 212-3, Offeror Representa source(s) previously approved by the government for this item have been "a href=http://www.navicp.navy.mil/07/073 home.htm" "http:// tions and Certifications-Commercial Items along with the firm's DUNS ! solicited. The time required for approval of a new source is normally www.navicp.navy.mil/0? /home073.htm"., See Note 22*****, number. FAR 52212-4. Contract terms and Conditions-Commercial Items, such that award cannot be delayed pending approval of a new source. http://www.navicp.navy.mil/business/index.htm NAVICP BUSINESS 10 applies to this acquisition with the following additional clauses: FAR If you are not an approved source you must submit, together with your OPPORTUNITIES (A-236 SN50Y8U8). 52.212-5, Contract Terms and Conditions Required to Implement Statutes proposal, the information detailed in a href=http:// Or Executive Orders-Commercial Items, and the following additional www.navicp.navy.mil/sabs/sas/sascover.htm" V.S. Navy Aviation Supply 311th HSW/PKRH, 7909 Lindbergh Drive, Brooks AFB, TX 78235- clauses apply to this acquisitions: FAR 52.222-26, Equal Opportunity (6.0. Office Source Approval Information Brochure. This brochure identifies tech 5352 11246); FAR 52.222-35, Affirmative Actions for Disabled Veterans and rynical data required to be submitted based on your company's experience 16NFANT LIFE FLOAT, NSN 4220-00-939-6406LS SOL F41624-01 Veterans of the Vietnam Era; FAR 52.222-36. Affirmative Action for Handima in production of the same or similiar item, or if this is an item you have R-1108 DUE 090501 POC Alice P. Sanders, Phone #210-536-4908, Fax capped Workers; FAR 52.222-37, Employment Reports on Disabled Vetnever made. This brochure can be obtained by calling NAVICP-P at (215) #210-536-4563 The hour and date specified for receipt of ofters is hereby erans and Veterans of the Vietnam Era: FAR 52.225-2 Waiver to Buy ar 697-4243. If your request for source approval is currently being evaluated extended to 5 Sep 2001 until 3:00 pm CST American Act for Civil Aircraft and Related Articles and FAR 52.252-1, at NAVICP-P, submit with your offer a copy of the cover letter which alice [email protected] at mil Click here to contact the contracting office Solicitation Provisions Incorporated by reference (available at http:// forwarded your request for source approval Offers received which fail via e-mail (W-236 SN50V8X7) www.arnet.gov/far). Include a list of references which includes point of to provide all data required by the Source Approval Brochure or document contact name and phone number. Quotes are due 8/31/01, noon, at Immie previous submission of all data required by the Source Approval Brochure "gration and Naturalization Service, ATTN: ACDCAP/Aldridge, 7701 N. Defense Supply Center Richmond, 8000 Jefferson Davis Highway, will not be considered for award under this solicitation. Please note, if Stemmons Freeway, Dallas, TX 75247. Inquiries and quotes may be faxed Richmond, VA 23297-5000 evaluation of a source approval request submitted hereunder cannot be to 214 905-5568. All responsible sources may submit a quotation which 16 AIRCRAFT COMPONENTS & ACCESSORIES SOL SP0460-01-R-4236 O processed in time and/ or approval requirements preclude the ability to shall be considered. (W-236 SN50V984) DUE 101901 POC Julia Roquemore, Contract Specialist, 804-279-4709, obtain subject items in time to meet government requirements, award of the subject requirement may continue based on Fleet support needs. Fax 804-279-6331; KO—Margie Stevens, 804-279-6340 This solicitation The NAVICP Commercial item identification Brochure is now available at: is for multiple NSNs that are sole source to Aircraft Braking Systems. NASA/Dryden Flight Research Center, Code A, P.O, Box 273, Edwards, CA 93523-0273 The resultant award of the subject solicitation will be for an indefinite a href=http://www.navicp navy mil/07/07 3 home htm" "http:// delivery type contract. Numbered note 22 applies 16 ENCODER WITH DATA MULTIPLEXER AND FEC OPTION, ALONG www.navicp. navy.mil/07 /home073.htm". See Note 22***** jroque mil (W-236 SNSOV8Y1) WITH DUAL CHANNEL DECODER WITH FEC OPTION. SOL PIRI09074BGB http://www.navicp.navy.mil/business/indexhtm NAVICP BUSINESS DUE 083101 POC Brian G. Bowman, Contracting Officer, Phone (661) 276OPPORTUNITIES (A-236 SN50V805) 3329, Fax (661) 276-2904, Email U.S. Department of Justice, Immigration & Naturalization Service, 1701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75241 1. Vial, Contract Specialist, Phone (661) 276-3513, Fax (661) 276-2904, NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098 Email This notice is a combined synopsis/ 16-INSTALLATION OF YSAS FOR MD6OON HELICOPTER SOL ACD-116-DRAG BRACE, LANDING SOL N0038301QB325 DUE 100301 POC Con solicitation for commercial items prepared in accordance with the format Q-0028 DUE 083101 POC Cheryl Aldridge 214 905-5392, FAX: 214 905tact Point, Anthony C Etheridge. 0231.21, (215)697-2560, Fax, (215)697 in FAR Subpart 126, as supplemented with additional information included 0,70 3161, Twx, Not-avail NSN 7R-1620-01-408-6637-EE, Ref Nr 2581765, Qty 5568 17. The Immigration and Naturalization Service, Dallas, Texas is in this notice. This announcement constitutes the only solicitation. This issuing a combined synopsis/solicitation for commercial items prepared 4 EA, Delivery FOB Origin- The subject item requires Government source procurement is being conducted under the Simplified Acquisition Proce in accordance with the format in Subpart 12.6, as supplemented with 9 approval prior to contract award, as the item is flight critical and/or dures (SAP). NASA/DFRC intends to purchase, 1 each, DataNideo Encoder additional information included in this notice. This announcement conthe technical data available has not been determined adequate to support and Decoder from Enerdyne Technologies, Inc. The space based telemetry acquisition via full and open competition. Only the source(s) previously stitutes the only solicitation; quotations are being requested and a written and range safety (STARS) program requires a flight-qualified system for solicitation will not be issued. Solicitation ACD-1-0-0029 is being issued approved by the government for this item have been solicited. The time the compressed Video and Data during communications experiments. The as a Request for Quotation. The solicitation document and incorporated El required for approval of a new source is normally such that award cannot Enerdyne system meets the STARS requirements for the transmission of be delayed pending approval of a new source. If you are not an approved provisions and clauses are those in effect through Federal Acquisition Video and Data. The proprietary nature of these systems requires the Circular 97-25. A single award will be made. CLIN 0001: Installation of source you must submit, together with your proposal, the information use of an 'Enerdyne Decoder to ensure compatibility with the existing sysYSAS (Stability Augmentation System) on MD600N helicopters in Mesa, the "a href=http://www.navicp. navy mil/sabs/sas/ AZ 4 each $ tem. In accordance with FAR 'Part 6.302-1, NASA deems the Data/ Video each; CLIN 0002 Installation of YSAS sascover htm" U.Ş. Navy Aviation Supply Office Source Approval Informa Encoders and Decoders to be available only through the original source, on MD600N helicopters in San Diego, CA 3 each $. tion Brochure. This brochure identifies technical data required to be sub; CLIN 0003 Installation of YSAS on MD600N helicopters in McAllen, TX Enerdyne Technologies, Inc. This purchase is considered to be a followmitted based on your company's experience in production of the same 4 each $ on contract for the continued development of highly specialized equipment. or similar item, or if this is an item you have never made. This brochure To purchase through another vendor would result in substantial duplication can be obtained by calling NAVICP-P at (215) 697- 4243. If your request manpower, tools and materials needed to install Government provides of cost that would not be recovered through competition. The Government for source approval is currently being evaluated at NAVICP.P, submit with tion and acceptance shall also occur at the destination. Reference JAR intends to acquire a commercial item using FAR Part 12. Interested organiyour offer a copy of the cover letter which forwarded your request for 2852.201-70: The Contracting Officer's Technical Representative will be zations may submit their capabilities and qualifications tô perform the source approval Offers received which fail to provide all data required Bruce Dawson (915 782-4450) of the El Paso Air Operations. Contractor effort in writing to the identified point of contact not later than 4:30 by the Source Approval Brochure or document previous submission of all must be a certified FAA Repair Station and be authorized to perform D. m. local time on August 31, 2001. Such capabilities/qualifications will data required by the Source Approval Brochure will not be considered this work in accordance with the applicable STC. The provisions at FAR be evaluated solely for the purpose of determining whether or not to for award under this solicitation. Please note, if evaluation of a source 15.212-1. Instructions to Offerors-Commercial, applies to this acquisition. conduct this procurement on a competitive basis. A determination by the approval request submitted hereunder cannot be processed in time and/ FAR 12 212-2, Evaluation-Commercial Items, is applicable. Paragraph (a), Government not to compete this proposed effort on a full and open comor approval requirements preclude the ability to obtain subject items in evaluation criteria is as follows: Award will be made to the most advan petition basis, based upon responses to this notice is solely within the time to meet government requirements, award of the subject requirement tageous offer to the Government, price and other factors considered. OF. discretion of the government. Oral communications are not acceptable may continue based on Fleet support needs. The NAVICP Commercial llem Identification Brochure FEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR in response to this notice. All responsible sources may submit an offer, available at "a href=http:// 52212-3. Offeror Representations and Certifications-Commercial items which shall be considered by the agency. An Ombudsman has been apwww navicp.navy.mil/07/07 3home htm" "http://www.navicp.navy.mil/07/ home073.htm". See Note 22***** along with the firm's DUNS number. FAR 52.212-4, Contract terms and pointed. See NASA Specific Note "B". Any referenced notes can be viewed Conditions-Commercial Items, applies to this acquisition with the following at the following URL: http://genesis.gsłc.nasa.gov/nasanote.html The FAR http://www.navicp.navy.milbusiness/index.htm NAVICP BUSINESS OPPORTUNITIES (A-236 SN50V8U6) additional classes: FAR 52.212-5, Contract Terms and Conditions Required may be obtained via the Internet at URL: http://www.arnet.gov/far/ The to implement Statutes or Executive Orders-Commercial Items, and the NFS-may be obtained via the Internet at URL: http://www.ho.nasa.gov/ following additional clauses apply to this acquisitions: FAR 52.222-26, office/procurement/regs/ntstoc htm NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098 Equal Opportunity (E.0. 11246): FAR 52.222-35. Affirmative Actions for http:Weais.mstc.nasa.gov/cgi-bin/EPS/ 16_SLIDER GUIDE ASSEMB SOL N00383010N578 DUE 100301 POC Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, AT bizops.cgi?gr=D&pin=24#P1R10907 48GB Click here for the latest Contact Point, Mary Ellen A Eisele, 0233 02, (215)697-3335, Fax, (215)697- firmative Action for Handicapped Workers; FAR 52.222-37, Employment information about this notice 3161, Twx, Not-avail NSN 7R-1615-01-466-0068-MH, Ref Nr 423R3554- Reports on Disabled Veterans and Veterans of the Vietnam Era and FAR gov Brian G. Bowman (D-236 SN50V915). 1. Qty 93 EA, Delivery FOB Origin, See Note 22***** 52 252-1, Solicitation Provisions Incorporated by reference (available at http://www.navicp.navy.mil/business/index.htm NAVICP BUSINESS http://www.ar net.gov/far). Include a list of references which includes point Department of the Air Force, Air Force Materiel Command, WROPPORTUNITIES (A-236 SN50V807) of contact name and phone number. Quotes are due 8/31/01, noon, at ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street, Robins Immigration and Naturalization Service, ATTN: ACDCAP/Aldridge, 7701 N. AFB, GA, 31098-1611 NAVICP, 700 ROBBINS AVENUE PHILADELPHIA, PA 19111-5098 Stemmons Freeway, Dallas, TX 75247. Inquiries and quotes may be faxed 16WHEEL, LANDING GEAR SOL f09603-01-R-21722 DUE 101401 POC 16-VALVE, LINEAR,DIRECT SOL N0038301 RN568 DUE 100301 POC Con to 214 905-5568. All responsible sources may submit a quotation which Latoya Brown, Contract Specialst, Phone (478)926-0883, Fax (478)926tact Point, Bernadette Palmarini, 023310, (215)697-1185, Fax, (215)697 shall be considered. (W-236 SN50V979) * 2544, ' Email Latoya, Kee, Contract Spe3161, Twx, Not-avail, Contracting Officer, Linda T Rein, 0233.03, (215)697 cialist, Phone (478)926-0034, fax (478)926-7544. Email : Frank2811 NSN 7R-1650-00-169-0637-MH, IAW Ref Nr A02HS149-6, Qty 41 U.S. Department of Justice, Immigration & Naturalization Servico, Spares applicable to the F-15 aircraft: Noun: Wheel, EA, Delivery FOB Origin Drawings not available. The subject item requires 7701 N. Stemmons Freeway (ACDCAP), Dallas, Teas 75247 Landing gear, NSN: 1630-01-463-2311, P/N: 260874146, Qty: 26 each, Government source approval prior to contract award, as the item is flight 16. FLOATATION DEVICES FOR MD600N MELICOPTER SOL ACO-1-0- Sole Source: Honeywelt Intl. Inc (55284). Please see numbered notes 'B. Critical and/or the technieal data available has not been determined ade 22, 26. quate to support acquisition via full and open competition. Only the 1. The Immigration and Naturalization Service, Dallas, Texas is issuing http://www.eps.gov/spg/USAF/AFMC/WRALC/109603-01-R-217221 source(s) previdusly approved by the government for this item have been a combined synopsis/solicitation for commercial items prepared in accord listing.html Visit this URL for the latest information about this notice solicited. The time required for approval of a new source is normally ance with the format in Subpart 12.6, as supplemented with additional (D-236 SN50V9J3) such that award cannot be delayed pending approval of a new source. information included in this notice. This announcement constitutes the If you are not an approved source you must submit, together with your only solicitation; quotations are being requested and a written solicitation Department of the Air Force, Air Force Material Command, OCproposal, the information detailed in the href=http:// will not be issued. Solicitation ACD-1-0-0029 is being issued as a Request ALC = (Central Contracting), 3001 Staff Drive, Ste 1A676A, Tinker www navicp navy.mil/sabs/sas/sascover htm" U.S. Navy Aviation Supply for Quotation. The solicitation document and incorporated provisions and AFB, OK, 73145-3015 Office Source Approval Information Brochure. This brochure identifies tech- clauses are those in effect through Federal Acquisition Circular 97-25. 16SOLE SOURCE-GRIMES AEROSPACE: ELECT COMPONENT SOL nical data required to be submitted based on your company's experience A single award will be made "CLIN 0001: PAN 20360-1 Emergency Float F34601-02-2-83503 DUE 101001 POC James Plafsengut, Contract Negoin production of the same or similiar item, or if this is an item you have Kit for MD 600N Helicopter 2 each $. each. Delivery tiator, Phone 405-739-4490, never made. This brochure can be obtained by calling NAVICP-P at (215) is to be FOB destination to the US Border Patrol Air Operation's, 90 Fax 405-739-2817, Email 697- 4243. If your request for source approval is currently being evaluated [email protected], at mil Dann Butterfield Trail, El Paso, TX 79906. Delivery shall be within 120 days Pettit , dann, Presolicitation Notice Date Submitted: 24-AUG Buyer, at NAVICP-P, submit with your offer a copy of the cover letter which Email after award of the contract. Inspection and acceptance shall also occur 2001 OC-ALCALADAB DIR CONTRACTING/AIRCRAFT 3001 STAFF DR STE forwarded your request for source approval. Offers received which fail at the destination Reference JAR 2852.201-70: The Contracting Officer's PAG1/106C TINKER AIR FORCE BASE OK 73145-3032 ELECT COMPONENT to provide all data required by the Source Approval Brochure or document Technical Representative will be Bruce Dawson (915 782-4450) of the SOL F34601-02-0-83503, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For previous submission of all data required by the Source Approval Brochure El Paso Air Operations. Contractor must have the applicable Supplemental will not be considered for award under this solicitation. Please note, if Type Certificate. The provisions at FAR 15:212-1, Instructions to Offerors. additional information contact James Pfaffengut ADAB (4051739-4490 Item 0001 NSN 5998-01:369-1887FW P/N: 61-2915-3, 8 EA. Desth: Tinker Page 7
ward will be made tAW Simplified Acquisition Procedures. SEE NOTE read: The entire volume of gas resulting from the (Deleted: dynamic mination, and a Manual, Microscope Stage. Raman spectrometer will 2. flash) complete combustion of the sample must be analyzed by complete also include a full sized Macro Sampling Spectrometer, 180 degree (W-236 separation in a GC column' and detection by TCD (Thermal Conductivity retractive backscatter sampling geometry with automated XYZ sample NSOV900) 7 Detector) (Deleted: "for greater accuracy and precision. (Added: movement, to include 1 year warranty and installation, 1 day on *complete")  Change to read: Instrument must not employ site training, in English language: Item 2. I ea. Tilting Tri-Noc Viewer, National Imagery & Mapping Agency, Contracting Support for techniques such as gas splitting, aliquot sampling, dilution, or trapping Nicolet Model No. 840-079900. The salient characteristics for an equal Information Services Directorate, Attn: PCL/D-88, 4600 Sangamore of gases for subsequent analysis. (Deleted: "which complicate the system, Microscope Viewer are as follows: Adjustable, Tilting Eyepieces, allows Road, Bethesda, MD 208 16-5003 otter multiple opportunities for error, and increase operational costs.") both visual inspection and video camera observation of the sample 66INSTRUMENTS AND LABORATORY EQUIP-TOTAL STATIONS TYPE  Change to read: Software must allow detector gain to be and includes phototube adapter Item 3. I ea. Dual Raman Lasers SOL NMA100-01-R-0036 DUE 090401 POC lynn Brannan, Contract adjusted during an analysis in order to achieve greater sensitivity with 785 NM XHP near infrared laser and 532 NM Green Laser, Nicolet pecialist, 301/227-7843, FAX 301/221-2306, email: [email protected] mil for low levels of specific elements. (Added: "adjusted," in "order to Model No. 840-078800. The salient characteristics for equal Raman his is an amendment to synopsis published in the Commerce Business achieve“) : Change to read: instrument must ofter a detection Lasers are as follows: Dual Lasers with laser selection hardware, 785 aily on 20Aug01 and amendment 21 Aug01. Correction: Remove small fimit of at least 100ppm for all analyses. Added: "all.")  nm Near. Infrared Laser, 532 nm Green Laser, high and low resolution usiness set-aside and extend closing date. Offers are to be completed The time for receipt of offers is extended to 4:30 p.m. Eastern Standard gratings optimized for 785 nm, high and low resolution gratings optimized nd delivered to the address listed above by 04 September 2001 time on Monday, September 10, 2001, for 532 nm laser, Holographic Rayleigh Rejection filters for each Jaser; 1:00 P.M. local time (EST); ATTN: Lynn Brannan, 301-227-7843 Contracting Officer, Cape Cod National Item 4. I ea. 50X Objective Lens, Nicolet Model No. 222-188400. oice)/301-227-2306 or 2218 (FAX), or email: . All Seashore (W-236 SN50V937) The salient characteristics for an equal Objective lens is 50x microscopy her conditions remain unchanged. (W-236 SN50V908) objective; Item 5. i ea. Raman Software to include Nicolet PAN 834 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB, Ohio, 45433 026500 Omnic help and tutorials CD for Almega, Nicolet Model No. National Imagery & Mapping Agency, Contracting Support for 66_REDLAKE DIGITAL CAMERA SOL F33601-01-T-0536 DUE 091401 833-009200, The salient characteristics for equal Raman software are Information Services Directorate, Attn: PCVD-88, 4600 Sangamore POC Blanche Corbett, 937-257-6145 extension 4310 Back ground To ras follows: Data Collection, Data Manipulation, Search Libraries for Road, Bethesda, MD 20816-5003 PROCURE A REDLAKE C-MOUNT CLEAR GLASS DIGITAL CAMERA, ES qualitative analysis, On-line help and tutorials, file conversion utilities, 66_NSTRUMENTS AND LABORATORY EQUIP-TOTAL STATIONS TYPE 4.0, 12 BIT. C-MOUNT. SIC Code 3861, NAICS Code 333315, Size full spectrometer control of both microscope as well as macro sample ! SOL NMA100-01-R-0037 DUE 090401 POC Lynn Brannan, Contract Standard 500 employees. This is a Sole Source procurement, 'synopsis compartment and automation of laser selection and associated optics; y decialist, 301/227-7843, FAX 301/227-2306, email: [email protected] mil published for informational purposes only. Solicitation documents are Item 6: 1 ta. Color Video Microscopy Kit, Nicolet Model No. 840uis is an amendment to synopsis published in the Commerce Business not available. This proposed contract action is for procurement of 085600. The salient characteristics for an equal color video microscopy aily on 20Augol and amendment 21 Aug01. Correction: Remove small an item for which the government intends to solicit and negotiate kit are as follows: hardware shall enable image capture as well as usiness set-aside and extend closing date. Offers are to be completed with only one source under the authority of FAR 13.106-1. The proposed high resolution viewing on computer monitor to include all hardware sd delivered to the address listed above by 04 September 2001 source is Innovative Imaging Kennett Square, PA. This notice of intent and cables for video microscopy; Item 1. I ea. Microview Dispersive 1:00 PM local time (EST); ATTN: Lynn Brannan, 301-227-7843 is not a request for competitive quotations; however, all quotations/ Raman Software, Nicolet Model No. 834-026800. The salient characterisoice)/301-227-2306 or 2218 (FAX), or email: [email protected] mil. All responses received within ten (10) days of the issuance of this notice tics for equal, software are as follows: Software shall allow the capture her conditions remain unchanged. (W-236 SN50V910) will be considered by the government. A determination by the government and viewing of images, to include interactive microscope stage control; not to compete this proposed contract based upon responses to this Item 8. ] ea. Atlus Video Microscopy software, Nicolet Model No. 834EF Olin £ Teague Veterans' Center (90C), Chiet Logistics Management notice is solely within the discretion of the government. Information 026700. The salient characteristics for equal video microscopy software Service, 1901 South First St., Temple, TX 76504 received will normally be considered solely for the purpose of determining are as follows: software shall allow automated mapping of sample, 66 AUTOMATED EIA PROCESSOR SYSTEM SOL 674-95-01 DUE 101001 whether to conduct a competitive procurement. See local note H. **An shall be able to specify map type: line, area, depth profiles, discrete C Sandra Hallmark, 254-171-4575 Central Texas Veterans Health Ombudsman has been appointed to address concerns from offerors points and sample size calibration; Item 9. I ea. Motorized Microscope are System (CTVHCS, Temple, TX intends to procure the MAGO Plus or potential offerors during the proposal development phase of this Stage, Nicolet Model No. 840-080800. The salient characteristics for istem”Automation Solution Program" from DiaMedix on a sole source acquisition: The Ombudsman does not diminish the authority of the an equal motorized microscope stage are as follows: be software controlsis for the period from date of award through 9/30/02 and four program director or contracting officer, but communicates contractor lable, have XY stage, have 2 control (focus), have joystick control tion years. This program includes provision of Catalog#251-100 MAGO concerns, issues, disagreements, and recommendations to the appropriate with auto focus: Hem 10. 1. ea. Sample Holder Accessory Kit, Nicolet us Automated EIA Analyzer, #232-110 Epson Printer LQ570, #236Government personnel. When requested, the Ombudsman shall maintain Model No. 840-043300, The salient characteristics for an equal sample HIMNO Barcode Reader; #233-100N UPS, and #236-100 Mini Keyboard strict confidentiality as to the source of the concern. The Ombudsman holder accessory kit are as follows: have a sample tube holder, powder d the following kits: IS-ANA ELISA Screen (37 kits per year); Isdoes not participate in the evaluation of proposals or in the source compression press, holder for compressed powders, solids holder, film a ti-dsDNA (3 kits/year); Is Toxo IgG (5 kits/yr); Is Toxo Capture IgM selection process. holder and a capillary tube holder; Item 11. 2 day. Almega on site kits/year), #720-360 IS-Rubella igC 13 kits per year); #720-320, http://www.pixs.wpafb.af.mil/pixslibr/01T0536/01T0536.asp 01T0536 training. Nicolet Model No. 101-071800: The salient characteristics CMV IgG (4 kits per year); #720-330 ISCMV Caputer IgM (4 kits REDLAKE DIGITAL CAMERA for equal training include 2 additional days of on site training for Els year); *720-380-is-VZV IgG (5 kits per year) #720-520 is-Measles blanche mil (D-236 Line Item 1; Item 12. I ea. Workstation, Nicolet Model No. 912A0472. SN50V961) 113 kits per year): #720-540 15 - Mumps IgG (2 kits per year); #720 The salient characteristics for an equal workstation are as follows: Windows 98, 1 GHz processor minimum, 128MB RAM minimum, 30 O is-B. burgdorferi IgG/IgM (8 kits per year); #720-510 Is-B. burgdorferi Gbyte hard drive minimum and contain all necessary computer hardware W (8 kits per year), #720-130 Is-H. pylori IgG (55 kits per year); NASA/Goddard Space Flight Center, Code 215, Greenbelt, MD 20171 for spectrometer control and data acquisition; Item 13. I ea. Monitor 20-600 IS-EBV VCA IgG (4 kits per year); #720-620 IS-EBNA-1 IgG 66 PLASMA CLEANING SYSTEM SOL 553-06175-920 DUE 091401 for Item 12. Nicolet Number 840056700. The salient characteristics kits per year); #720-640 Is-EBV-EA-D IgG (4 kits per year); #250- POC Mary E. McKaig, Contract Specialist for Simplified Acquisition, for an equal monitor are that it be a 21 inch color monitor compatible O Calibration Check Kit (2); #790-915 DRI-DYE 405/450 (2),#251- Phone (301) 286-4240, Fax (301). 286-1720, Email with the workstation with 1600 x 1200 maximum resolution and 22 15 ProbeClean Concentrate (2); #250-040 Black Wells (2/bag) (4); The Government intends to acquire a mm horizontal dot pitch; Item 14.1 eac Printer, Nicolet Number 840071100. 50-050 MAGO Dilution Cups (12); #250-055 Microtubes with Caps commercial item using FAR Part 12 and the Simplified Acquisition 470/x) (2). The MAGO Plus is a flexible, automated immunoassay The salient characteristics for an equal printer are that the printer Procedures set forth in FAR Part 13. This notice is a combined synopsis/ be a highspeed greater than 10 pages per minate) color, printer tistem for autoimmune and infectious diseases. The MAGO plus has solicitation for commercial items prepared in accordance with the format compatible with Iterns. 12 and 13; Item 15. ) ea. 100X long working 1. following salient characteristics: 1) The instrument must be capable in FAR Subpart 12.6, as supplemented with additional information included distance - objectiver lens, Nicolet Model No. 222-1888700. Salient simultaneously running up to 9 assays on four 96 well plates in this notice. This announcement constitutes the only solicitation, charachteristics for an equal 100x objective lens are a 100% long nultaneously. The plates must be able to be incubated either at which is issued as a Request for Quotation (RFQ): quotes are being working distance objective lens for the Raman microscope: Item 16. com temperature or 37C without manually manipulating the plates. requested and a written solicitation will not be issued. Offerors are | ea. Almega' fiber launcher configuration, FC connectors (standard). mul The instrument must have a dead volume of 4microliters of reagent cequired to use the On-Line RFQ system to submit their quote. The Nicolet Model No. 840-080100; item 17, I ea. Fiber optic probe for Fils Sample, 3) All cuvettes used in the performance of assays must On-line RFQ system is linked above or may be accessed at http:/ 785 NM laser line, 5 M, low OH Silica Fiber, Holographic Rejection 74 disposable, 4) a fixed probe capable of rinsing and pipetting without procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin= . The informa Filter incorporated in tip Nicolet Model No.840-080200. The salient Ey insposable tips must be included, 5) The instrument must visually tion required by FAR Subpart 12.6 is included in the on-line RFQ. characteristics for equal fiber launcher and fiber probe (items 16 able to show the number of tests remaining, 6) Training must NASA/GSFC plans to acquire a plasma cleaning system (quantity one). accomplished within two days, 7) Service and applications support and 17) are as follows: Fiber Optie- Sampling System for obtaining The specifications/statement of work are linked above or may be accessed spectra outside of the Ramar macro sampling chamber and the microsavided by the same company, 8)Proven record of machine and service at http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pina Ques scope. The Fiber Optic system shall contain all connections and configuraiability . Approximate issue response date is 10/10/01. Only written tions regarding this acquisition must be submitted in writing (e-mail tion necessary for interface to the Raman System. The System shall i fazed requests received directly from the requestor are acceptable. is preferred) on or before Friday, September 1, 2001, 4:30 pm, It - also contain a fiber optic probe configured for the 785 nm-Jaser responsible sources solicited may submit a bid, proposal, or quoatation is the quoter's responsibility to monitor this site for the release of ich shall be considered. The proposed contract action is for supplies dine, 5. meters of dow OH silica -fiber, and laser line rejection filter; amendments (if any). Potential quoters will be responsible for downloading Item 18. l.ea. Wotton FT-Raman electrochemical cell with gold electrode, services for which the Government intends to solicit and negotiate their own copy of this notice, the on-line RFQ and amendments (if Nicolet Model No. 869-024700. The salient characteristics for an equal ith only one source under the authority of FAR 6.302-1. Interested any). An ombudsman has been appointed See NASA Specific Note Raman cell are thatthe, electrochemical cell shall have a gold electrode isons may identify their interest and capability to respond to the "B". Any referenced notes can be viewed at the following URL: http:/ to enable in situ Raman measurements of electrochemical systems; quirement or submit proposals. This notice of intent is not a request /genesis.gsfc.nasa.gov/nasanote html Item 19: 1 ea. Wotton standard Calomel Electrode, Nicolet Model No. competitive proposals. No solicitation document presently exists. http://nais. msic.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=518553 869-077900. The salient characteristic for an equal electrode is that wever, all proposals received within forty five days after date of 06175-920 Click here for the latest information about this notice it be a standard Calamel cell to fit into the above (Item 18) electrochemical blication of this synopsis will be considered by the Government. Mary E. McKaig (D-236 SN5OV994) cell; Item 20. 40 ea. NMR Sampling Tubes, Nicolet No. 699-048000(4 determination by the Government not to compete this proposed contract boxes of 10). The salient characteristics for equal sampling tubes sed upon responses to this notice is solely within the discretion the Government. Information received will normally be considered NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland,' ; care that the sampling tubes be for holding powders and liquids for OH 44135 : ely for the purpose of determining whether to conduct a competitive Raman measurements. Length and diameter shall be equivalent to 66-NICOLET BRAND NAME OR EQUAL INSTRUMENTATION SOL RF03- standard NMR sømpling tubes. The provisions and clauses in the RFO curement. Interested respondents should supply sufficient documentan to demonstrate their capability to meet the above salient characteris 178158 DUE 090701 POC Jon C. Schultz, Contract Specialist. Phone are those in effect through FAC 97-27. The NAICS Code and the s no later than 10/10/01. (W-236 SN50V936) (216) 433-2764, Fax: (216) 433-2480Email Jon small business size standard for this procurement are 334516 and This notice is a combined synopsis/solicitation for commercial items $500 employees respectively. The offeror shall state in their offer their prepared in accordance with the format in FAR Subpart 12.6, as supple- size status for this procurement. All qualified responsible business National Park Service, Cape Cod National Seashore, 99 Marconi mented with additional information included in this notice. This announce- sources may submit an offer which shall be considered by the agency. Sito Road, Wollflost, MA 02667 ment constitutes the only solicitation; offers are being requested and Delivery to GRC is required within 60 days ARO. Delivery shall be 66_ ELEMENTAL ANALYZER FOR DETERMINATION OF NITROGEN, CAR- a written solicitation will not be issued. This notice is being issued FOB Destination. The DPAS rating for this procurement is DO-C9. Otters IN AND SULFUR IN SOILS, SEDIMENTS AND FILTERS (LIQUID SAMPLES). as a Request for Otter (RFC)for the following Nicoleti products or equal: for the items(s) described above are due by 4:30 pm, local time, September ATIONAL PARK SERVICE, CAPE COD NATIONAL SEASHORE, MA SOL 730010037 DVE 091001 POC POC Colina Rivetts, Contracting Officer, Item 1. I ea. Almega Dispersive Raman Spectrometer, including 1 7,2001 to Calenn Research Center, Plum Brook Station, ATTN: Ion C. day training on site and 1 year warranty, in English lang. (Nicolet Schultz, 6100 Columbus Avenue, Sandusky, Ohio 44870 and must include, Side Cod National Seashore, 99 Marconi Site Road, Wellfleet, MA 02667. P/N 699-067100-English Lang.)-Nicolet Model No. 912A0458. The salient solicitation number, FOB destination to Glenn Research Center, Cleveland, 08) 349-3785-225, FAX (508) 349-9052. The following portions of se specification are amended (actual words deleted or added are characteristics for an equal Dispersive Raman Spectrometer are as Ohio44135, proposed delivery schedule, discount/payment terms, warranty follows: Raman Spectrometer will include a Contoc al Raman Microscope duration (if applicable), taxpayer identification number (TIN), identification own in parenthesis after each specification)  Change to with size selectable apertures, 10X Objectives, Darkfield, Brightfield illy- of any special commercial terms, and be signed by an authorized Page 8
Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad Ave, Boulder City, NV 89005-2422 http://www.lc.usbr.gov/-g3100/svc0062 html Award details at web site Contact us by e-mail (W-235 SN5OV8S4)
M Operation of Government-Owned Facilities
2:00 P.M. Submit quotations to Contracting Division, P.O. Box 8368, Solicitation closing date will be 19 April 2002. This solicitation may Bldg 1116, MCB, Camp Lejeune, NC 28547-8368 or fax to (910) 451-; result in multiple awards. Offers may be made on individual modules 2331. or all modules. If a company offers on multiple modules, as an ", mil Contracting Division, Camp Lejeune, NC of-nothing award," that information must be stated in the initial offer, (W-236 SN50V989) Anticipated award date is 11 September 2002. The UPC solicitation will be available at www.desc.dla.mil/main/a/espc/forthood.htm, in accord91 Fuels, Lubricants, Oils, and Waxes i eines ance with issuance of each Module, starting 27 August 2001. NOTE: As of 07 September 2001, this website will also have available a Defense Logistics Agency, Logistics Operations, Defense Supply document listing all comments received, and answers to, the draft Center Richmond, 8000 Jefferson Davis Highway, Richmond, VA, of, this UPC solicitation that was issued for industry comment on 23297-5000 28 June 2001, POINTS OF CONTACT: Shirley Bergman, Contract Specialist, 91-91-LUBRICATING OIL, AIRCRAFT SOL SPO45001R3505 DUE Email: : or. Catherine Draper, Contracting Officer, 101501 POC Kathy Szewczyk, Contract Specialist, Phone (804)279-5386, Email [email protected] dla mil. No telephone requests for this solicitation Fax (804)279-4370. Email . Burrows, package will be accepted. Contract Specialist, Phone 804-279-3713, Fax 804-279-4370, Email www.desc.dla.mil/main/a/espc/torthood.htm Click here to download a 9150-00-108-5359 Lubricating Oil, Aircraft Tur copy of the REP. bine Engine. QPL applies. Origin, inspection required. VAW Spec Ne Click here to contact the office representative. PRF Spec MIL-PRF-1808L basic dtd 97 May 02 Delivery, 0001-60 (W-235 SNSOV8M7) days FOB Orig. or 75 days FOB Dest, Tracy, CA. 0002---15 days FOB Dest, Richmond, VA, 100% option. See Notes 9, 12, 23. Unrestricted, The Presidio Irust, Attention: Lola Chisolm, PO Box 29052, Presidio Automated Best Value System (ABVS): The final contract award decision of San Francisco, San Francisco, CA 94129-0952 may be based upon a combination of price, past performance, and 99 SOLID OXIDE FUEL CELL COGENERATION PLANT SOL RFP-2001other evaluation factors as described in the solicitation. To request 032 DUE 102201 POC Christine Matschkowsky, Contract Specialist, (415) a copy of an RFPAFB solicitation, you may call the "Request for R 561-5358; Anne Anderson (415) 561-5370 The Presidio Trust, a Federal and B Hot Line" at, 804-279-3350; send a request by fax to 804-3 government corporation, previously announced that it is soliciting bids 279-4165; or mail a request to: DSCR. Bid Custodia, DSCR-JJC, 8000 from qualified firms to provide and deliver a minimum, of one (1) Jefferson Davis Hwy, Richmond, VA 23297-5860 and a maximum of four (4) IMW Solid Oxide Fuel Cell cogeneration http://www.eps.gov/spg/DLA 13/OSCR/SPO45001R3505/listing.html Visit plant(s), or equal, to the Presidio of San Francisco, California. THIS this URL for the latest information about this notice (D-236 SN50V9J6) ANNOUNCEMENT IS BEING CHANGED FROM AN INVITATION FOR BIDS TO A REQUEST FOR PROPOSALS. ALTERNATIVE TECHNOLOGIES THAT Detonse Logistics Agency, Logisties Operations, Detense Supply STILL MEET OUR PERFORMANCE SPECIFICATIONS WILL BE CONSIDERED. Center Richmond, 8000 Jetterson Davis Highway, Richmond, VA, Delivery of the first ImW plant required by December 2003. The Presidio 23297-5000 is a National Park and a National Historic Landmark. Scope of services 91-41- HYDRAULIC FLUID FIRE RES SOL SPO45001 R3027 DUE may include but is not limited to: (1) Phased delivery of the remaining 101501 POC Kathy Szewczyk, Contract Specialist, Phone (804)279-5386, three ImW plants required through 2005. (2) The plant may be comprised Fax (804)279-4370, Email, Beverly Burrows, of multiple units. (3) The plant is a natural gas-lueled combined Contract Specialist, Phone 804-279-3713, Fax 804-279-4370, Email heat and power system. :(4) It will generate and export AC electric mil 9150-01-388-7769, YPG01 114000582-Hydraulic power to the utility grid or designated load, and hot water for onFluid, Fire Resistant. QPL applies. Unit can contains 1 QT. Origin inspection." site consumption. (5) The system will incorporate an atmospheric-pressure WA/W Spec Nr PRF Spec MIL-PRF-87257A basic dtd 97 Dec 08. Delivery electric power generator and have heat exchange equipment for the 60 Days FOB Orig. or 75 Days Dest. Option to increase quantity 100%. production of hot water using recovered generator exhaust heat, (6) See Notes 9, 12, 23. Unrestricted. Automated Best Value System(ABVS). it will include all hardware, instrumentation and controls, and software The final contract award decision may be based upon a combination needed for system startup, design-point operation, off-design operation, of price, past performance, and other evaluation factors as described planned shutdowns, and sale unplanned shutdowAS. (O). The system in the solicitation. To request a copy of an RFP/FB solicitation, you equipment boundary will be defined by the major interface points with may call the "Request for R and B Hot Line" at 804-279-3350; send the installation site. Those points are the site natural gas fuel supply: a request by fax to 804-279-4165, or mail a request to: DSCR, Bid the ambient air; the minimum-backpressure exhaust stack; the utility Custodian, DSCR-JIC, 8000 Jefferson Davis Hwy, Richmond, VA 23297- AC grid, to which power will be exported, and from which system 5860 startup power will be imported; and the hot-water distribution system. http://www.eps.gov/spg/OLA/J3/OSCR/SP045001R3027/listing.html Visit Detailed specifications will be provided in the Request for Proposals this URL for the latest information about this notice (D-236 SN501917) (RFP) package. Proposals will be evaluated based upon criteria set forth in the Request for Proposals (RFP), including but not limited 99 Miscellaneous to: (a) Proposed Price; (b) Delivery schedule/commercial availability: (c) Reliability and past performance, including references; (d) Proposed * Defense Energy Support Center, 8725 John 1. Kingman Rd., Suite technical approach; and (e) Warranty and maintenance avaiability dura, 4950, FI Belvoir, VA 22060-6272 tion. Interested, qualified firms may request RFP-2001-032" by fax 99—PRESOLICITATION NOTICE FOR GAS, ELECTRICITY, PRIVATIZA- to Christine Matschkowsky, Contracting Officer at (415)561-5097 or TION, & OTHER SERVICES AT FT HOOD, TX SOL SP0600-01-R-0084 email . Telephone requests will not be accept.. DUE 041902 POC Shirley Bergman, Contract Specialist, ed. Offerors who previously requested a copy of 1FB-2001-032 need sbergmandesc.dla.mil; Catherine · Draper, Contacting Officer. not submit another request. RFP available approx. 9/24/01 with proposals The Detense Energy Support Center, in partnership due approx. 10/22001. DATES ARE TENTATIVE AND SUBJECT TO CHANGE. with Ft Hood, TX will issue a solicitation for a Utility Partnering Concept, Qualified small businesses are encouraged to respond. The Presidio (UPC). The UPC solicitation SP0600-01-R-0084 incorporates multiple Trust is a wholly owned federal government corporation and is not requirements, which are separated into four individual modules. ese subject to the Federal Acquisition Regulation (FAR). (W-235 SN50V8S0) include two modules for commercial commodity supplies: (1) Direct, Supply Natural Gas, which the Government is soliciting offers for up U.S. Department of Agriculture, Farm Service Agency. Acquisition to 2. l-year delivery periods starting in October 2002, to be awarded Management Branch, STOP 0567, 1400 & INDEPENDENCE AVENUE, as a Requirements Type, Fixed Price with Economic Adjustment Contract; SW Washington, D.C. 20250-0567 and (2) Electricity and Related Ancillary and Incidental Services, which 99 TRAINING: PHASE I LOSS ADJUSTMENT BEING PROVIDED BY the Government is soliciting ofters for up to 3. 1-year delivery periods THE NATIONAL CROP INSURANCE SERVICES (NCIS) SOL RMA001 DUE starting in January 2003, to be awarded as a Requirements Type, 090701 POC Donna Dougherty, 202/720-9356 NCIS will develop and Firm-Fixed Price, indefinite Delivery Contract. And two additional modules: deliver a Phase II Loss Adjustment Training Program to a selected (3) Privatization of Fort Hood's Electric Distribution System, Natural number of FSA personnel. Also responsible for training materials which Gas Distribution System, Water Distribution System, and Wastewater include Power Point presentations, tests, other printed materials, videos. Collection System. This module is to be awarded as a Fixed Price- to conduct field training if requested. Also includes referral Process Price Redetermination-Prospective Utility Services Contract (in accordance : update, Crop Monitoring, LAM training: farming practices, bin measurewith FAR 52 216-5); and (4) Integrator Services, which the Government ments, fed & Sold Production. Estimates price $57,000. Enhance the is soliciting offers for a 3-year base period with 2. l-year option quality of life by supporting production of agriculture. (W-236 SN501934) periods to be awarded as a firm-Fixed Price, with Award fee Contract, The UPC concept is a coordinated approach to all energy areas with CONTRACT AWARDS the Integrator serving as a coordinator of Ft Hood utility suppliers. Other requirements of the Integrator Module include but are not limited The Commerce Business Daily publishes, tor Federal Agencies, synopses of contract to: Ft Hood utility planning and reporting; construction planning review awards that exceed $25,000 that are likely to result in the award of any for resource efficiency: energy savings performance contracting proposal Subcontracts. review; 1-account monitoring, and utility Operations improvement. The UPC solicitation will be issued on Monday, 27 August 2001, with Module Services HDirect Supply Natural Gas & Module ihm Electricity and related Ancillary and Incidental Services. Module M-Privatization of Fl Hood's Various A Research and Development Distribution Systems, will be added by amendment to the solicitation on 07 September 2001 Section "" of this module will be added U.S. Army CECOM, CECOM Acquisition Center, Fort Monmouth, by amendment to the solicitation no later tha 31 October 2001. Module NU 07703-5001 IV-Integrator Services, will be added by amendment to the solicitation A-BASIC RESEARCH POC PJ. GILMARTIN, CONTRACT SPECIALIST, no later than 28 September 2001. The Integrator Module will be set- 732-532-2166, JACK KULAGA. CONTRACTING OFFICER, 732-427-1356 aside for small business concerns for a period of 30 days while a CNT DAABO7-01-C-1202/P00001 AMT $49.767.23 DTD 080701 TO ATLANnotice for "Sources Sought-Small Businesses” is issued the same TIC CONSULTING SERVICES, INC., 167 Avenue at the Common, Shrewsbury, day. If qualified small businesses are not identified within 30 days NJ 07702 from issuance of Module Kategrator Services, the small business http:// codnet access.gpo.gov set-aside will be dissolved for that module. If 2 or more qualified http:// CECOM ACQUISITION smati businesses are identified the set-aside shall remain in place. CENTER AW-236 SN5OV9N1) Page 9
sought and a written amendment will not be issued. Under the original Monroe, 503-231-2052, Contracting Officer DESC>This is a combined syn- mercial Items. The clause at 52.212-4, Contract terms and Conditions- CBD announcement there was a $25 fee for the electronic copy of the opsis/solicitation for commercial items prepared in accordance with the Commercial Items, applies to this acquisition. The clause at 52.212-5, = **** (CD-ROM) HRUMD Preliminary Data Technical Package (PTDP). THIS format in Subpart 12.6, as supplemented with additional information in- Contract terms and conditions required to Implement Statutes or Executive AMENDMENT WAIVES THE $25 FEE FOR THE ELECTRONIC COPY (CD-ROM) cluded in this notice. This announcement constitutes the ONLY solicitation; Orders-Commercial Items, applies to this acquisition; Quotes will be reOF THE HRLMD PTDP. Under the original CBD Announcement the due date quotations are being requested and a WRITTEN SOLICITATION WILL NOT ceived at U.S. Fish and Wildlife Service, Contracting and General Services, for prospective contractors to provide a statement of qualification, point BE ISSUED. The U.S. Fish and Wildlife Service plans to solicit a single 911 NE 11th Avenue, Portland, Oregon 97232-4181, Standard time 4:30. of contact or name of authorized representation and phone number was award source simplified acquisition purchase from Department of Natural pm, September 24, 2001. Attn: Elida Monroe, Contracting Officer, (503) 3:19 July 10, 2001. THIS AMENDMENT EXTENDS THE DEADLINE FOR STATE- Sciences, The Bishop Museum, Honolulu, Hawaii. This acquisition is ap- 231-2052, FAX: (503) 231-6259. (W-239 SN SOWO58), MENTS OF QUALIFICATIONS TO OCTOBER 8, 2001. Under the original CBD proved for single award source purchase order in accordance with FAR Ernest Orlando Lawrence Berkelay National Laboratory, 1 Cyclotron SYSTEMS COMMAND, 1333 ISAAC HULL AVENUE SE STOP 2050, WASH- colony for searing, transport and release specimens at the agreed upon Road-Building 937, Room 200, Berkeley, CA 94720 INGTON NAVY YARD DC 20376-2050. LASTLY, THIS AMENDMENT INCOR- relocation site on three separate occasions, conduct weekly monitoring E MOLECULAR FOUNDRY BUILDING DUE 092101 POC Gary Leong (510) PORATES THE FOLLOWING STATEMENT. NOT RELEASABLE TO FOREIGN of populations and environmental conditions at both sites, submit an in 486-6743 MODIFICATION TO A PREVIOUS SOLICTATION SN50U4TO AND NATIONALS" ("NOFORN") "A foreign disclosure review of the technical data terim report and final report. If there are no responses received by close SN50T9Y4 MOLECULAR FOUNDRY BUILDING The Minimum Requirements has been accomplished. The originator and SPECWARCOM have determined of business September 24, 2001, a Firm Fixed PRICE purchase order using for Location is modified as follows: The Principals and individuals assigned that information technical data may not be disclosed or released, in any Simplified Acquisition procedures will be awarded to the above named to this project from the primary firm and the primary sub-consultants form, to foreign governments, international organizations, coalition part- source. This solicitation document and incorporated provision and clauses (architectural, structural, mechanical and electrical) must be located withners, foreign nationals, or immigrant aliens without originator approval, are those in effect through Federal Acquisition Circular 97-22. The Stand- in seventy five (75) air miles of Berkeley, California, All other sub-consultLAW SECNAVIST 5510 36 Foreign firms are advised that they will not ard Industrial Classification Code is 8732 and $5.0 million average annual ants must be located within the United States. The Due Date for the be allowed to participate as prime or subcontractor at any level; there sales receipts. The monitoring and translocation of the orangeblack 254/255's is extended to September 21, 2001. CBDNet provides a simple will be no foreign involvement on this program" (W-239 SN5OWOG?) damselfly shall be performed for the Ecological Services, Honolulu, Hawaii, Search' to look at the original solicitation (SN 50T9Y4) and modification $. Total Price. The interim report and final report of (50U4TO), Type-in the Submission Number under the heading Search A Research and Development Potential Sources Sought the orangeblack damselfly shall be the results of translocating this spe Terms' The Submission Numbers (SN) is shown in the 1st sentence. (Wcies. Attention: Lorena Wada/Paul Henson. The provision at 52.212-1 In 236 SN50V9R2) U.S. Department of Energy, Savannah River Operations Office struction to Offers-Commercial, applies to this acquisition, Submit signed Contracts Management Division, P.O. Box A, Aikon, South Carolina and dated offers to the office specified in this solicitation at or before Naval Surface Wartare Center, Carderock Division, 9500 MacArthur 29802 the exact time specified in this solicitation, offers must show the quotation Blvd., West Bethesda, MD 20817-5700 APHYTOIMMOBILIZATION SOL NA DUE 092701 POC Joseph P. Dugan, number; the time specified in the quotation for receipt of offers, the name C-ENGINEERING SERVICES SOL N00167-01-Q-0678 DUE 091001 POC telephone (803)725-0848 This is a special notice issued by Westinghouse and address and telephone number of the offeror; price and discount Ray Park, Contracting Officer, 301-227-1121 FAX 301-227-1847 The Naval Savannah River Company (WSRC), management and operating contractor terms; warranty information, if applicable. The provision at 52.212-2, Eval Surface Warfare Center Carderock Division intends to negotiate a sole for the US Department of Energy's Savannah River Site near Aiken, South uation-Commercial Items, applies to this acquisition follows: The of source procurement with Jotun Coatings. The contractor, shall provide fan Carolina. WSRC wishes to determine public interest in licensing for com- feror must provide the specified research tasks for proper monitoring cilities, supplies and services to advance the development of antifouling mercial applications the phytoimmobilization process, a new method to and translocation of the orangeblack damselfly and reports. Award: Offers coating formulations based on self-polishing copolymer resins in combinapassively remove and stabilize subsurface contaminants in situ. The two- will be recewed on an all or none basis. The Government will award a tion with microencapsulated antifouling (af) agents (SeaNine211 manufacstep process combines phytoextraction with contaminant stabilization in purchase order resulting from this solicitation to the responsible offeror tured by Rohm & Haas and Zinc Omadine manufactured by Arch Chemia specially amended topsoil layer. Passive remediation continues over nu- conforming with the quotation that will be the best value to the government cals). The work will focus on the optimization of previously formulated merous plant growth cycles without the expense of removing and disposing considering all cost. All quotes must include a completed copy of the materials and their further characterization. Jotun has formulated propriof harvested aboveground biomass at the end of each growth cycle Using provision at 52.212-3, Offeror Representations and Certifications-Com etary sell polishing copper antifouling coatings containing microencapmultiple sequestering agents and various phytoextracting plants allows mercial Items. The clause at 52.212-4. Contract terms and Conditions sulated biocides Only one responsible source and no other supplies or the simultaneous removal of multiple contaminants. This approach reduces Commercial Items, applies to this acquisition. The clause at 52.212-5, services will satisfy agency requirements under the authority of FAR the volume of waste for ultimate disposal and is more ecologically friendly Contract terms and conditions required to Implement Statufes or Executive 6.302.1. Anticipated award is on or about 9/12/01. See numbered notes to sensitive ecosystems. For more information on the phytoimmobilization Orders-Commercial Items, applies to this acquisition; Quotes will be re 1 and 22 (W-237 SN5OV9S2) process and licensing opportunities, contact Joseph P. Dugan via telephone ceived at U.S. Fish and Wildlife Service, Contracting and General Services, at (803) 725-0848 or (800) 228-4988; via fax at (803) 725-4988, via 911 NE IIth Avenue, Portland, Oregon 97232-4181, Standard time 4.30 **** email at ; or via regular mail at Westinghouse Sa. pm, September 24, 2001 Attn: Elida Monroe, Contracting Officer (503) Southwest Division, NAYFACENGCOM, Regional Contracts Team/ vannah River Company, Building 773-41A #243. Aiken, SC 29808. Re- 231-2052, FAX: (503) 231-6259. (W-239 SN5OWOB3) 02 sponses to this notice should be received by September 27, 2001. This (ARCHITECT AND ENGINEERING SERVICES CONSTRUCTION SOL is not a request for a formal subcontract; it is a request for interested Department of Interior, U.S. Fish and Wildlife Service/CGS, 911 N68711-01-R-6540 DUE 092701 POC 'Contract Specialist, Vanessa A. ay parties and licensing opportunities only. NE 11th Avenue, Portland, OR 97232-4181 Schutt, 619-532-3779 THERE IS NO REP PACKAGE TO DOWNLOAD. ALL [email protected] gov Click here to contact Joseph P. Dugan via e- B_NOTICE OF INTENT FOR A SINGLE AWARD. SOURCE. PROCUREMENT. INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS mail (W-239 SN50V9U7) PROFESSIONAL GENETICS STUDY FOR THE SANTA CRUZ LONG-TOED SALA- CONTAINED HEREIN. This proposed contract is for unrestricted firms. Firms MANDER FOR THE VENTURA FISH AND WILDLIFE OFFICE, VENTURA, CALI that are large business and short-listed, will be required to submit a 8 Special Studies and Analyses-Hot R&D FORNIA. SOL 1018110140(EM) DUE 092401 POC Elida Monroe, 503-2313, subcontracting plan prior to being interviewed. This contract is for Re 2052, Contracting Officer <DESC>This is a combined synopsis/solicitation gional Indefinite Quantity Architectural and Engineering Services for varUSDA Forest Service, 310 W. Wis, Ave., Milwaukee, WI 53203 for commercial items prepared in accordance with the format in Subpart ious projects located within California, Arizona, Nevada, New Mexico, OrHENVIRONMENTAL ASSESSMENT FOR THE WAYNE NATIONAL FOREST 126, as supplemented with additional information included in this notice. egon, Idaho, Alaska, Washington, Montana and Utah for Southwest Divi-' PRESCRIBED FIRE PROGRAM, OHIO SOL R9-ORB-01-348 DUE 091701 POC This announcement constitutes the ONLY solicitation; quotations are being sion, Naval Facilities Engineering Command, San Diego, California. The Debra Huron; 414-297-3185 The Wayne National Forest anticipates con- requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The U.S. preponderance of work will be in Southern California. This contract is tracting for an Environmental Assessment for the Wayne National Forest Fish and Wildlife Service plans to solicit a single award, source simplified for Regional indefinite Quantity Architectural and Engineering services (NF) Prescribed Fire Program. The completed assessment could lead to acquisition purchase from University of California, Dr. Bradley Shaffer, for preparation of design plans, specifications, cost estimates, feasibility a variety of actions (not under the purview of this contract) including: Davis, California. This acquisition is approved for single award source and concept studies, and preparation of architectural and engineering planning, assessing, conducting, and monitoring prescribed burns for nat- purchase order in accordance with FAR 6.302-3 (2). (b) (II) and 2(). All documents and reports for new construction, 'renovation and repair of wral resource and fuels mitigation purposes. In general, under this procure- interested sources must identify all tasks to be performed for by submit- facilities. The services may include seismic upgrades, gráding, paving, ment, the Contractor shall prepare an Environmental Assessment (EA) ting pricing data and an accurate description of the genetics study of utility systems upgrade, mechanical and electrical system, identification document that will assess the impact of actions proposed in the Wayne the Santa Cruz long-toed salamander at each breeding pond and identify and abatement of asbestos and lead paint, life safety site surveys site NF Prescribed Fire Program. This document should meet all requirements potential needs for maintaining or reestablishing connectivity and other investigations, cost estimating and economic analysis required to develop of the National Environmental Policy Act, Council on Environmental Quality related management activities for the purposes of conserving and secov- and define actual costs of construction Projects are predominantly Nondirection, Forest Service Regulation and all other pertinent Federal laws ering. Draft reports, tissue, samples and laboratory analyses shall be the Industrial Facilities. Examples follow: aircraft sunshades; chapel; nuclear and regulations. The project areas are located on the Athens Ranger Dis- final end product from the research. If there are no responses received biological chemical training facility; training tanks; and military law entrict , Athens and Hocking Counties, Wayne National Forest in Ohio, covering by close of business September 24, 2001, a Firm Fixed PRICE, purchase forcement facilities such as area guard facility, game warden facility, approximately 3,200 acres of land. It is anticipated that the solicitation order using Simplified Acquisition procedures will be awarded to the above gatehouse, military working dog facility, special respond team facility, 5 package will be available on approximately August 28, 2001, Electronic named source. This solicitation document and incorporated provision and surveillance van facility, brig, and headquarters building. This work may solicitation packages may be obtained FREE on the specified date at the clauses are those in effect through Federal Acquisition Circular 97-22. include, but is not limited to, Request for Proposal (RFP) on Design Build following website http://www.fs.fed.us/19/contracting/index.html, under The Standard Industrial Classification Code is 8732 and $50 million aver- Projects or Invitation for Bid (IFB) for fully designed plans and specificare solicitation number R9-ORB-01-348. Requests for hard copy solicitation age annual sales receipts. The genetics study for the Santa Cruz long- tions, and the providing of construction support services for new and packages must be submitted in writing to: USDA FOREST SERVICE, ATTN: toed Salamander shall consist of reports, tissue samples and laboratory existing facilities. The length of the contract will be 365 calendar days DEBRA HURON, RFQ R9-ORB-01-348, 310 W WISCONSIN AVE STE 580, analyses. $ Total Price. The genetics study shall inter from the date of contract award, or until a $2,500,000 limit is reached. MILWAUKEE WI 53203. The charge for hard copy solicitation packages the degree of historical connectivity between breeding populations based The Government has the option to extend this contract for one (1) addiis $5.00 in advance. Checks should be made payable to USDA-forest on statistical analyses of the data, and identify potential needs for main- tional period, not to exceed 365 days for each period, or until additional Service. No telephone or fax requests will be accepted. Proposals must taining or reestablishing connectivity and other related management ac- limits of $2,500,000 is reached. A total amount of $5,000,000 shall not be received by September 17, 2001. THIS IS A 100% SMALL BUSINESS tivities for the purposes of conserving and recovering the Santa Cruz be exceeded. If the dollar capacity of the previous period has not been long-toed salamander. Attention: Amelia Orton. The provision at 52.212- utilized, this unused capacity will be added to the subsequent option period http://www.is.fed.us/19/contrácting/index.html Click here to download 1 Instruction to Offers---Commercial, applies to this acquisition, Submit (if it is exercised). The hourly rates will be negotiated for each 365 day a copy of the Request for Quote (RFQ). signed and dated offers to the office specified in this solicitation at or Rate Period. Rates for the Base Rate Period are effective for the first Click here to contact the Contracting Officer via e. before the exact time specified in this solicitation, offers must show the 365 days from date of-award, rates for the Second Rate Period are effective mail. (W-239 SN50W046) quotation number; the time specified in the quotation for receipt of offers, from the 36th to the 730th day from date of award and so on, irrespective the name and address and telephone number of the offeror; price and of which option period is in effect. Task orders under this contract wilt 8 Special Studies and Analyses-Hot R&D_Potential Sources discount terms; warranty information, if applicable. The provision at not exceed $500,000. The minimum guaranteed fee is $5,000 for the 52.212-2, Evaluation Commercial Items, applies to this acquisition as base year. The estimated start date is December 2001. Selection criteria follows: The offeror must provide the specified research tasks for proper will include (in order of importance):(1) Professional qualifications of the Department of Interior, U.S. Fish and Wildlife Servica/CGS, 911 genetics study of the Santa Cruz long-toed salamander. Award: Offers proposed staff and consultants associated with the accomplishment of NE 11th Avenue, Portland, OR 97232-4181 will be received on an all or none basis. The Government will award a design plans, specifications, cost estimates, feasibility and concept stud- ja NOTICE OF INTENT FOR A SINGLE AWARD SOURCE PROCUREMENT. purchase order resulting from this solicitation to the responsible offeror ies, and preparation of architectural and engineering documents and re- 5 PROFESSIONAL MONITORING AND TRANSLOCATION OF THE ORANGEBLACK conforming with the quotation that will be the best value to the governinent ports for new construction, renovation and repair of Non-Industrial FaciliDAMSELFLY FOR V.S. FISH AND WILDLIFE SERVICE, ECOLOGICAL SERV- considering all cost. All quotes must include a completed copy of the ties. The services may include seismic upgrades grading, paving, utility ICES, HONOLULU, HAWAII. SOL 1018110141(EM) DUE 092401 POC Elida provision at 52.212-3, Offeror Representations and Certifications-Com- systems upgrade, mechanical and electrical system, identification and Page 10
RASPOMISAO DA 16: 920. Elmondort AFB, AK 99506-2550
FOR IN KIND DONATIONS FOR THE ELMENDORF YOUTH CENTER GREAT DUCK RACE -SOL SVS-SCS-322-01 DUE 080902 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in பாம் kind donations for the Elmendort Youth Center Great Duck Race to be sions, bicycles, cd players, train tickets, for approximately 3000 partici- pants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas ill of the base. Sponsors may set up booths and display banners at the event. Representation will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than August 09, 2002. This is a solicitation by a nonE2, Happropriated funds instumentality of the United States Government. It does not obligate funds of the government http//www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Marketing and Publicity 1 Office (W-239 SNSOW063) it * 3rd SYS/SVK, Bldg 6-920, Elmendort AFB, AK 99506-2550" 6 SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF SUSITNA CLUB MEMBERSHIP NIGHT SOL SVS-SCS-323-01 DUE 090502 ** POC Angela Smith 907-552-9249,'1ax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club Membership Night TENI to be held on September 18, 2002. We are seeking sponsorship for $1000 for,.gift certificates, prizes for kids, and monetary donations to help off set the cost. Approximately 600-800 participants: We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event, Representation will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than Sep tember 05, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the government. http//www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Marketing and Publicity Office (W-239 SN50W068) 3rd SVS/SVK, Bldg 6-920, Elmondort AFB, AK 99506-2550 SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF POLAR BOWL AUTUMN BOWLING CLASSIC TOURNAMENT SOL SVS-SCS324-01 DUE 083002 POC Angela Smith 907-552-9249, Tax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Polar Bowl Autumn Classic Bowling Tournament to be held on September 14, 2002 . We are Brent seeking sponsorship for $1000 for gift certificates, prizes, trophies and monetary donations to help off set the cost. Approximately 600-800 partici28 pants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas, of the base, Sponsors may set up booths and display banners at the event. Representation will be accepted and encouraged. All offers will Emin be considered. More than one sponsor/donation for this solicitation may be made no later than September 05, 2002. This a solicitation by a Baterie nonappropriated funds instumentality of the United States Government, It does not obligate funds of the government. http://www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter! 3rd Services Squadron 3rd Services Marketing and Publicity Office (W-239 SN50W069)
solicitation may be made no later than August 16, 2002. This is a solicita- drinks, prizes, decorations, pumkins, gourds, balloons, approximately 350tion by a nonappropriated funds instumentality of the United States Gov- 450 participants. We would accept all or part donation depending on the ernment it does not obligate funds of the government. sponsor and what they are willing to provide. Advertising will be done http//www.topcover af.mil/web1/service/ Screamin''Eagle Newsletter/ in all areas of the base. Sponsors may set up booths and display banners 3rd Services Squadron at the event. Representation will be accepted and encouraged. An offers : angela., mil 3rd Services Marketing and Publicity will be considered. More than one sponsor/donation for this solicitation Office (W-239 SNSOW072) may be made no later than August 16, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Government. 3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 It does not obligate funds of the government." 6_SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF FIT. http//www.topcover:af.mil/web1/service/ Screamin' Eagle Newsletter/ NESS CENTER CFC KICK OFF FUN RUN SOL SVS-SCS-327-01 DUE 090902 3rd Services Squadron POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting 3rd Services Marketing and Publicity for in kind donations for the Elmendorf Fitness Center CFC Kick Off Fun Office (W-239 SNSOWOB1) Run to be held on September 21, 2002. We are seeking sponsorship for $600 for prizes and gift certificates , food and drinks, t-shirts, sports 3rd SYS/SVK. Bidg 6-920. Elmendorf AFB, AK 99506-2550 6_SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF bottles and monetary donations to help off set the cost. Approximately POLAR BOWL DISNEY YOUTH LEAGUE SOL SVS-SCS-332-01 DUE 091602 50-100 participants. We would accept all or part donation depending on POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting the sponsor and what they are willing to provide. Advertising will be done for in kind donations for the Elmendorf Polar being sponsorship in all areas of the base. Sponsors may, set up booths and display banners Youth League to be held from October-January 2002-2003. We at the event. Representation will be accepted and encouraged. All offers for $1500 for trophies, Disney merchandise, bowling balls, bags approxiwill be considered. More than one sponsor/donation for this solicitation may be made no later than August 16, 2002. This is a solicitation by mately 75-150 participants. We would accept all or part donation dependa nonappropriated funds instumentality of the United States Government. ing on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base: Sponsors may set up booths and display It does not obligate funds of the government. banners at the event. Representation will be accepted and encouraged http//www.topcover af.mil/web1/service/ Screamin' Eagle Newsletteri 3rd Services Squadron All offers will be considered. More than one sponsor/donation for this angela .mil 3rd Services Marketing and Publicity solicitation may be made no later than August 16, 2002. This is a solicitaOffice (W-239 SNSOWO74) tion by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the government ! http/www.topcover af mit/web1/service/ Screamin' Eagle Newsletter/ 3rd SVS/ŠVK, Bldg 6-920, Elmendort AFB, AX 99506-2550 3rd Services Squadron '6_SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELHENDORE arigela..mil 3rd Services Marketing and Publicity SOSTNA CLUB FALL HARVEST BRUNCH SOL SVS-SCS-328-01 DUE 093002 Office (W-239 SNSOWOBA) POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Susitna Club Fall Harvest Brunch 3rd SVS/SVK, Bldg 6-920, Elmondort AFB, AK 99506-2550 to be held on October 13, 2002, We are seeking sponsorship for $500 6 SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF for decorations, pumpkins, scarecrows, gourds, and monetary donations YOUTH CENTER HALLOWEEN CARNIVAL AND COSTUME CONTEST SOL SVSto help oft set the cost. Approximately 200-300 participants. We would" SCS-333-01 DUE 101102 POC Angela Smith 907-552-9249, fax 907-552accept all or part donation depending on the sponsor and what they are 9250 We are soliciting for in kind donations for the Elmendorf Youth willing to provide . Advertising will be done in all areas of the base. Spon- Center Halloween Carnival and Costume Contest to be held on October sors may set up booths and display banners at the event. Representation 26 2002. We are seeking sponsorship for $2000 for prizes for game booths, will be accepted and encouraged. All offers will be considered. More than bags of apples, bags of candy, caramel, sugar for cotton candy, cases one sponsor/donation for this solicitation may be made no later than Au of popcorn, trick or treat bags, decorations, pumkins, gourds, scarecrows gust 16, 2002. This is a solicitation by a nonappropriated funds approximately 500-700 participants. We would accept all or part donation instumentality of the United States Government. It does not obligate funds depending on the sponsor and what they are willing to provide. Advertising of the government will be done in all areas of the base. Sponsors may set up booths and "http//www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter !! display banners at the event. Representation will be accepted and encoura 1 3rd Services Squadron aged. All offers will be considered. More than one sponsor/donation for 3rd Services Marketing and Publicity s this solicitation may be made no later than August 16, 2002. This is Office (W-239 SN5OWOAO) ***** sdf a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the government. 3rd SVS/SYK, Bldg 6-920. Elmendort AFB, AK 99506-2550 http//www.topcover al.mil/webl/service/ Screamin' Eagle Newsletter/ 6SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF 3rd Services Squadron-+ **** SUSITNA CLUB HALLOWEEN PARTY SOL SVS-SCS-329-01 DUE 100402 POC angela..mil 3rd Services Marketing and Publicity Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in Office (W-239 SNSOWOB5) 54 are kind donations for the Elmendorf Susitna Club'Halloween Party to be held on October 25, 2002. We are seeking sponsorship for $500 for door prizes," 3rd SVS/SVK, Bldg 6-920, Elmondort AFB, AK 99506-2550 decorations, pumpkins, scarecrows, gourds, and monetary donations to 6 SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF help off set the cost . Approximately 350-450 participants: We would accept SUSITNA CLUB THANKGIVING BRUNCH SOL SVS-SCS-334-01 DUE 111202 all or part donation depending on the sponsor and what they are willing' POC Angela Smith 907-552-9249, fax, 907-552-9250 We are soliciting to provide. Advertising will be done in all areas of the base. Sponsors for in kind donations for the Elmendorf Susitna Club Thanksgiving Brunch may set up booths and display banners at the event. Representation will to be held on November 24, 2002, We are seeking sponsorship for $500 be accepted and encouraged. All offers will be considered. More than for decorations, gift certificates, door prizes approximately 300-400 parone sponsor/donation for this solicitation may be made no later than Au- ticipants. We would accept all or part donation depending on the sponsor gust 16, 2002. This is a solicitation by a nonappropriated funds and what they are willing to provide. Advertising will be done in all areas instumentality of the United States Government. It does not obligate funds of the base. Sponsors may, set up booths and display banners at the of the government 39 event. Representation will be accepted and encouraged. All offers will http//www.topcover af.mil/webliservice Screamin' Eagle Newsletter/ be considered. More than one sponsor/donation for this solicitation may 3rd Services Squadron bę made no later than August 16, 2002. This is a solicitation by a [email protected]:af.mil 3rd Services Marketing and Publicity appropriated funds instumentality of the United States Government. It Office (W-239 SNSOWOA2) does not obligate funds of the government. http//www.topcover af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd SVS/SVK, Bldg 6-920, Elmondorf AFB, AK 99506-2550 3rd Services Marketing and Publicity 6_SPONSORSHIP FOR IN "KIND DONATIONS FOR THE ELMENDORF Office (W-239 SN50WOB7) 3rd SVS/SVK, Bldg 6-920, Elmendorf AFB, AK 99506-2550 BRARY WEEK SOL SVS-SCS-335-01 DUE 111202 POC We are seeking sponsorship for $500 for snacks, drinks, prizes approxi Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in mately 350-450 participants. We would accept all or part donation depend kind donations for the Elmendorf Library Military Family Week to be held ing on the sponsor and what they are willing to provide. Advertising will from November 25-29, 2007 We are seeking sponsorship for $500 for be done in all areas of the base. Sponsors may set up booths and display gift certificates, door prizes, especially stuffed animals for giveaways for banners at the event. Representation will be accepted and encouraged. the kids approximately 200-400 participants. We would accept all or part All offers will be considered. More than one sponsor/donation for this donation depending on the sponsor and what they are willing to provide. solicitation may be made no later than August 16, 2002. This is a solicitation by a nonappropriated funds instumentality of the United States Gov Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation will be accepted ernment. It does not obligate funds of the government. and encouraged. All offers will be considered. More than one sponsod/ http//www.topcover af mil/web1/service/ Screamin' Eagle Newsletter/" donation for this solicitation may be made no later than August 16, 2002. 3rd Services Squadron angela. . til 3rd Services Marketing and Publicity This is a solicitation by a nonappropriated funds instumentality of the United States Government. It does not obligate funds of the government, Office (W-239 SN50WOBO) 2. http//www.topcover al mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd SVS/SVK, Bldg 6-920, Elmendort AFB, AK 99506-2550 [email protected], af mil 3rd Services Marketing and Publicity SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF Office (W-239 SN5OWOB9), KASHIM CLUB HALLOWEEN PARTY SOL SVS-SCS-331-01 DUE 101102 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in 3rd SVS/SYK, Bldg 6-920, Elmendort AFB, AK 99506-2550 kind donations for the Elmendorf Kashim Club Halloween Party to be held GSPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF FITon October 25, 2002. We are seeking sponsorship for $500 for snacks, NESS CENTER FROST BITE CLASSIC SOL SVS-SCS-336-01 DUE 111202
EAGLEGLEN OPEN TOURNAMENT SOL SVS-SCS-325-01 DUE 081602 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Eagleglen Golfcourse Open tp be held on September 7 and 8, 2002. We are seeking sponsorship for $1000 for gift certificates, prizes, food, hole in one sponsorship, tickets for trips, excursions and monetary donations to help off set the cost. Approximately 600-800 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base. Sponsors may set up booths and display banners at the event. Representation will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this solicitation may be made no later than August 16, 2002. This is a solicitation by a nonappropriated funds-instumentality of the United States Gov. ernment. It does not obligate funds of the government. http//www.topcover.af.mil/web1/service/ Screamin' Eagle Newsletter/ 3rd Services Squadron 3rd Services Marketing and Publicity Office (W-239 SN50W070).
3rd SVS/SVK, Bldg 6-920. Elmondort AFB, AK 99506-2550 6 SPONSORSHIP FOR IN KIND DONATIONS FOR THE ELMENDORF EAGLEGLEN COUPLES TOURNAMENT SOL SVS-SCS-326-01 DUE 081202 POC Angela Smith 907-552-9249, fax 907-552-9250 We are soliciting for in kind donations for the Elmendorf Eagleglen Golfcourse Couples Tournament to be held in the month of September 2002 . We are seeking sponsorship for $500 for each event, prizes and gift certificates, golt equipment, prizes, food, hole in one sponsorship, tickets for trips, excursions and monetary donations to help off set the cost. Approximately 600-800 participants. We would accept all or part donation depending on the sponsor and what they are willing to provide. Advertising will be done in all areas of the base Sponsors may set up booths and display banners at the event.' Representation will be accepted and encouraged. All offers will be considered. More than one sponsor/donation for this Page 11
of NCTSS-II (SUAQPS) and NALCOMIS systems and associated components. are acceptable for systems number (1) and (4). Micropolis 1528, 4221. utilizing performance based service contracting techniques. The NAICS This is a combined synopsis / solicitation for commercial items prepared 4421 may be used in system (2) and (3). Due to the state of technology code is 811310. Solicitation packages will be available on or about October in accordance with FAR 13 and the format in FAR subpart 126, as supple- and availability of the Micropolis drives, any substitute drives must be '1, 2001. All requests for solicitation packages must be submitted in writing Rented, with additional information included in this notice. This announce approved by SPAWAR prior to use. The provision at FAR 52.212-1, Instruc- and/or tax to the Contracting Officer. The fax number is 804-675-5588. constitutes tions to Offerors-Commercial Items applies. Addendum to FAR 52.212- Contact Contracting Officer via e-mail Rimi A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation 1, Paragraph (b)(5): Offers shall provide an express warranty which at (W-239 SN50W019) number / RFQ NOO244-01-1-1120 applies; an electronic copy of the RFQ a minimum shall be the same warranty terms, including offers of extended Wiesbaden Regional Contracting Center, Attn: AEUCC-C-A, CMR and incorporated provisions and clauses are those in effect through Federal cluded in the contract. Clause 52.212-4, Contract Terms and Conditions- 410 Box 744, APO AE 09096" 31 te Acquisition Circular 97-24 and DFAR Change Notices effective through Commercial Items applies as well as the following addendum clauses: T-REPAIR AND MAINTENANCE OF MOTOROLA LAND' MOBILE RADIO 12/13/00. The standard industrial code is 7378 (NAICS code 811212) with FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice EQUIPMENT SOLDAJA22-00-R-0100 DUE 091501 POC Mr. Jerry Taulbee a size standard of $18,000,000. This requirement is for a fixed priced of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. 011 49611 816 2210 Wiesbaden Contracting Center, Wiesbaden, Germany. contract for the line items as follows. Line Item 0001: Maintenance of The clause at 52.212-5, Contract Terms and Conditions Required to Imple intends to solicit and award an indefinite delivery requirements type conMALCOMIS computer system within Principle Period of Performance, 12 ment Statutes or Executive Orders-Commercial Items applies with the tract for the repair and maintenance of US Government-owned Motorola months. Line Item 0002: Maintenance of NALCOMIS computer system out- following applicable clauses for paragraph (b): FAR 52.222-26, Egual Op- Land Mobile Radio equipment, including Data Encrypted Standard (DES) side Principle Period of Performance, 20 Hours. Line Item 0003: Mainte- portunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and equipment under the responsibility of US Army Europe (USAREUR), includnance of NCTSS-I (SUADPS) computer system within Principle Period of Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Work *ing the Office of the Provost Marshall , and various other activities. EquipPerformance, 12 months. Line Item 0004: Maintenance of NCTSS-|| ers with Disabilities; FAR 52.222-37, Employment Reports on Disabled ment is located at US Army installations in Belguim, Germany, Italy, and (SUADPS) computer system outside Principle Period of Performance, 20 Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract The Netherlands. Required services include: recurring maintenance of radio Hours. Statement of Work 1. SCOPE: a. The contractor will furnish labor, Terms and Conditions Required to Implement Statutes or Executive Orders network components and intrusion detection systems; non-recurring instalmaterial, equipment, and parts necessary to facilitate the maintenance Applicable to Defense Acquisitions of Commercial Items, applies with the lation and removal of equipment in 'vehicles and fixed structures; and of the NALCOMIS Honeywell and NCTSS-1 (DUADPS) computer systems following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy necessary programming when required. The contract is expected to be and peripheral equipment (printers, monitors, and terminals). Maintenance American Act and Balance of Payment Program; and DFARS 252.225- for a base period of 6 months and 3 one-year options. The contractor services shall be provided during the Principle Period of Performance (PPP) 7012, Preference for Certain Domestic Commodities; and FAR 52.211 shall provide per-call repair and maintenance support, including all labor, , for government owned Honeywell Automated Data Processing Equipment 6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND tools , including Original Equipment Manufacturand meet normal industrial standards. b. The contractor shall provide INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: er's (OEM) DES modules when necessary. Intersted sources must meet the required and defined services at a level that is in accordance with FAR 52.212-3, Offeror Representation and Certifications Commercial applicable security requirements and obtain required licenses and approvthe Code of Federal Regulations (CFR). 2. LOCATION: The equipment is Items. Note: The full text of the Federal Acquisition Regulations (FAR) als, including a Munitions Export License,' prior to contract award. All installed in the central computer facility located on the second floor of be accessed the Internet at www.arnet.gov.lar or requests for copies of this solicitation must be in writing. Requests may * Building 25 and within the maintenance/supply building at Naval Air Sta- www.deskbook.osd, mil; Defense Federal Acquisition Regulation Supplement be submitted by fax or email (Attention: Mr. Taulbee) to 011 49 611 tion (NAS) Fallon, Nevada, Naval Air Station is situated in Churchill County, (DFARS) can be accessed on the Internet at www.dtic.mil/dfars, Parties 816 2277 (from within the US), 0611 816 2277 (from within Germany) Nevada, approximately 75 miles east of Reno, Nevada. Normal working responding to this solicitation may submit their quote in accordance with or to hours are 0730 to 1600, five days a week. 3. SPECIFICATIONS; a. Equip- their standard commercial practices (e.g. on company letterhead, formal No web link currently available. No web link currently available. ment. Attachment i contains a listing of DPS-6000 and HP-9000/755 quote form, etc.) but must include the following information: 1). Company's Taulbeercc.wbn.usacce.army.mil Click here to contact the Contract equipment covered by this contract. This listing was extracted from the complete mailing and remittance addresses, discounts for prompt, pay. Specialist via email. (W-239 SNSOWO29) original equipment listing and is not meant to be inclusive of all items/ ment, it any (e.g. 1% 10 days), anticipated delivery / availability of product 21 components considered standard to the Honeywell DPS-6000 and HP-9000/ is, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer Chief ALMMS (90C), Hunter Holmes McGuire VA Medical Center, 755 systems and covered by the contract. d. Maintenance (1) Routine ID number. In addition, if you are quoting on a comparable commercial Maintenance Actions. The contractor shall maintain the equipment in a iter, product literature must be included. All FAR certifications and rep 1201 Broad Rock Blvd, Richmond, VA 23249 manner that provides users of the system the maximum amount of on- resentations specified above must also accompany your quote. Quotes MAINTENANCE FOR ADAC VERTEX PLUS CAMERA SOL RFQ 652-006 02 DUE 091201 PÒC JANET D. DAVIS, Contracting Officer, 804-675-5474 line time. (2) Hours of Coverage. The contractor shall provide on-call main- must be received no later than 3:00 PM, local time 9-07-01, and will tenance service with a four-hour response during the Principle Period be The Hunter Holmes McGuire VA Medical Center is requesting quotations accepted via fax (619-532-1088) or via of Performance (PPP) which is 07:30 AM to 4:00 PM local time, Monday ([email protected] fisc.navy.mil). Quotes submitted as an attach for a maintenance agreement for the ADAC Pegasys nucleas medicine through Friday. A technician and common materials necessary to initiate ment to an e-mail should be sent in Word Version 6.0 or higher. See computer system, Vertex Plus Camera (including Single Gantry, Single Acquisition Station, and Single Processing Station), MCD/AC Systems Opthe repairs will be identified and arranged within four hours of the reported Numbered Note (s) 1. problem. A technician on-site within 24 hours. The contractor will provide tion and Pegasys ULTRA Workstation to include all necessary labor, tools, http://www.neco.navy.mil click here to download a copy of REQ overnight shipping for major components that fail. Repairs accomplished [email protected] fisc.navy.mil click here to contact Contracting software updates, equipment, transportation and parts, (including crystal outside the ppp at the contractor's discretion shall be included in the coverage). Contractor, to provide semi-annual preventive maintenance, Officer (W-239 SN50V9X7) basic contract. (3) Outside PPP Maintenance On-Call Support. The govern emergency repairs, software updates, technical phone support, clinical ment may require maintenance outside the designated PPP. Such support phone support and remote dial-up diagnostics. Contractor must have ac * Contracting Division, PO Box 3360, Marine Corps Base, Campi will be on an on-call basis and a response time of four (4) hours is cess to Original Equipment Manufacturer's (OEM). parts , manuals, and 1954 Lejeune, NC 28547-8368 for consideration, required. An hourly on-call service rate will be established in the basic MAINTENANCE OF VROLOGY MACHINES AND MOBILE X-RAY MAcontract. (4) Repairs Outside the scope of the Contract. Repair of damage will have been engaged in maintaining/servicing the listed equipment and CHINE SOL M670010100043 DUE 092701 POC Contract Specialist, sagt resulting from accident, flood, transportation between government sites, be capable of presenting certification of such. No allowance will be made Latricia R. Young, 910-451-1578 Service contract to provide preventive neglect, misuse, failure of electrical power of air-conditioning or humidity and on-call maintenance service on government owned DEC 2500/2600 in this contract at all times within the contract period. The control , or causes other than ordinary use shall be billable at the rate Series Urology machine and a 9600 Series C-Arm X-ray machine at the established herein for maintenance performed outside the PPP. (5) Respon term of the contract shall be from October 1, 2001 through September Naval Hospital, Camp Lejeune, NC for the period of 01 Oct 2001 through sibilities of the Government Government personnel shall not perform or 30, 2002 with three one-year options to renew. The NAICS. is 811219 30 Sep 2002. It is the Government's intent to issue a sole source award attempt repairs to equipment while such equipment is under the purview and the business size is $5.0 Million Interested offerors having the ability, to O.E.C. Medical Systems;"Inc., 384 Wright Brothers Drive, Salt Lake Pack of the contract unless agreed to by the contractor. The government will qualifications, and expertise to perform the requirements should request City, UT 84116. See Numbered Note 22. permit contract personnel access to the equipment that is maintained any proposals received will subject to security regulations. Contract personnel are not required to at (804) 675-5588 and must indicate a point of contact, phone and fax be considered by the Government. Information received wilt normally be number. THIS PROCUREMENT IS BEING CONDUCTED UNDER THE FEDERAL possess a security clearance. (6) Duration. The maintenance contract shall considered solely for the purpose of determining whether to conduct a ACQUISITION REGULATION SUBPART 13.5 TEST PROGRAM USING SIMman from O1 October 2001 through 30 September 2002. Equipment PUFIED ACQUISITION PROCEDURES AND THE COMMERCIAL ITEM CLAUSES I MALCOMIS Honeywell System MODEL DESCRIPTION QTY DRFAOOI EXABYTE CONTROL 1 CPXA622-101 DPS6000 M622 1 "PSSA001-001 60 HZ 3 PHASE young til USMC Contracting Division, Camp Lejeune AND PROVISIONS OUTLINED IN FEDERAL ACQUISITION REGULATION PART NC (W-239 SN501972) I DCSA901-001 MLX-160 W/RS232 1 CPFA963 2-RS232A ADAPTER 1 12. UPC9901 UPC 2 MTUA921 TAPE UNIT PRM I MTUA922 TAPE UNITI Janet, Janet D. Davis (W-239 'SN50W030) MTUA301 2.4 GB TT CT 1 MTM 9901 MAG TAPE ADAPTER I PRU7180 Western Regional Contracting Office, 9902 Lincoln Street, Madigan SERIAL PRINTER RS 422 8 PRU7197 SERIAL PRINTER RS 232 6 PRUA912 Army Medical Ctr Annex, Tacoma WA 98431-5000 Dragon Air National Guard, Base Contracting Office, Portland LP, 701 650/1200 LPM 136 COL PRINTER 5 PRM9901 PRINTER ADAPTER 3 ANNUAL MAINTENANCE SERVICE STERRAD STERILIZER SOL DADA13- OR 97218-2797 MSU9952 2ND, 3RD, OR 4TH MSU 5 DRXA005-702 DMS 32 W/4 MB 1 01-1-0094 DUE 091001 POC Mitchell Munger, (253) 968-3967 Western MAINTENANCE AND REPAIR SERVICE FOR C130 PROPELLER BLADES MSUA951-001 CAB 4 595 MB I DRFA901-001 6 PLUS/6000 Regional Contracting Office intends to procure regularly scheduled Annual AND COMPONENT ASSEMBLIES, SOL DAHA 35-01-T-4180 POC Theresa C. 001 4 MB MEMORY MOD 1 DRFA002-001 DISK CUPLR 4 Donne Maintenance Service for a Sterrad Sterilizer, Model: 100, located at Weed Hughes, 503/335-4490 FAX 503/335-4487 The Air Force Reserves 939th Army Community Hospital, Fort Irwin, CA 92310. The Governement intends Rescue Wing sequites maintenance and repair services for C130 propeller 101A SNAP CBL & CONN I NDR9201-101B SNAP CBL & CONN 1 NDR9201 to award a fixed price contract with a base. year period of 1 October blades and component assemblies. The proposed contract action is for 101C SNAP CBL & CONN 1 NDR9001-137E RECEPTACLE BOX 1 DIRAM 2001 through 30 September 2002 and four (4) one year option periods. cannual field level type maintenance and repair services for which the 32 DISK CONTROLLER I MER1991-HO6A DISPLAYS 8 NCTSS-11" (SUADPS) The anticipated award date is 1 October 2001. The RFQ DADA13-01-1- government intends to solicit and negotiate with only one source under Hewlett Packard System SYSTEM DESCRIPTION QTY NUMBER 1 HP-9001 0094 will be available upon request to Mitch Munger via e-mail, at the authority of FAR 6.302. See numbered note 22. 755 99 MHZ 256 MB RAM I INTERNAL 2.0 SCSI DRIVE 2 4.0 GB DAT
. on or about 27 August 2001 with a Oregon Air National Guard, 0114180 DRIVE I LOCALIZATION KIT 1 19 INCH MONITOR 1 HEWLETT PACKARD closing date of 10 September 2001. Vendors requesting a copy of this (W-239 SNSOW038) UNIX 10.X OPERATING SYSTEM 1 EXTERNAL MIN-TOWER I 2.0 GB SCSI RFQ must provide Business Size, telephone number /-facsimile number, DRIVES 3 SCSI INTERFACE CABLES TO CONNECT EXTERNAL DRIVES 3 KEY, e-mail address, and a point of contact. This RFQ is being issued on an 'Naval Medical Center (BCA), 34800 Bob Wilson Drive, Suite 535, BOARD 1 NUMBER 2 HP-900/755 99 MHZ 256 MB RAM I INTERNAL 2.0 unrestricted basis using Simplified Acquistion Procedures (SAP). All re San Dingo, CA 92134-5191 SCSI DRIVE 2 4.0 GB DAT DRIVE I LOCALIZATION KIT I 19 INCH MONITOR sponsible sources may submit an offer: Per DFARS 252.204-7004, Reguired ON-SITE SERVICE MAINTENANCE CONTRACT FOR A ABR NAVIGATOR I HEWLETT PACKARD UNIX 10.X OPERATING SYSTEM I EXTERNAL MINCentral Contractor Registration is mandatory for all contractors in order UNIT FOR THE PERIOD 01 OCT 2001 TO 30 SEP 2002. SOL 700259-01TOWER 1 2.0 GB SCSI DRIVES 3 SCSI INTERFACE CABLES TO CONNECT to receive award of a contract or order. Then NAIC Code is 811219 with t-0044 EXTERNAL DRIVES 3 KEYBOARD I NUMBER 3 HP-900/755 99 MHZ 256 POC Loida Toledo, Lead purchasing Agent; 619-532a business size of $5,000,000.00 dollars. **** 8122 This 090501 o announce Naval Medical Center San Diego's intent MB RAM I INTERNAL 2.0 SCSI DRIVE 2 4.0 GB DAT DRIVE I LOCALIZATION to issue a solicitation for an on-site service and corrective maintenance KIT 1 19 INCH MONITOR I HEWLETT PACKARD UNIX 10X OPERATING (W-239 SNSOW013) its Porn 81.9 19.00 uri SYSTEM 1 EXTERNAL MIN-TOWER 1 2.0 GB SCSI DRIVES 3 SCSI INTERFACE contract to include all parts, labor, transportation and all unlimited correcTA CABLES TO CONNECT EXTERNAL DRIVES 3 KEYBOARD I NUMBER * HP tive maintenance calls for the goveroment owned equipment listed in the Chief ALMMS (90C), Munter Hölmes McGuiro VA Medical Center, THAT sblicitation in accordance with the statement of workl sow). Request for 900/755 99 MHZ 256 MB RAM I INTERNAL 2.0 SCSI DRIVE 2 4,0 GB 1201 Broad Rock Blvd, Richmond, VA 23249 DAT DRIVE I LOCALIZATION KIT 1 19 INCH MONITOR 1 HEWLETT PACKARD Quote, with detailed statement of work, will be made available immediately ELEVATOR MAINTENANCE SOL REP 652-007-02 POC Daphne Jackson upon request, reference # N00259-01-1-0044. The expected period of perUNIX -1 804-675-5485 The Hunter Holmes McGuire VA Medical Center, Richmond, 'formance is from 01 Oct 2001 to 30 Sept 2002. Invoicing quarterly in VA has the need for a contractor to provide all labor, tools, materials, BOARD I TAPE DRIVE EXABYTE 8505 TAPE DRIVES 4 COMMENTS The arrears. Award will be made based on price and past performance. The unique nature of the Navy software requires the contractor provide specific and supervision necessary to perform full maintenance, repairs , solicitation document and incorporated provisions and clausęs are those hard drives. Only Micropolis Model 2217 or HPC Model 3010 hard drives inspections and emergency call-back service for all elevatorslifts/ in effect through FAC 97-27. The following clauses and provisions that dumbwaiters. The VA contemplates the award of a firm fixed price contract
request for competitive proposals. The event is potices of intent is not a
DRIVES : SCSI INTERFACE CABLES TO CONNECT EXTERNAL DRIVES 3 REY Page 12
BILITY. No award will be based on any offer or proposal received in response to this notice. (See Note 22). REF: 02-UM-I. (W-239 SNSOWOJ9)
The Library of Congress intends to issue delivery orders against an existing Basic Ordering Agreement to renew subscriptions with The American Overseas Book Company (AOBC) for the continued use of their services by the following FEDLINK members: DCIL, NRSV, WRAV. AOBC provides Interbibrary Loan (ILL) fee payment services to FEDLINK members. The FEDLINK ILL fee payment service provides an efficient method for federal libraries to pay ILL fees that may be charged by lending institutions to cover the cost of photocopying or other interlibrary loan processing costs Service will be continued through September 30, 2002. NO SOLICITATION DOCUMENT EXISTS. No telephone calls will be accepted. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No award will be based on any offer or proposal received in response to this notice. (See Note 22). REF: 02-IN-1. (W-239 SNSOWoji)
fWS), in accordance with FAR Part 13, Simplified Acquisition Procedures intends to issue a Request For Quotations (RFQ) to furmish Title Cons. ments,Intermediate Endorsements,Curative, Closing & Escrow Services and Final Policies for various National Wildlife Refuges (NWR), located in 13ious counties throughout the State of Kentucky. The PWS intends to meet an indefinite Quantity contract as a result of this solicitation. The issue date of the RFQ will be on/or about September 17, 2001, with a tentati closing date of October 17, 2001. The contract performance periode be January 1, 2002 through December 31, 2002, with two one-year options and two Limited Option periods. The 'FWS is currently using Electro Commerce (EC) to issue solicitations and resulting awards. You may wan this RFQ at http://ideasec.nbc.gov. In order to submit a quote on-'2 you must register at the same website. The User ID is your Dun and Brandstreet' number, which can be obtained free of charge at 1-80039 6633, and the password is your company's Tax ID number. After registra tion, you will be able to view posted solicitations, awards and subut quotes on-line. All prospective offerors with access to the Interneta an E-Mail address can receive electronic notification of awards. Offers responding to this notice must do on the U.S. Attorney's List of Approved Title Companies ("The List), and have offices located within the State of Kentucky. Only written, facsimile or e-mail request for this solicitato package will be accepted. The facsimile number is 404/679-4057. The North American Industry Classification System (NAICS) Code 524127 is applicable to this solicitation. The size standard is $5.0 million. This solo tation is a 100% set-aside for small business (See Nurnbered Made
ESC/SRK Building 1102C 29 Randolph Rd. HAFB MA 01731-1634 R-TECHNICAL, ENGINEERING, ANALYSIS, AND MANAGEMENT SUPPORT SOL N/A DUE 091501 POC Kathleen N. Cohen, Contract Specialist, (781) 377-6317; Major Mark I. Wade, Contracting Officer, (781) 377-5541 Notification of Contract Action (NOCA). This Commerce Business Daily (CBD) announcement constitutes a Notice of Contract Action (NOCA) for proposed modifications and orders to Science Applications International Corporation (SAIC) under Contract No. F19628-97-0-0014 increasing the ordering/performance period from 3 feb 02 till approximately the 2nd quarter of CYO2 and raising the ceiling price by $3M from $30M to $33M. ESC/SRK intends to award orders during September 2001 to provide continved Technical, Engineering, Analysis, and Management Support to ESC/ SRG under the CIGSS Technical Support (CTS) contract. This interim "stopgap" support is needed until the competitive Multi-INT Tasking, Processing, Exploitation, and Dissemination (TPED) System (MITS) Source Selection is complete. The Government intends to solicit and negotiate with one source under authority of FAR 6.302-1 (a)(2)(ii)(8), "Only One Responsible Source and No Other Supplies 'or Services Will Satisfy Agency Requirements". In this case the USAF may deeros services to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements (see 10 U.S.C. 2304(d)(1)(B)). This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. An Acquisition Ombudsman has been appointed to hear concerns from ofterors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman wal-maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. ESC's Acquisition Ombudsman is Colonel Joseph P. Maryeski, Director, Commander's Staff, ESC/CO, (781) 377-5106 or email at . Call Kathleen N. Cohen at (781) 3775584 or email at [email protected] at mit with questions regarding this notice. See Notes 22 and 26. NA NA Click Here to E-mail the POC (0-239 SN5OWOKI) 1
2 Department of Veterans Affairs, AFMLOVNA Special Services, Contracting Officer, 1423 Sultan Street, Suite 200, Frederick, MD 21702-5006 R-MEDICAL RESONANCE IMAGING (MRI) SERVICES SOL RFP-797-FDF401-0028 DUE 091101 POC ILt Jose A. Sorto, Technical Representative (240) 857-2670 or Wanda Gaines, Contracting Officer, (301) 619-6652 The Air Force Medical Logistics OfficeNeterans Affairs Special Services Contracting Activity has a requirement for non-personal services for Medical Resonance Imaging (MRI) Services at the 89th Medical Group, Andrews AFB, MD. Period of performance is anticipated to be 1 (one) base year, with 4 (four) 1 (one) year option periods. This is a full and open competition and the NAICS codes are 541990 & 561110, with a small business standard size of $5.0M, All responsible sources may submit an offer. Requests for a hard copy solicitation must be in writing to the Contracting Officer and accompanied by a check for $5.00 made out to the Department of Veterans Affairs. No telephone requests will be accepted. Offerors are advised that they are responsible for obtaining amendments. If you are downloading the solicitation and would like to be included on the solicitation mailing list, please email the Contracting Officer with your company name, point of contract, mailing address and telephone number. All proposals shall reflect the solicitation number RFP-797-FDF4-01-0028. http://www.va.gov.oa&mm/busopp/sols. Click here to download a copy of the RFP Wanda. mil Click here to contact the Contracting Officer via email. (W-239 SNSOWOJ4)
http://ideasec.nbc.gov register here to download a copy of the RFQ click here to contact the contract specialist via e-mail. (W-239 SN50V 926)
The Library of Congress, Contracts And Logistics Service, FEDLINK 9410 R-FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDERS WITH JANES INFORMATION GROUP(JN) SOL 02-JN-1 POC Charles Wilson, Contract Specialist The Library of Congress intends to issue delivery orders against an existing Basic Ordering Agreement to allow for the renewal of current subscriptions with Jane's Information Group, for the continued use and access of their database by the following FEDLINK members: AAFE, AMPC, ARLV, ARMV. DMHW, NSSV, Jane's Information Group provides the Jane's CD-ROMs. The CD's offered are: Jane's Detense Library-a group of 23 titles that deal with air, naval and land military hardware (ane's Fighting Ship's, Jane's All the World's Aircraft); Jane's Transportation Library, a group of 14 titles that focus on civil transportation issues Jane's Merchant Ships and Jane's World Railroads); Jane's Geo-Political Library a group of 27 titles that includes the Sentinel country study reports and order of battle databases; Jane's Market Intelligence Library-a group of 13 titles including special reports (ABC Aerospace Directory, International Defense Directory and Space Directory), these special reports provide demand side information and a discussion of various market trends: Defense Magazines- a group of 7 of Jane's news and issue oriented publications such as Jane's Defense Weekly, International Defense Review, Jane's intelligence Review and others. Service will be continued through September 30, 2002. Written responses should include prices and technical data sufficient to determine capability. No telephone calls will be accepted. NO AWARD WILL BE BASED ON ANY OFFER OR PROPOSAL RECEIVED IN RESPONSE TO THIS NOTICE. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: 02-JN- 1. (W-239 SN5OWOJ5)
The Library of Congress, Contracts And Logistics Service, FEDLINK Section, 101 Independence Avenue, SE Washington, DC 20540- 9410 R-FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDERS WITH NETLIBRARY (NE) SOL 02-NE-1 POC Charles Wilson, Contract Specialist The Library of Congress intends to issue delivery orders against an existing Basic Ordering Agreement to acquire e-books from netLibrary, Inc. for the following FEDLINK members: AMPC, CFAV. NetLibrary provides electronic books(e-books) in a variety of subject areas. The requested e-book titles are delivered to a desktop and access is treated the same as a print book The collections are categorized as "business, technology, engineering and industry, science and mathematics, general medicine and allied health and publisher". The member owns the e-book and netLibrary provides access via an offsite hosting server. Service will be continued through September 30, 2002. NO SOLICITATION DOCUMENT EXISTS. No telephone calls will be accepted. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No award will be based on any offer or proposal received in response to this notice. (See Note 22). REF: 02-NE-1. (W-239 SNSOWOL2)
Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345 A-TITLE SERVICES SOL 4018110183 POC Roger Lockhart, Contact Specialist, CEXEC, Inc., 404/679-4146 The U.S. Fish and Wildlife Serra (FWS), in accordance with FAR Part 13, Simplified Acquisition Procedura intends to issue a Request For Quotations (RFQ) to furnish Title Cono ments, Intermediate Endorsements, Curative, Closing & Escrow Services and Final Policies for various National Wildlife Refuges (NWR), brated in various counties throughout the State of North Carolina. The FWS Feeds to award an Indefinite Quantity contract as a result of this section The issue date of the RFQ will be on/or about September 17, 2:01, met a tentative closing date of October 17, 2001. The contract Detona period will be January 1, 2002 through December 31, 2002, the one-year options and two Limited Option periods. The FWS is currently using Electronic Commerce (EC) to issue solicitations and resulting words You may view this RFQ at http://deasec.nbc.gov. In order to subet a quote on-line, you must register at the same website. The User Os your Dun and Brandstreet number, which can be obtained free of charge at 1-800/390-6633, and the password is your company's Ta 10 number After registration, you will be able to view posted solicitations, smarts and submit quotes on-line. All prospective offerors with access to the Internet and an E-Mail address can receive electronic notifications awards. Offerors responding to this notice must be on the U.S. Afternes List of Approved Title Companies (The List), and have offices lecas! within the State of North Carolina. Only written, facsimile or e-mail request for this solicitation package will be accepted. The facsimile nuraber is 404/679-4057. The North American Industry Classification System (NAICS Code 524127 is applicable to this solicitation. The size standard es $50 million. This solicitation is a 100% set-aside for small business (See Nam bered Note 1).***** http://ideasec.nbc.gov register here to download a copy of the RFQ roger_ click here to contact the contract specialst via e-mail. (W-239 SN50W001)
The Library of Congress, Contracts And Logistics Service, FEDLINK Section, 101 Independence Avenue, SE Washington, DC 20540- 9410 R-FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDERS WITH PROQUEST INFORMATION AND LEARNING (UM) SOL 02-UM-I POC Deborah Burroughs, Contract Specialist The Library of Congress intends to issue delivery orders against an existing Basic Ordering Agreement to renew subscriptions with ProQuest Information and Learning Company (formerly Bell & Howell) for the continued use and access of their products by the following FEDUNK members. ACFV, AEBV, AEDV, AFQV, AFRL, AHXV, AIWC, AMPC, APBV, APHV, AREU, ARLV, CRSV, DCPQ, DMHW, EUSA, GAOV, GCMU, IRSV, LBCP, LCOD, MWFV, NDUV NISV, NRLV, NSWL, SSLV, ISPE, TSOT, VALO. VETV, WAHV. ProQuest Information and Learning, aka University Microfilm Inc., offers Proquest Direct (online and CO products), document delivery and microform services. ProQuest Information and Learning offers reproductions of a large selection of periodicals, newspapers, journals, and other serial literature in microform available in the world. Student Reference Products are microform packages of full text primary source material, taken primarily from The New York Times." ProQuest Information and Learning Research Collections offer collected works of historical value, as well as topics of contemporary concern 19 microform format. They also offer Phonetiche, a collection of telephone directories on microfiche. ProQuest Information and Learning's 12 million doctoral dissertations and Master's theses are preserved on microfum and are available, on demand, in 35mm positive microfilm and 98-pageDer-sheet positive microfiche for tittes published after 1975. Service will be continued through September 30, 2002. NO SOLICITATION DOCUMENT EXISTS. No telephone calls will be accepted. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPA
The Library of Congress, Contracts And Logistics Service, FEDLINK 9410 R-FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDERS WITH PETERSON'S GUIDES (PG) SOL 02-PG-1 POC Charles Wilson, Contract Specialist The Library of Congress intends to issue delivery orders against an existing Basic Ordering Agreement to renew subscriptions with Peterson's Guides for the continued use and access of their database system by the following FEDLINK members: AMPC, CFAV. Peterson's provides Career and College Quest" and "Gradsearch which are Windows-based CD-ROMs offered as stand alone and site licensed databases that are updated annually. The Career and College Quest provides searching by four year, two year colleges and vo-tech programs across the country, as well as college comparison charts, college checklist, universal application, and financial needs analysis. The Gradsearch database offers a searchable database of 1600 graduate degree-granting institutions, 31,000 master's, doctoral and professional degree programs of study. Also included are narrative descriptions written by the colleges and Hot Links from Institution to Department to Program of Study within the college. In addition to the CD's and diskettes offered, the full complement of Peterson's print publications are also available. Service will be continued through September 30, 2002. NO SOLICITATION DOCUMENT EXISTS. No telephone calls will be accepted. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No award will be based on any offer or proposal received in response to this notice. (See Note 22). REF: 02-PG-1. (W-239 SNSOWOL3) R Professional, Administrative and Management Support Services Potential Sources Sought Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345 R-TITLE SERVICES SOL 4018110181 POC Roger Lockhart, Contract Specialist, CEXEC, Inc., 404/679-4146 The U.S. Fish and Wildlife Service
Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 30345 R_TITLE SERVICES SOL 4018110185 POC, Roger Lockhart, Contract Specialist, CEXEC. Inc., 404/679-4146 The U.S. Fish and Wildlife Servo (FWS), in accordance with FAR Part 13. Simplified Acquisition Procedures. intends to issue a Request For Quotations (RFQ) to furnish Title Con ments, Intermediate Endorsements, Curative, Closing & Escrow Services and Final Policies for various National Wildlife Reluges (NWR). bacatec in various counties throughout the State of Alabama The FWS intends to award an Indefinite Quantity contract as a result of this solicitation The issue date of the RFQ will be on/or about September 17, 2001, o a tentative closing date of October 11, 2001. The contract performan period will be January 1, 2002 through December 31, 2002, with me one-year options and two Limited Option periods. The FWS is current using Electronic Commerce (EC) to issue splicitations and resulting award You may view this RFQ at http://ideased.nbc.gov. In order to submit quote on-line, you must register at the same website. The User 105 your Dun and Brandstreet number, which can be obtained free of chart at 1-800/390-6633, and the password is your company's Tax ID number After registration, you will be able to view posted solicitations, se and submit quotes on-line. All prospective offerors with access to the Internet and an E-Mail address can receive electronic notification awards. Offerors responding to this notice must be on the U.S. Attorney List of Approved Title Companies (The List), and have offices locata within the State of Alabama. Only written, facsimile or e-mail recurs for this solicitation package will be accepted. The facsimile murders 404/679-4057. The North American Industry Classification System (NICS Code 524127 is applicable to this solicitation. The size standard is SS! million. This solicitation is a 100% set-aside for small business See More bered Note 1) ***** http://ideasec nbe gov register here to download a copy of the RFI click here to contact the contract specatus via e-mail. (W-239 SNSOW003)
whether the business is designated as a small business, small disadvantaged business, and/or women-owned small business. This acquisition will be conducted under North American Industry Classification System (NAICS) Code 561990, which establishes $5 million as the threshold for small business size. Sources interested in subcontracting opportunities are also requested to submit the information requested above. Responses on company letter head must be submitted no later than 11 September 2001, Fai responses to Kay Eichholz at 904-542-1163, or email responses to . www.fiscjax.com under RFQ or RFP Requests N68836-02-R-0002 (W-239 SN5OWOE7)
Contractor Registration in order to receive a contract award from any DOD activity. Contractors may access the CCR at http://www.cor2000.com/ ► http://www.esol.navfac.navy.mil Click here to access the website containing this solicitation, amendments, and other associated files. crawfordbeeldsw.naviac navy.mil Click here to contact the Contract Specialist via email (W-236 SN50V9R1)
Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 3 0345 R-TITLE SERVICES SOL 4018110186 POC Roger Lockhart, Contract 2 Specialist, CEXEC, Inc., 404/679-4146 The U.S. Fish and Wildlife Service 29 (FWS), in accordance with FAR Part 13, Simplified Acquisition Procedures, intends to issue a Request For Quotations (RFQ) to furnish Title CommitHments, Intermediate Endorsements, Curative, Closing & Escrow Services cm and Final Policles for various National Wildlife Refuges (NWR), located in various counties throughout the State of Louisiana. The FWS intends mi to award an indefinite Quantity contract as a result of this solicitation. The issue date of the RFQ will be on/or about September 17, 2001, with T: a tentative closing date of October 17, 2001: The contract performance 2. period will be January 1, 2002 through December 31, 2002, with two one-year options and two Limited Option periods. The W8 is currently using Electronic Commerce (EC) to issue solicitations and resulting awards. You may view this RFQ at http://ideasec noc.gov. In order to submit a quote on-line you must register at the same website. The User ID is your Dun and Brandstreet number, which can be obtained free of charge at 1-800/390-6633, and the password is your company's Tax ID number. After registration, you will be able to view posted solicitations, awards and submit quotes on-line. All prospective ofterors with access to the he Internet and an E-Mail address can receive electronic notification of C: awards. Offerors responding to this notice must be on the U.S. Attorney's List of Approved Title Companies ("The List"), and have offices located within the State of Louisiana. Only written, facsimile or e-mail request for this solicitation package will be accepted. The facsimile number is 404/679-4051. The North American Industry Classification System (NAICS) Code 524127 is applicable to this solicitation. The size standard is $5.0 million. This solicitation is a 100% set-aside for small business (See Numbered Note 1), ***** http://ideasec.nbc.gov register here to download a copy of the RFQ. Click here to contact the contract specialist via e-mail. (W-239 SN50W006)
Bureau of the Census, Procurement Office, FOB #3, Room 1541, Washington,(Suitland, MD) DC 20233 R PROFESSIONAL SERVICES SOL SOL23425 POC Linda Catterton (301)457-1840 e.mail: linda, The Bureau of the Census has a requirement for the following services: Contractor to work with the Center for Economic Studies (CES) to improve the quality of geography and industry codes on the Longitudinal Business Database(LBD). Researchers using the LBD have found many problems with inconsistent geography and industry codes. For example, longitudinally linked establishments often appear in different states in different years. Also, the Standard Statistical Establishment List (SSEL) does not contain a complete set of Census geocodes for all establishments. Detailed geography is one of the key strengths of Census Bureau establishment data; the contractor will improve the quality of these codes on the LDB to the extent possible. Industry codes are also subject to errors especially for smaller establishments. The SSEL contains flags on the source and reliability of the industry codes. Economic Census and survey information can be used to get better and more detailed industry codes. The conversion to NAICS also complicates industry coding on the LBD. Working with the CES staff, the contractor will examine these problems turther and implement the appropriate corrections. The following deliverables apply: (1) a longitudinal file of geocodes for the LBD; (2) a longitudinal file of industry' codes for the LBD; (3) a pilot research paper working along with the CES staft using the LBD; (4) an evaluation of linkages between the LBD and Economic Censuses and (5) monthly status reports to the Chief of CES. Applicant qualifications consist of: (1) an advanced degree (M.A., ABD, or Ph.D) in economics, with a primary focus on empirical research, preferably with a focus on labor economics; (2) at least two years of experience working in the Union environment with SAS, Stata, and Automatch; (3) a minimum of two years experience working with the Census Bureau Business Register and other micro-data and (4) experience creating longitudinal datasets. Interested parties may identify their interest and capabilities in response to this requirement no greater than 15 days from the published date of this announcement. This notice constitutes the entire solicitation. (W239 SN5OWOG2)
SOUTHWESTNAYFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 PRIVATIZATION UNDER USC 2688, "UTILITY SYSTEMS CONVEYANCE AUTHORITY“, AT VARIOUS NAVY AND MARINE CORPS ACTIVITIES LOCATED IN AND AROUND THE SAN DIEGO METROPOLITAN AREA SOL N68711-01. R-5210 DUE 100102 POC Suzanne Bernas (619) 532-1921 The Government is requesting proposals for the purpose of selling (privatizing) the utility systems located in the San Diego Metropolitan area in California. The following Navy and Marine Corps Activities are included in the San Diego Metro solicitation: Naval Station San Diego (Including NSC National City Annex), Naval Air Station North Island, Marine Corps Air Station Miramar, Naval Amphibious Base Coronado (including Rendova Housing), Naval Base Point Loma (Point Loma Complex Only), Fleet Anti-Submarine Warfare Training Center Pacific, Naval Medical Center San Diego, Naval Facilities Engineering Field Division Southwest, Fleet Industrial Supply Center San Diego, Space and Naval Warfare Systems Center Old Town Complex, Outlying Field Imperial Beach, Naval Radio Receiving Facility Imperial Beach, Mount Soledad Signal Station, Naval Auxiliary Landing Facility San Clemente Island, Admiral Hartman Housing, Chesterton Housing, and Murphy Canyon Housing. Privatization of utility systems located at the above location consists of the following: electrical, natural gas, potable water, wastewater, Steam/hot water, Salt Water, and Compressed Air, as applicable. Concurrent with the sale of the utility systems, the Government will acquire distribution utility services (hereinafter referred to as utility services) to replace the service currently provided by the Government. The sale of the utility systems and the acquisition of utility services are subject to terms and conditions provided in this request for proposal . The sale of the utility systems is authorized by and conducted under 10 USC 2688. The desired goal of this sale is to transfer all right, title, and interest of the United States in and to the utility systems mentioned above. Consequently, the United States will retain no reversionary interests in the utility system sold, other than a Right of First Refusal contained in the Bill of Sale. The utility systems being sold include all equipment, fixtures, structures, and other improvements utilized in connection with the utility systems. The divestiture will not include the real property upon, under, or around the utility system, or any Federal water rights. The Contractor shall furnish all necessary labor, management, supervision, permits, equipment, supplies, materials, transportation, and any other incidental services for the complete ownership, operation, maintenance, repair, upgrades, and improvements to these utility systems. The Contractor will provide these services in accordance with all terms, conditions, and special contract requirements, specifications, attachments, and drawings contained in the solicitation or incorporated by reference. The proposed solicitation is unrestricted under the following North American Industry Classification System (NAICS) codes: NAICS 221122.' Electric Power Distribution, with a size standard of 4 million megawatt hours, NAICS 221210, Natural Gas Distribution, with a size standard of 500 employees, NAICS 221310 Water Supply and Irrigation Systems, with a size standard of $5 million, and NAICS 221320, Sewage Treatment facilities, with a size standard of $5 million. The solicitation will be a competitive Request for Proposal using Best Value Source Selection contract procedures found in the Federal Acquisition Regulations Part 15. This solicitation is open to all business concerns, including Cities and Municipalities. The entire solicitation is anticipated to be released solely on the Naval Facilities Engineering Command electronic solicitation website, www.esol. navlac.navy.mil, (paper copies will not be available). All prospective Offerors are responsible for visiting the web-site frequently to obtain any amendments or other infor mation pertaining to this solicitation. Anticipated solicitation release date is on or about 15 September 2001. When issued, the solicitation package will be available for download as .pdf, Zip files or other types of files as appropriate. Contractors must be registered in the Centralized Cona tractor Registration in order to receive a contract award from any DOD activity. Contractors may access the CCR at http://www.ccr2000.com/ http://www.esol.navfac.navy.mil Click here to access the website containing this solicitation, amendments, and other associated files. Click here to contact the Contract; 4) Specialist via email. (W-239 SN50V9W4)
Fish and Wildlife Service, 1875 Century Blvd., Suite 310, Atlanta, Georgia 3034 SOL 4018110189 POC Roger Lockhart, Contract R-TITLE Specialist, ÇEXEC, Jac., 404/679-4146 The U.S. Fish and Wildlife Service Casting (FWS), in accordance with FAR Part 13, Simplified Acquisition Procedures, mtends to issue a Request For Quotations (RFQ) to furnish Title Commitments, Intermediate Endorsements, Curative, Closing & Escrow Services and Final Policies for various National Wildlife Refuges (NWR), located in various counties throughout the State of Tennessee. The FWS intends to award an indefinite Quantity contract as a result of this solicitation. The issue date of the RFQ will be on/or about September 17, 2001, with a tentative closing date of October 17, 200k. The contract performance period will be January 1, 2002 through December 31, 2002, with two one-year options and two Limited Option periods. The FWS is currently using Electronic Commerce (EC) to issue solicitations and resulting awards. 0 You may view this RFQ at httpullideasec.nbc.gov. In order to submit a quote on-line, you must register at the same website. The User 10 is your Dun and Brandstreet number, which can be obtained free of charge 17,6 at 1-800/390-6633, and the password is your company's Tax ID number, After registration, you will be able to view posted solicitations, awards $31% and submit quotes on-line. All prospective offerors with access to the * Internet and an E-Mail address can receive electronic notification of iti awards. Offerors responding to this notice must be on the U.S. Attorney's List of Approved Title Companies (“The List“), and have offices, located rectos within the State of Tennessee. Only written, facsimile or e-mail request e for this solicitation package will be accepted. The facsimile number is 1 an 404/679-4057, The North American Industry Classification System (NAICS) Code 524127 is applicable to this solicitation. The size standard is $5,0 ja million. This solicitation is a 100% set-aside for small business (See Num bered Note 1). http:/ideasec.nbc.gov register here to download a copy of the RFQ. click here to contact the contract specialist via e-mail. (W-239 SN50W008)
S Utilities and Housekeeping Services
Flest and Industrial Supply Center, Contracting Department, PO Box 97, Jacksonville, Florida 32212-0097 R-SOURCES SOUGHT FOR CHILD DEVELOPMENT PROGRAM SUPPORT SERVICES COMMERCIAL ACTIVITIES STUDY SOL N68836-02-R-0002 DUE 091101 POC Kay Eichholz, Contract Specialist, Code 204N KE, (904) 5421963, far? (904) 542-1163 The Fleet and Industrial Supply Center Jacksonville Fl is seeking to identity potential sources and their capabilities for providing Child Development Program (CDP) Support Services for Naval * Air Station Joint Reserve Base (NAS IRB), New Orleans and Naval Support Activity (NSA), New Orleans, LA. Services include: administration, management, planning, programming, and execution' necessary to provide the care of children age five and under and providing a quality Child Development Center (DCD) and home-based Child Development Home (CDH) Program. All CPD Programs will be open to authorized family members of eligible patrons, which include DOD active duty personnel, DOD personnel paid from either appropriated or non-appropriated funds , Reservists on active duty or during inactive duty training periods, and DOD Service Pro viders. FISC Jacksonville intends to solicit proposals for an OMB Circular 18 A-76 Cost comparison study. The purpose of the study is to determine the most efficient and cost effective method of providing Child Development Program Support services for NAS JRB and NSA New Orleans. In accordance with OMB Circular A-76, the offer determined to represent the best value to the Government will be compared to the Government's proposal to perform the above services. Commercial proposals will not result in a contract if Government performance is determined to be more advantageous. The projected date for issuance of the solicitation is i Nov 2001. Interested sources are requested to submit a statement demonstrating their capability to perform the responsibilities listed above. Responses are limited to two pages, and may include a description of the company and its experience relative to the performance of this or similar services. Responses must also identify the business size and
SOUTHWESTNÁVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 S-PRIVATIZATION UNDER USC 2688, "UTILITY SYSTEMS CONVEYANCE AUTHORITY", AT THE NAVAL AIR LANDING FACILITY SAN NICOLAS ISLAND, CALIFORNIA, CA SOL N68711-01-R-5209 DUE 051402 POC Bradley Crawford at (619) 532-1109 The Government is requesting proposals for the purpose of selling the utility systems NALF San Nicolas Island, California. Privatization of utility systems located at the above system consists of the following: electrical, potable. water, and wastewater. Concurrent with the sale of the utility systems, the Government will acquire distribution utility services (hereinafter referred to as utility services) to replace the service currently provided by the Government. The sale of the utility systems and the acquisition of utility services are subject to terms and conditions provided in this request for proposal. The sale of the utility systems is authorized by and conducted under 10 USC 2688. The desired goal of this sale is to transfer all right, title, and interest of the United States in and to the utility systems mentioned above. Consequently, the United States will retain no reversionary interests in the utility system sold, other than a Right of First Refusal contained in the Bill of Sale. The utility systems being sold include all equipment, fixtures, structures, and other improvements utilized in connection with the utility systems. The divestiture will not include the real property upon, under, or around the utility system, or any Federal water rights. The Contractor shall furnish all necessary labor, management, supervision, permits, equipment, supplies, materials, transportation, and any other incident al services for the complete ownership, operation, maintenance, repair, upgrades, and improvements to these utility systems. The Contractor will provide these services in accordance with all terms, conditions, and special contract requirements, specifications, attachments, and drawings contained in the solicitation or incorporated by reference. The proposed solicitation is unrestricted under the following North American Industry Classification System (NAICS) codes: NAICS 221122, Electric Power Distribution, with a size standard of 4 million megawatt hours, NAICS 221310, Water Supply and Irrigation Systems, with a size standard of $5 million, and NAICS 221320, Sewage Treatment Facilities, with a size standard of $5 million. The solicitation will be a competitive Request for Proposal using Best Value Source Selection contract procedures found in the Federal Acquisition Regulations Part 15. This solicitation is open to all business concerns, including Cities and Municipalities. The entire solicitation is anticipated to be released solely on the Naval Facilities Engineering Command electronic solicitation website, http://www.esol. naviac navy.miv, (paper copies will not be available). All prospective Offerors are responsible for visiting the website frequently to obtain any amendments or other information pertaining to this solicitation. Anticipated solicitation release date is on or about September 7, 2001. When issued, the solicitation package will be available for download as Zip files. Contractors must be registered in the Centralized
SOUTHWESTNAVFACENGCOM, 1220 Pacific Highway, San Diego, CA 92132-5187 S PRIVATIZATION UNDER USC 2680, "UTILITY SYSTEMS CONVEYANCE AUTHORITY”, AT THE NAVAL WEAPONS STATION SEAL BEACH DETACHMENT CONCORD, CA SOL N68711-01-R-5239 DUE 073002 POC Suzanne Bernas (619) 532-1921 The Government is requesting proposals for the purpose of selling (privatizing) the utility systems located the Naval Weapons Station Seal Beach Detachment Concord, California. Privatization of utility systems located at the above location consists of the following: electrical, natural gas, potable water, and wastewater. Concurrent with the sale of the utility systems, the Government will acquire distribution utility serva ices (hereinafter referred to as utility services) to replace the service currently provided by the Government. The sale of the utility systems and the acquisition of utility services are subject to terms and conditions provided in this request for proposal. The sale of the utility systems is authorized by and conducted under 10 USC 2688. The desired goal of this sale is to transfer all right, title, and interest of the United States in and to the utility systems mentioned above. Consequently, the United States will retain no reversionary interests in the utility system sold, other than a Right of First Refusal contained in the Bill of Sale. The utility systems being sold include all equipment, futures structures, and other improvements utilized in connection with the utility systems. The divestiture will not include the real property upon, under, or around the utility
T Photographic, Mapping, Printing, and Publication Services
The contract will consist of a 12 month base period and one 12 month option period. The Step One Proposal Due Date is 9/21/01. Contract Docu. ments available o/a 8/28/01, Please Fax your request to:Robert L. Robert: son at 202 962 2038 or email at 3 click here to contact the contract administrator for this procurement (W-239 SNSOV928)
system, or any Federal water rights. The Contractor shall furnish all necessary labor, management, supervision, permits, equipment, supplies, materials, transportation, and any other incidental services for the complete ownership, operation, maintenance, repair, upgrades, and improvements to these utility systems. The Contractor will provide these services in accordance with all terms, conditions, and special contract requirements, specifications, attachments, and drawings contained in the solicitation or incorporated by reference. The proposed solicitation is unrestricted under the following North American Industry Classification System (NAICS) codes: NAICS 221122, Electric Power Distribution, with a size standard of 4 million megawatt hours, NAICS 221210, Natural Gas Distribution, with a size standard of 500 employees, NAICS 221310 Water Supply and Irrigation Systems, with a size standard of $5 million, and NAICS 221320, Sewage Treatment Facilities, with a size standard of $5 million. The solicitation will be a competitive Request for Proposal using Best Value Source Selection contract procedures found in the Federal Acquisition Regulations Part 15. This solicitation is open to all business concerns, including Cities and Municipalities. The entire solicitation is anticipated to be released solely on the Naval Facilities Errgineering Command electronic solicitation website, www.esol.navfac.navy.mil, (paper copies will not be available). All prospective, Offerors are responsible for visiting the web-site frequently to obtain any amendments or other information pertaining to this solicitation. Anticipated solicitation release date is on or about 21 September 2001. When issued, the solicitation package will be available for download as .pdf, Zip files or other types of files as appropriate. Contractors must be registered in the Centralized Contractor Registration in order to receive a contract award from any DOD activity. Contractors may access the CCR at http://www.ccr2000.com/ http://www.esol.naviac.navy.mil Click here to access the website containing this solicitation, amendments, and other associated files. Click here to contact the Contract Specialist via email (W-239 SNSOV9W9).
Chicago Regional Printing Procurement Office, U.S. Gortramont Printing Office, 200 N. Lasalle St., Suite 810, Chicago, IL 60601- 1055 ANNUAL CONTRACT, VARIOUS COLOR AND BLACK COPYING, BOGES & PAMPHLETS SOL Program 1532-S DUE 091301 POC Fax request is specifications to Chicago GPO front desk, 312-886-3163 or download spec ifications from GPO website (see below). Annualized contract for the ar duction of short-run, fast schedule duplicating/copying in black and create copying of books, pamphlets, and single sheet products, requiring wat operations as copy pickup, duplicating/copying, binding, packing, and the livery. This contract is restricted to contractors whose production facilities are located within a 50-mile radius of the agency's address in Urbans, Illinois. Do not attempt to bid without complete specifications. www.gpo.gov/procurement Scroll down to synopses, find Chicago, click to open, scroll down to Program number and click to open. (W-239 SN50V9T3) 1:
GSA, Public Building Services, Woodlawn Field Group. (3PCFW). PO Box 31700, Baltimore MD 21207-8700 $CUSTODIAL AND RELATED SERVICES SOL 3PCCW-01-01 DUE 082901 POC Doretha Johnson (410) 786-9912 or (410) 786-5000 This amendment is issued to indicate the following changes/corrections: III.A. Specifications / Statement of Work (p 7) A. Place of Performance is known as: U.S. Holocaust Memorial Museum Off-Site Collections Facility 832 A-F Hammonds Ferry Road Linthicum, MD 21090 (p 7) B. (1) All work shall be performed between the hours of 1:30 p.m. and 4 p.m., Monday through Friday. (2) All work shall be performed during working hours noted above, not to extend beyond 4 p.m. III.B. Exhibits and Attachments (p 20) Exhibit 2. Building Information Location: U.S. Holocaust Memorial Museum OffSite Collections Facility 823 A-F Hammonds Ferry Road Linthicum, MD 21090 Official Working Hours of Building Occupants: 7 a.m.--5 p.m., Monday through Friday (exceptions are Federal holidays) (p 21) Exhibit 3, Custodial Requirements General: The Contractor, through innovation, technology, or other means, shall perform the required cleaning services at frequencies determined by the Contractor at the: U.S. Holocaust Memorial Museum Off-Site Collections Facility 823 A-F Hammonds Ferry Road Lind thicum, MD 21090 "doretha Click here to contact the contracting officer via e-mail (W-239 SN50W031)
Chicago Regional Printing Procurement Office, U.S. Govornmut "Printing Office, 200 N. Lasalle St., Suite 810, Chicago, IL 6060F 1055 1-NEWSLETTER, 2 COLOR, SADDLE-STITCHED, QUARTERLY SOL PE gram 3503-5 DUE 091201 POC Fax request for specifications to Chicago GPO front desk @ 312-886-3163- or download specifications from 80 website (see below). Annaulized contract for production of quarterly news letter, 2 color, from electronic media, approx 600 copies per issue, pick up and delivery to Chicago, IL. Five workday chedule includes proof orde. Do not attempt to bid without complete specifications. www.gpo.gov/procurement Scroll down to bid Synopses, click en chicago, scroll down to program number and click to open. (W-239 SNSOVSVS) U Education and Training Services
North Central Contracting Office, Gateway Tower 11, 8th Floor, 400 State Avenue, Kansas City, KS 66101. KVOCATIONAL CARPENTRY/CONSTRUCTION INSTRUCTOR SOLF 40020-029-1-DUE 092401 POC Victoria L Johnson, Contract Specials, 1913) 531-1048 the solicitation due date is changed to read 97401 Additionally, this solicitation is not a one year contract. All responsible sources may submit a quotation which shall be considered by the are (W-239 SNSOY903)
Contral Contracting Office MEDCOM, ATTN MCAA C, 2107 17th Street, Building 4197, Fort Sam Houston, TX 78234-5069 HOSPITAL HOUSEKEEPING SERVICES FORT RUCKER, AL B(A) COM; PETITIVE SOL DADA10-01-1-0135A DUE 101502 POC Victor Howard 210221-4807 The US Army Medical Command (MEDCOM) has a requirement for hospital housekeeping services, at Fort Rucker, AL. The contractor will be required to provide all management, supervision, Jabor, training, trans portation, equipment and materials necessary to provide these services in accordance with JCAHO, OSHA and MEDCOM standards and regulations. The contract period is expected to be from January 1, 2002 through September 30, 2002 with four one-year options through September 30, 2006. The North American Industrial Code System (NAICS) code is 561720. The FSC code is S299. This requirement will be limited to competition between eligible 8(a) firms. The solicitation will be issued on or about September 10, 2002. Proposals will be due on or about October 15, 2002. A preproposal conference will be held, the date, time and location of which will be announced at a later time. Interested offerors should request a copy of the solicitation in writing on .company letterhead with point of contact and telephone number from MEDCOM Contracting Center, ATTN MCAA-C-SS (Victor Howard), Bldg 4197, 2107 17th Street, Fort Sam Houston, TX 78234. Verbal requests will not be accepted, All interested 8(a) firms are encouraged to request a copy of the solicitation as expeditiously a as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the 8(a) program. Victor . army.mil Click here to contact the contracting officer via e-mail (W-239 SNSOV9Y3),
* SPAWARSYSCEN-Charleston, PQ Box 190022, N. Charleston, SC is 29419-9022 5-SATELLITE COMMUNICATIONS SERVICES SOL N65236-01-R-0062 DUE 090401 POC Chris Brutsch, Code 1115CB, (843) 218-5965, Contract Specialist, Robert J. Meddick, Code 1115, (843) 218-5954, Contracting Officer NOTICE OF INTENT OT AWARD A SOLE SOURCE PROCUREMENT FOR LEASE OF A SATELLITE EARTH TERMINAL. SSC Charleston intends to award a Sole Source, Firm Fixed Price contract, utilizing Commercial Acquisition Procedures to SPACELINK INTERNATIONAL, LLC., 45976 NOKES BLVD, SUITE 145, DULLES, VA 20166. This Contract, is to provide high data rate satellite communications via an earth station terminal located at Prince Sultan Air Base (PSAB) located in Ryad, Saudi Arabia for communications to the Defense integrated Services Network (DISN) in CONUS. The procurement includes incidental engineering services to support de sign and testing of the satellite terminal link during performance of the contract. Terminal service requires 24x7 Operation and Maintenance sup port at PSAB including provisioning and Management of 2x6.312 Mbps duplex satellite circuits at Contractor provided PSAB facility in Saudi Arabia for USCENTAF. The requirement is for KU Band two-way, full duplex data transmission and reception earth terminal services. The Government shall have exclusive use of the PSAB terminal. The contractor shall provide Ku-band E-2 terminal with antenna size of 3.6-4.6M. 1:n redundant modem configuration of type SLM 7650 or fully interoperable equivalent with 8 Mpbs dala rate support is required. Current Host Nation Approval (HNA) from the Kingdom of Saudi Arabia, and ability to provide services by 01 October 2009 is required. SPACELINK is the only known source that can provide the required services within the time constraints to meet mission requirements. This requirement is considered to be Sole Source to SPACELINK INTERNATIONAL LLC. Any interested parties currently possessing HNA from the Kingdom of Saudi Arabia interested in this requirement should forward a copy of the HNA along with company information to Mr. Chris Brutsch at (843) 218-5965 for consideration prior to COB 04 September 2001. Parties interested in subcontracting opportunities are directed to contact SPACELINK INTERNATIONAL LLC. See Note #22 SPAWARSYSCEN Charleston (W-239 *** SN5OWOE 1)
Federal Bureau of Prisons, P.O. Box 9999, East Arkona Road, Milan, MI 48160 SPECIAL NEEDS INSTRUCTOR SOL 41702-015 DUE 091201 POC bara Eschels, Modify section Vm to read this a firm fixed price contract. There is not guaranteed minimum, however, the maximum may exceed the number of sessions required. All other terms & conditions remain unchanged. ***** (W-239 SN5OY9U4);
Foderal Prison Camp, Allenwood, Regional Contracting Office, P.O. Box 1000, Montgomery, PA 17752 SSOLID WASTE REMOVAL SERVICES MODIFICATION (11) SOL RFQ 21451-0030 DUE 092601 POC Norm Showers, Regional Contract Specialist, (570) 547-1641 Ext. 547 MODIFICATION: This serves as the second Modification to Pre-Solicitation Notice 50J7Z8 of April 20, 2001. The previous modification was Submission No. 50K 459. The MDC Brooklyn Solid Waste Removal Services contract will be reduced to a total of three (3) years. (Base Year plus 2 Option Years). All other solicitation language remains unchanged. A reminder that this requirement will be open to both small and large businesses. cc: OSDBU http://www.usa.gov/procurement/index.html Click here to download a copy of the RFO ! Click here to contact the Contracting Officer via e-mail (W-239 SN50V9Y9)
VA Medical Center (900), 2002 Holcombe Blvd., Houston, TX TIDIG 4298 VOCATIONAL RENABILITATION COUNSELING SOL RFQ 580-19-42 DUE 100901 POC Geneva Niles, (713) 794-7420 The Department of Veterans Affairs has a requirement for Vocational Education and Reliebte tion Counseling for eligible beneficiaries located in the areas of Houston. San Antonio and Corpus Christi, Texas. The service provider must possesi a minimum of a Masters Degree in Rehabilitation Counseling, Counseling Psychology, Counselor Education or a closely related discipline from * accredited college or university. Period of performance shall be from date of award through September 30, 2002, with four one-year renewal options Solicitation package will be available o/a September 5, 2001. Requests must be submitted to the Contracting Officer in writing, faxed requests accepted at 713/794-7869. All responsible sources may submit an other which shall be considered by this agency. See Numbered Note 1. 239 SNSOV9YO)
U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management "Division, Procurement Branch WC33, 7600 Sand Point Way NE, 1 Seattle, WA 98115-6349 SHJANITORIAL SERVICE IN NEWPORT, OREGON SOL WASC-2-1 POC Valencia MoNair 206-526-4497 206-526-6025 Provide janitorial service in Newport, Oregon, Period of performance will be for one year plus three (3) option years. Newport is in a remote location near the Oregon coast? This is a 100% small business set-aside. Potential bidders must be licerised for business in the State of Oregon. This is a simplified acquisition with an estimated value of less than $100,000. Request solicitation via fax. (W-236 SN50V909)
Washington Metropolitan Area Transit Authority, (WMATA), 7 Dopartment of Procurement, 6.00 Fifth Street, N.W., Washington, DC 20001 SNATURAL GAS PROCUREMENT SOL RFTP-C-19138 DUE 092101 POC Robert L. Robertson 202 962 1475 THE WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY:(WMATA) is soliciting proposals for the following RFTP-C-19138/RLRWMATA is soliciting proposals for a contractor to provide natural gas to its Compressed Natural Gas fueling facility located at its Bladensburg Bus Facility and its other natural gas needs in the District of Columbia, Maryland Hande Virginia. This procurement will be awarded by means of Two-Step Sealed Bidding. Step One will consist of the request for submission, evaluation, and if necessary, discussion of a technical proposal, without pricing, to determine: 1. The acceptability of the supplies and services being offered 2. The adequatecy of the Management Personnel plan 3. Corporate condition 4. Supplier Authorization (licensed by the appropriate Public Service Commission or State Corporation Commission) Step Two is an invitation for Bid (FB) confined to those proposers who submitted acceptable technical proposals in Step One. The Authority will award a contract to the lowest responsive and responsible bidder whose bid (Base Period plus Option Period) conforming to the Step Two IFB is determined to the most advantageous to the Authority, considering only price and price related factors included in the Step Two IFB.
Contracting Officer (90C), YA Medical Center, 1400 Bladhorse Hill Road, Contesville, PA 19320-2096 DIGITAL VIDEO ON-DEMAND DELIVERY SYSTEN FOR PATIENT EDU CATION SOL RFQ 542-25-01 DUE 091401 POC Spencer R. Sikder Jr. (510) 384-7711, Ext. 3215 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT N FAR 12.6, AS SUPPLEMENTED WITH ADDITIOANL INFORMATION INCLUDE IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITA TION. QUOTATIONS ARE REQUESTED AND 'A FORMAL SOLICRATION DOCU MENT WILL NOT BE ISSUED. THIS PROCUREMENT IS BEING CONDUCTED UNDER THE SIMPLFIED ACQUISITION PROCEDURES (FAR PART 13). THE SOLICITATION_, REFERENCED NUMBER IS RFO 542-25-01 AND INCOR PORATES THE CLAUSES AND PROVISIONS THAT ARE IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 97-27. THIS ACQUISITION IS UNRE STRICTED. THE STANDARD INDUSTRIAL CLASSIFICATION (SIC) 421990 OTHER MISCELLANEOUS DURABLE GOODS WHOLESALER. VA MEDICAL CEN TER, COATESVILLE, PA REQUIRES A VIDEO ON-DEMAND DELIVERY SYSTEM THAT PROVIDES CONVENIENT AND IMMEDIATE ACCESS TO EDUCATIONAL INSTRUCTION FOR PATIENTS AND HEALTHCARE PROFESSIONALS, THE SYS TEM MUST MEET THE FOLLOWING SPECIFICATIONS: (I) CAPABLE OF DELIVERYING UP TO 8 SIMULTANEOUS CHANNELS OF PROGRANMINGO STORING OF A MINIMUM OF 36 HOURS OF PROGRAMMING MATERIAL (3) PROVIDE ON-DEMAND ACCESS FROM ALL TELEVISIONS IN THE FACUT. (4) ABILITY TO RUN PROGRAMS ON A SCHEDULE ALONG WITH ON-DEWAND (5) DIGITALLY BASED WITH "JUKEBOX“ MECHANISMS (6) PROVIDE A POST- TEST/QUIZ FUNCTION; (5) INCLUDE VIDEO ENCODING SERVICE FOR VARA VIDED MATERIAL:: (8): INCLUDE A SELECTION OF CONTRACTOR PRINDE EDUCATIONAL PROGRAMMING VIDEOS: 19) INCLUDE INSTALLATION AND
U.S. Dept. of Commerce, NOMA; WASC, Acquisition Management Division, Procurement Branch WC33, 7600 Sand Point Way NE, Seattle, WA 98115-6349
and Certifications Commercial Items, and DFAR. 252.212-7000 Offeror Representations and Certifications Commercial Items. Quotes are due by 4PM (PST) 05 September 2001 and may be sent by mail or FAX. Offers sent via US Postal Service should be mailed to the Regional Contracting Office, PO Box 1609, Oceanside, Ca. 92051-1609; offers sent by FedEx should be sent to the Regional Contracting Office, Bldg. 22180, Marine Corps Base, Camp Pendleton, Ca. 92055-5027. FAX (760) 725-4346. Quotes are solicited within a 25 mile radius from Camp Pendleton, Ca. Award date is anticipated to be made on 06 September 2001. (W-239 SN50W067)
Department of Veterans Affairs (90C), 300 Veterans Blvd., Big Spring, TX 79720-5500 V-GROUND AMBULANCE SERVICES SOL RFP 519-28-01 DUE 092101 POC Sandra L. Martinez Provide Ambulance Services to beneficiaries in the jurisdication of the West Texas VA Health Care System, Big Spring, Texas. This notice is a solicitation for commerical items, prepared in accordance with the format in FAR Subpart 12.6 and supplemented with additional information and clauses. Contract period is for the period of October 1, 2001 through September 30, 2002, with option to renew two (2) additional one year periods. Solicitions will be available o/a September 7. 2001. Bid opening date September 21, 2001. Request for solicitaitons must be in writing and may be faxed to (915) 264,4887. Only written requests will be honored. SIC 4419. SANDRA GOV VA MEDICAL CENTER CONTRACTING OFFICER (W-239 SNSOWOK 6)
Federal Correctional Institution, Post Office Box 500, Oxford, WI 53952 FOOD SERVICE TRAINING INSTRUCTOR SOL RFQ 128-0026 DUE 091401 POC Richard Houser, Contract Specialist The Federal Correctional Institution, Oxford, Wisconsin is soliciting to establish a non-personal serve ice contract to provide training and instruction to inmates enrolled in the Food Service Training Center's Culinary Arts program. The Contractor shall provide an Advanced Occupational Education program leading to an Associate of Applied Science degree to qualified inmates at said facility: The services will include, but not be limited to, assisting Bureau of Prisons vocational instructor in provision of instruction to inmates enrolled in the Food service Training Center. The Contractor will instruct inmates enrolled in the basic culinary arts and food preparation, restaurant management, and in additional areas as prescribed by the curriculum. The Contractor will assist in curriculum development and guidance, registration, in-house instructional seminars, transcript services, record keeping, and appropriate academic counseling Contractor will provide courses selected from the contractor's accredited curricula to meet the degree requirements agreed upon be the contractor and the Government. Courses shall meet the standards applied to other programs offered by the contractor. The Contractor, through the on-site instructors, shall keep attendance records, submit attendance, completion, and withdrawal data to the Supervisor of Education Contractor will provide presentations of informational sessions and pretesting as needed to promote course selection and content, and coordinate registration. The contract shall be awarded to the Contractor who can provide these services at the lowest cost and provide the most beneficial supportive services to the inmate students. it is estimated the total enrollment will be 18-20 students Contractor will provide three, two hour sessions per day, Monday through Friday for an estimated total amount of 468 sessions for the expected contract period of October 1, 2001 through September 30, 2002. A firm-fixed price option year contract is contemplated, cost will be based on the total price for the basic requirement together with any option(s) exercised at the time of award. This acquisition is 100% set-aside for small business. All responsible sources may submit a quotation which will be considered by this office either via phone 608-584-6120 or fax 608-584-6318. The estimated range of this agreement is under $25,000. (W-239-SN5OWOFO)
Military Traffic Management Command, PARC, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000 V-V-OCEAN TRANSPORTATION SOL DAMT01-01-R-0193 DUE 092401 POC Mary Young, 703-428-2324 The Military Traffic Management Command Global Intermodal Acquisition Division intends to procure U.S. Flag break bulk and container service to include terminal handling, all. stevedouing, loading and discharging of Department of Defense cargo between U.S. E ast coast ports and Guantanamo Bay, Cuba. This is a reprocurement action resulting from the termination for convenience of the Government contract DAMT01-01-D-0160. The proposed contract period will be a base year with two, one year option periods. The proposed solicitaion issuance will be on or about 10 Sep 01. This is a 100% small business set aside. The proposed solicitation will be issued pursuant to FAR- Part 12, Acquisi-, tion of Commercial Item procedures. The proposed solicitation will be post ed on the MTMC website, http://www.mtmc.army. mil and the Army Single Face to Indusry website at http://acquisition.army.mil. No paper copy will be issued. For notification and information when the solicitation is posted please send your name and email addre ss to . http://acquisition army.mil Army Single Face to Industry [email protected] army.mil Military Traffic Management Command, PARC (D-239 SN5OWOK8)
X lease or Rental of Facilities
MAINTENANCE WITH ACCESS TO 24 HOUR TECHNICAL SUPPORT. THE SYS TEM MUST ALSO HAVE THE POTENTIAL FOR THE FOLLOWING: (1) ABILITY TION. AWARD WILL BE MADE BASED ON A TECHNICALLY ACCEPTABLE PROKLIPOSAL THAT PROVIDES THE BEST OVERALL VALUE TO THE GOVERNMENT THE PROVISIONS AT FAR 52.212-1, INSTRUCTION TO OFFERORS COMMERICAL ITEMS, APPLIES TO THIS ACQUISITION. ALL OFFERORS ARE BETO INCLUDE WITH THEIR OFFERS A COMPLETED COPY OF THE PROVISIONS 147 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMPEMERCIAL ITEMS. THE FAR PROVISIONS MAY BE OBTAINED VIA THE INTERDE WET AT: http://www.arnet, gov. THE CLAUSES AT 52.212-4 CONTRACT TO TERMS AND CONDITIONS COMMERCIAL ITEMS AND 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECU120 TIVE ORDERS COMMERCIAL ITEMS APPLY TO THIS ACQUISITION. THE FOLZHOWING FAR CLAUSES CITED IN FAR CLAUSE 52.21205(B) ARE APPLICABLE: 152.222-26. EQUAL OPPORTUNTIY; 52222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA: 52:22-26, VFFIRMATIVE ACHON FOR WORKERS WITH DISABILITIES; AND 52.222-37, YMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA. TO BE CONSIDERED, BY NOT LATER THAN CLOSE OF BUSI VESS ON SEPTEMBER 14, 2001. PLEASE BE SURE TO INCLUDE SUFFICIENT E JETAIL AND PRICING REGARDING THE PRODUCTS AND SERVICES OFFERED, AS WELL AS INFORMATION REGARDING YOUR COMPANY AND ITS PAST PERFORMANCE (REFERENCES). SPENCER,SIKDERMED VA.GOV (W239 SNSOW060) Contracting Office, P.D. Box 1609. Oceanside, Ca 92051-1609 A COMPUTER TRAINING DUE 091001 POC Gloria Muchemore 760-725937 DESC: This is a combined synopsis/solicitation for commercial items nepared in accordance with the format in FAR Subpart12.6 as supplenented 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 is the Request for Quote RFQ). This solicitation document incorporates provisions and clauses offect through FAG 97-27 and DAC 91-13. This is a 100% small business et aside under simplified acquisition procedures; the Standard Industrial * -ode is and the small business size standard is $5 million. The requirement m is for a firm fued price, contract. Request is for the Procurement of; let'ten 1. Microsoft Daily Training Certificates, qty; 200 ea. Includes; Win*lows 2000 Network & Operating System, Implementing Windows 2000 Tofessional & Server, Implementing a Windows 2000 Network, Imple nenting & Administering Windows 2000 Directory Services, Designing a ecure Microsoft Windows 2000 Network, Designing a Windows 2000 Miration Strategy, Designing & Administering Exchange 2000, Designing Deploying Exchange 2000, Administering a SQL Server 2000, Programning a Microsoft SQL Server 2000, Updating Support Skills from Windows IT 4.0 Server to Windows 2000 and Designing a Windows 2000 Directory ervices Infrastructure. Item 2. Building Scalable Cisco Networks (BSCN), ty; 7 ea. Includes; using Cisco routers connected in LANS and WANS ypically found at medium to large network sites. The course provides he learner with in-depth information on these interior gateway protocols IGPs): Enhanced Interior Gateway Routing Protocol (EIGRP). Open Shortest ath First (OSPF), And Intermediate System-to Intermediate System (IS12 13). It also provides information on Border Gateway Protocol (BGP), an wixterior gateway protocol (EGP). The course covers routing principles of oth distance vector and link-state routing protocols; and a configuration zand troubleshooting information for each protocol. Hands on lab exercises slow the learner to practice configuration and troubleshooting knowledge und to acquire skills necessary to configure the protocols in customer betworks. Upon completing this course, the learner will be able to select ind impellent the appropriate Cisco IOS services required to build a scalable, routed hetwork. BŚCI is part of learning path for students seeking the Cisco Certified Internet working Professional (CCIP), Cisco Certified detwork Professional (CCNP), Cisco Certified Design Professional (CCDP). sind Cisco Certified Internetwork Expert (CCIE) certifications Can be used sely any chosen personnel. Vouchers must be available by 10 September 001. The location for this training is limited to a twenty five mile radius rom Camp Pendleton. These courses must be taught by Microsoft Authored and Certified Technical Education Instructors. All responsible sources ay submit a quote by providing descriptive literature of how your product peets the needs of the Government; past performance of at least two 1* ecent references where the Contractor has sold the same product. The overnment will award a contract resulting from this solicitation to the esponsible quoter whose quote conforming to the solicitation will be most dvantageous to the Government, price and other factors considered. The * ollowing factors shall be used to evaluate quotations: 1) technical, 2) sast performance, and 3) price. All Contractors submitting a quote are eminded that you must be registered in the Central Contractor Registrasion database to be considered tor award. The following FAR/DFAR provis ions apply: FAR 52.212-H-Instructions to Offerors Commercial Items, FAR 12.212-4 Contract terms and Conditions - Commercial Items, FAR 52,212 Contract Terms and Conditions Required to implement Statutes of Execuive Orders Commercial Items with the following applicable clauses for ara (b): FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative iction for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 affirmative Action for Handicapped Workers, FAR 52.222-37 Employment {eports on Special Disabled Veterans and Veterans of the Vietnam Era, and FAR 52 247-64 Preference for Privately owned U.S. Flag Commercial lessels; DFAR 252.225-2008 Supplies to be Accorded Duty Free Entry, OFAR 252.204-7004. Required Central Contractor Registration, DFAR 252.232-7009 Payment by Electronic Fuods Transfer, and DFAR 252.212001 Contract Terms and Conditions required to implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items with the following applicable clauses for para (b): DFAR 252.222-7036 North American Free Trade Agreement Implementation Act. The Contractor shall, furnish a completed copy of FAR 52.212:3 Offeror, Representations,
Contracting Officer, 5722 Integrity Drive, Bldg S-242, Code 091, * Naval Support Activity-Midsouth, Millington, TN 38054-5027 -FOCUSED STUDY SKILLS AND CULTURAL AWARENESS TRAINING PROGRAM SOL N006390100032 DUE 092101 POC Pamela Harold, 901874-5271 Services and materials necessary to conduct a focused study skills and cultural awareness training program to teach sailors aboard U.S. Navy ships. Period of performance is not exceed one year, and will include three seperate 3 month tours on board the ships. A full Statement of Work, and evaluation criterial to be provided with solicitation package. To request a copy of solicitation package, please provide in writing the following information Company name and address, POC name and phone number, e-mail address for fax number), solicitation number, and e-mail to [email protected]šuppact-midsouth navy.mil, or fax to (901)874-5285 if email is not available. A completed solicitation package must be either e-mailed back of mailed back Faxed copies will not be accepted. Numbered note I applies to this solicitation. * Click here to contact solicitation POC via e-mail. (W-239 SN5OWOF 2)
V Transportation Travel, and Relocation Services
Corporation for National Service, Office of Procurement, 1201 New York Ave, N.W., Washington, DC 20525 X RENTAL OF HOTEL ROOMS, CONF. SPACE AND CATERING SERVICES SOL 01-AT-0004 DUE 091501 POC Damon Bolden (202) 606-5000 Ext 581 The Corporation for Natonal Service, a wholly-owned government corporation intends to award a contract to a qualified yendor in the metropolitan Philadelphia, PA area, who can provide lodging, catering and meeting space for an AmeriCorps*VISTA training. AmeriCorps*VISTA is a federal program which places members in low-income communities to mobilize resources and increase the capacity of those communities to solve their own problems. There will be two parts to the training: 1) Early Service Training (EST); and 2) Pre-Service Orientation (PSO). The EST will occur November 5-7, 2001. The group will check in on Monday and check out on Wednesday. We will need 50-75 sleeping rooms for 2 nights with 2 double beds to accommodate double-occupancy. The PSO will occur November 19, 2001. This group will check in on Wednesday and check out on Friday. We will need 50-85 sleeping rooms for two nights with 2 double beds to accommodate double-occupancy. The facility must comply with the American Disabilities Act and should be on the Hotel-Motel national Master List of FEMA/United States Fire Administration. The facility selected should be able to accommodate up to 200 people for each group meal. The chosen vendor must be prepared to provide vegetarian, vegan and kosher : meals. Approximately 25% of all meals will be vegetariani vegan; up to 1% will be Kosher: For each group, the catering needs will break down as lunch/dinner with an afternoon break on Day 1; breakfast/ lunch/dinner with morning and afternoon breaks on Day 2; and breakfast/ lunch with mid-morning break on Day 3. Based on these catering needs, proposals should include a Per Person cost per meal. Additionally, the facility should be able to hold up to 200 people classroom style for general Sessions and have at least 5 breakout rooms for PSO and 5 breakout rooms for EST. The breakout rooms must be able to accommodate up to 40 people each (set in rounds), All rooms (General Session and Breakouts) should be set with #2 fead pencils and water service. The site selected must not be more than a 45 minute commute Amtrak station and airport and should be able to provide the nearen to/from airport and hotel. All proposals received must include an explanation of shuttle transportation available and indicate additional cost. Proposals must also include costs for parking, if any The specific meeting requirements are as follows: EST DAY 1 -A Registration area with a telephone and five (5) six foot skirted dtables and chairs. Lunch available to accommodate a flow of registrants from 11:30 am. until 2:00p.m. for up to 200 people (this will be separate from the PSO lunch). A General Session room set classroom style for up to 200 people; audio-visual needs may include a large projection screen, a two shelfraudio visual cart, a podium, a microphone, a VCR, a shide projector and five (5) Thpcharts. An afternoon break with beverage and light snack. Five (5) breakout rooms with two (2) flipcharts four (4) 100ms set up to accommodate up to 50 people each and one (1) room set up to accommodate 15 people. Dinner in the evening for up to 200 people with a podium and two (2) microphones. For participants arriving before check-in, an area should be designated for luggage storage. EST DAY 2 Het breakfast for up to 200 people. A general session room in the morning, set classroom style for up to 200 people. Audio-visual needs will be the same as EST Day I. A mid-morning break with beverage and light snacke lunch for up to 200 people with a podium and microphone. In the afternoon, up to five, (5) breakout rooms set in rounds, to accommodate up to 40 people each. The rooms should be available until 8:00 p., and have two (2) flipcharts. An afternoon break with beverage and light snack, Dinner for up to 200 people. EST DAY. 3. Hot breakfast for up to 200 people. General Session
. ESC/PKOP, Services Branchi, Operational Contracting Division, 104 Barksdale St., Hanscom AFB, MA 01731-1806 Y SCHOOL BUS SERVICES FOR HANSCOM AFB, MA ELIGIBLE DEPENDENT HIGH SCHOOL STUDENTS SOL F19650-01-T-0054 DUE 083101 POC Laura Bridges, Contract Specialist, 781-377-6648 The Operational Contracting Division, Commercial Acquisitions Branch, Hanscom AFB, MA intends to issue a solicitation for a contractor to provide all personnel, supervision, and equipment to perform regular and late school transportation services for approximately 130 students who are military dependents on Hanscom Air Force Base (AFB) to attend the Bedford High School, Bedford, MA beginning 5 SEP 2001, thru 30 SEP 02 with a one-year option periods. The Contractor shall supply'all vehicles required for the performance of the services described within these specifications. All vehicles to be supplied must meet or exceed the requirements specified herein for the entire contract term. The contractor will also provide organizational maintenance and parts, periodic inspections, and fuel. The actual projected need for these services and specific route information will be provided in the solicitation/contract. The award will be made in accordance with FAR Part 12, Commercial Items, as supplemented with additional information included in the solicitation. The solicitation for this project will only be available at the following internet address: http:// www.herbb.hanscom.at.mil. All quotations in-response to the solicitation shall be received at ESC/PKOP, Attn: Laura Bridges, 20 Schilling Circle, Hanscom AFB, MA 01731, not later than 2:00 PM on 31 Aug 01. POC: Laura Bridges, E-mail: , Phone: (781) 3776648. http://www.herbb, hanscom.al.mil ESC Business Opportunities Web Page laura Click Here to E-mail the POC (D-239 SNSOWOJ2)
at 513/487-2003 or bzdusek . Telephone requests will not be honored. All responsible sources will be considered by the Agency. http://www.epa.gov/oam/cinn_cmd Office of Acquisition Management-Cincinnati Contracts Management Division bzdusek [email protected] gov U.S. EPA-Cincinnati Contracts Management Division (W-239 SN50V923)
room and five (5) breakout rooms set in the same style as the previous day. A mid-morning break with beverage and tight snack. Lunch for up to 200 people, with a podium and microphone. PSO DAY 1. A registration area with a telephone and five (5) six foot tables and chairs. Lunch to accommodate a flow of registrants from 11:30 am. until 2:00p.m. for up to 200 people. A General Session room set classroom style for up to 200 people Audio-visual needs may include a large projection screen, a two-shelf audio-visual cart, a podium, a microphone, a VCR, a slide projector and live (5) flipcharts. An afternoon break with beverage and light snack. Also that afternoon, up to five (5) breakout rooms set to accommodate up to 40 people each. Each room should be available until 8:00 pm and have two (2) Flipcharts. Dinner for up to 200 people. For participants arriving before check-in, an area should be designated for luggage storage. PSO DAY 2 Hot breakfast for up to 200 people. A general session room in the morning, set classroom style for up to 200 people. Audio-visual needs, the same as PSO Day 1. A mid-morning break, with beverage and light snack. Lunch available to accommodate up to 200 people. In the afternoon, up to five (5) breakout rooms set to accommodate up to 40 people each. Each room shold be available until 8:00p.m. and have two (2) flipcharts. An atter noon break with beverage and light snack. Dinner for up to 200 people with a podium and two (2) microphones. PSO Day 3 Hot breakfast for up to 200 people. Up to five (5) breakout rooms, set in the same style as the previous day. A mid-morning break with beverage and light snack. Lunch for up to 200 people with a podium and microphone. Bid proposals MUST include the following information to be considered. I per night sleeping room rate for single and double occupancy. 2. Cost PER PERSON for all catering. Our status is a federal government corporation 3. Charges for meeting space and audio-visual equipment (including flipcharts) 4. A description of the shuttle service available and any costs associated with shuttle transportation and parking. The solicitation number if 01-AT-0004 and is issued as a Request for Quotation (RFQ). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727. the NAICS Code for this requirement is 721110 and the small business size standard is $5M. The provisions at 522121, Instructions to OfferorsCommercial, applies to this acquisition Offeror must include a completed copy of the provision at 52-212.3, Offeror Representations and Certifications-Commercial Items with its offer. This is a best value procurement and evaluation of offers will be based on quality, past performance and price. The clause 52212-4. Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to implement Statues or Executive Orders-Commercial items applies to this acquisition. The following clauses listed in 52.212-5(b) and (c) are included by reference: 52-222-21; 52.222-22; 52-222 23; 52.222-41; 52-225-3; and 52-232-34. Proposals must be submitted in writing, signed by a person authorized to negotiate on behalf of the proposer with the Government and sent to the address in this announcement. Bids should be submitted to: Damon Bolden, Corporation for National Service, Atlantic Cluster Training, 1201 New York Avenue, Room 9100B Washington, D. C 20525 Phone (202) 606-5000 Ext 581(voice) (202) 565-2789 (Fax)no later thatn September 15, 2001. Only facilities within the metropolitan Philadelphia, Pa area need apply. Contract award is subject to availability of funds dbolden@cns gov (W-239 SN50V9Y8)
Woodstock Job Corps Center, 10900 Old Court Rd, Woodstock, MD 21163 Y-UPGRADING BUILDING #5, TO INCLUDE, BUT NOT LIMITED TO DEMOLISHING, WALLS, PARTITIONS, PLMBING, PAINTING, FLOORING, FINISHES AND ELECTRICAL SOL 02 DUE 082901 POC Samir Farkoúh. 410-461-1100 ext 344 Adams and Associates, Inc., operating for the U.S. Department of Labor, The Woodstock Job Corps Career Development Center, a 500 student residential training facility located at 10900 Old Court Road, Woodstock, Maryland, is currently seeking written bids for upgrading Building #5 to become the M&E TECH Center. This project includes but is not limited to demolishing, constructing walls and partitions, plumbing, painting, flooring, finishes and electrical. A pre-bid confeerence and a walk-through will be held on Wednesday, August 29th, 2001 at 10:00 am. Since this is a federally operated center, a courtesy call is appreciated prior to attending. Sealed bids will be received no later than 5:00 pm, September 7, 2001. Adams and Associates reserves the right to reject any or all bids, waive formalities and select the bidder deemed most responsible. The funding for this project is from the US Department of Labor which approved these funds for use by the Woodstock Job Corps Career Development Center. Bidders should be aware of the requirements for federally funded project and act accordingly. For additional information, please contact Samir Farkoun at (410) 461-1100 ext. 344. http:cbdnet gpo.gov/ XXXX BrowDen (W-239 SN50W039)
the Construction of a new Army Reserve Training Center Compler and will consist of the following: A. A 1932 sm Training Building (USARO with brick veneer and a shingle roof, Functional spaces include adminstra five area, assembly and unit storage with loading dock facilities. Burkoan includes all work within the 1.5-meter line. 8. A 613.88 sm OMS AMSA Building with brick veneer and a shingle roof, Functional spaces include administrative, storage and three maintenance bays Building includes all work within the 1.5-meter line. 6. Site Work includes parking, sideries fencing, detention basin, landscaping, excavation, septic system, electrice water, fire hydrants and telephone. Work includes all work outside of the 1.5-meter lines around each building. The following will be open (1) Provide standing seam metal roof system in lieu of shingle roof system (2) Construct brick sign (x-1) with associated power service and inte scaping; (3) Provide infrared radiant heating system and all associates components in in heating system Provide operable partition win associated track and hardware Structura steel and partition support system to remain in the base price (5) Crane in OMS bldg with structural system to remain in the base bid; (6) Construct 46.08 sm. Unheated Storage Building, concrete slabs to support relocar. structures, associated sidewalks, fence, and power service, ) Construct 102mm thick asphalt pavement surfacing and striping for the * equipment lot. The aggregate sub-base, concrete pads, concrete aprees and lighting to remain in the base price; and (8) Construct bi-level concrete loading ramp. Proposals will be evaluated on (1) Experience (2) Past Performance; (3) Technical Management: (4) Socioeconomic Geais Sus contracting Plan); and (5) Price. Technical questions should be erected to David Anderson at (502) 315-6845. THIS IS AN UNRESTRICTED 280 CUREMENT. The estimated construction cost range is between $1,000 000 and $5,000,000 with an estimated construction duration of 330 days The NAICS Code for this procurement is 233320 (SIC Code 154]). This solicitation has an approximate issue date of 18 September 2001. THS PROJECT IS AVAILABLE ON COMPACT DISK (CD) ONLY. Project specification files are in Portable Document Format (PDF) and can be viewed, savigated, or printed using Adobe Acrobat Reader. The drawing files are in CAL format and can be viewed, navigated, or printed using Source View Reader Both readers are contained in the solicitation package. Minimum system requirements are: 486-based personal computer, Microsoft Windows !! or greater, 4MB application RAM, 4MB hard disk space, and concert disk drive. To request the CO for this project and to register as a plan holder go to Internet site http://www.Irt , usace.army.milebs and click on Solicitation DACA27-01-R-0024. Telephone requeststaxes WILL NOT the honored. This announcement serves as the Advance Notice for this post (W-239 SNSOWOA3)
Federal Aviation Administration, Contracts Branch, Eastern Rega. 1 Avaition Plaza, Jamaica, NY 11434-4809 RENOVATION FOR 2ND FLOOR OF THE CHESAPEAKE BAY STSTEN MGMT. OFFICES, LEESBURG, VA. SOL DTFA05-01-R-01551 DUE OSI41 POC Agapito C. Dadiz, Contracting Officer. (718) 553-3083 The Feters Aviation Administration (FAA) has a requirement to renovate 2nd fier of the Chesapeake Bay System Management Offices (CBSMO). Leesburg Virginia. This project consists of 5000 sq. ft. renovation of the second floor of the FAR work items including relocating wall partitions, instit Chesapeake Bay System Management Offices (CBSMC building with ing new.coof mounted heat pumps and modifying existing ductwock.com structing new office space at the second floor level in an existing oper stairwell, installing new carpeting, lighting, ceiling and replacing all as ing finishes, located at 821 East Market Street, Leesburg, Virginia The estimated price range for construction is between $150,000,000 $185,000.000.00. The request for offer (RFC) has been sent to the following pre-qualified companies: Sha-Nic, Inc., West Chester, PA., Hughes & SM Firfax, VA., and Howard Shockey & Sons, Inc., Winchester, VA Ciesing
Y Construction of Structures and Facilities
Federal Highway Administration, Central Federal Lands Highway Division (HPA-16), 555 Zang St., Room 259, Lakewood, CO 80228 Y-HIGHWAY CONSTRUCTION, NAVAJO NATIONAL MONUMENT, NAVAJO COUNTY, AZ SOL AZ PRA NAVA 10(1) DUE 101601 POC Lori Kliethermes (303)716-2015 or Brenda McGehee (303) 716-2080 THIS IS A MODIFICATION TO THE INITIAL NOTICE POSTED TO THE CBD ON AUGUST 21, 2001, BY ISSUE OF THIS MODIFICATION A DECISION ON WHETHER THIS WILL BE PURSUED AS A HUBZONE SMALL BUSINESS SET-ASIDE OR ON AN UNRESTRICTED BASIS WILL BE POSTED AS A MODIFICATION IN THE COMMERCE BUSINESS DAILY, INCLUDING CBDNET, ON AUGUST 31, 2001. This project will consist of asphalt surfacing on 0.8 kilometers of roadway for Navajo National Monument, in Navajo County, State of Arizona. Estimated price range is between $1,000,000 and $3,000,000. Principal work items. contractor testing;-950 metric tons minor not asphalt concrete: 8.000 m2 asphalt pavement milling; water system; 2 each Portland cement concrete wheelchair ramp: 15 hours major equipment operators (various), pavement markings, type A and pavement marking symbols along with associated surveying, staking, signing and traffic control. THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE SMALL BUSINESS SET-ASIDE. Prime Contractors who are HUB Zone small businesses and who intend to submit a bid for this solicitation MUST submit the following by e-mail to or by telefax to 303-969-5971 for receipt by close of business (4:30 p.m., MST) on August 28, 2001; (1) a positive statement of your intention to submit an bid for this solicitation as a Prime Contractor; (2) date of HUBZone small business certification; (3) statement of bonding capability, to include single and aggregate totals: and (4) listing of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with their phone numbers. All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUB Zone concerns. Failure to submit all information requested will result in a con tractor being considered "not interested in this solicitation. A decision on whether this will be pursued as a HUBZone small business set-aside or on an unrestricted basis will be posted as a modification in the Commerce Business Daily, including CBDNet on August 31, 2001. The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterpcises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontractor at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing the maximum line of credit is $500,000. For further information and applicable forms concerning the Bonding Assistance Program and/or the STLP. please call (800) 532-1169. www.cflbd, gov/edvpna/index.htm Information Regarding Upcoming Solicitation Opportunities Notification of interest in this solicitation including required information stated above, hubzore certified firms only (W-239 SN50W044)
16 USPFO for Texas, Attn: AGTX-SP, Bldg 66, PO Box 5218, Austin, TX 78763-5218 Y CONSTRUCT BASE SUPPLY/BCE COMPLEX, ELLINGTON FIELD, HOUSTON, TEXAS SOL DAHA41-01-8-0001 DUE 083001 POC Roger Lambert, 512-465-5504, email: roger [email protected] army.mil Amendment #3 to Solicitation Number DAHA41-01-B-0001 was issued to all planholders on 24 August 2001. The Bid Opening date has been extended to 2:00 PM Local Time on 30 August 2001. roger [email protected] ngb.army.mil click here to contact the contracting officer via e-mail (W-236 SN5OV9R5)
date of the Request for other is September 14, 2001. Anyone interese
in future projects of this kind, please send in your requests for Screen Information Requests (SIR). (W;239 SN50WOES)
Directorate of Contracting, Uniformed Services University of the MD 20814-4799 -CONSTRUCTION SERVICES SOL MDA905-01-2-0062 DUE 092401 POC David Travis, Contract Specialist, 301-295-3868, David Denton, Contracting Officer, 301-295-3068 The Uniformed Services University amends Announcement Number 50V 925 to include the date of the site visit to be held on September, 57.2001 at 10:00 A. M. All responsible sources may attend. (W-239 SN50V987)
* BLM, BC-670B, Bldg 50. Denver Federal Center, P.O. Box 25041, Benver, CO 80225-0047 3. Y-WILD RIVERS RECREATION RECONSTRUCTION SOL NDBO10113 DE 102301 POC Mike Siclair, Procurement Technician, Phone 303-236-4456 Contractor shall provide all labor, equipment, supplies and materials en cept for specified Government-furnished property, to construct sheeters restrooms, and other site work at Wild Rivers Recreation Area consisting of five (5) campgrounds. The work is located in Taos County, New Melos Estimated price range is between $250,000 and $500,000. Please submit written requests for solicitation to the above address or far request a (303) 236-9470; include name, address, phone no, and solicitation 2 All responsible sources may submit an offer which will be considered ***** (W-239 SN5OWOL4)
2 Maintenance, Repair or Alteration of Real Property
U.S. Environmental Protection Agency, 26 W. Martin Luther King Dr., Cincinnati, OH 45268 Y CONSTRUCTION OF FIRE PROTECTION SYSTEM, BOAT HOUSE, USEPA, NARRAGANSETT, RHODE ISLAND SOL PR-C1-01-12536 DUE 092501" POC James M. Bzdusek, Contracting Officer, 513/487-2003 The U.S. Environmental Protection Agency has a requirement for a Contractor to provide a Fire Sprinkler System in the Boat Storage Building at the USEPA, Narragansett, Rhode Island Laboratory located off of South Ferry Road. The work consists of the provision of a complete dry-type sprinkler system for the approximately 5,000 square foot Boat Storage Building. In addition, provision of a fire alarm system connected to the existing fire system in the adjacent Support Storage Building ALL WORK DONE IN ACCORDANCE WITH NFPA 13. A lim-fixed price contract is contemplated. The estimated price is less than $75,000.00. The solicitation will be issued on September 6. 2001 with a due date of September 25, 2001. THERE IS NO CHARGE FOR SOLICITATION DOCUMENTS Requests for the REP PR-C1-01-12536 should be telefaxed or e-mailed to James M Brdusek, Contracting Officer,
Department of Veterans Affairs, VA Pugal Sound Health Care System (663/900), 1660 S. Columbian Way, Seattle, WA 98108 Y-RENOVATE BUILDING 85 SOL 663-79-01 POC William W. Thompson 253 589 4027 The subject solicitation, Renovate Building 85 (SOL 66379-01) is cancelled and the request for bids is withdrawn as of this date (W-239 SNSOW054)
Bureau of Reclamation, PO Box 1017, Bismart, NO 58502-1011 2-COATING REGULATING GATES AND GATE FRAMES AT HEART BUTTE AND JAMESTOWN DAMS TO REPAIR CAVITATION AND CORROSION, SA 015062057D DUE 092101 POC Elaine Felchle (701)250-4242 1339 (Admin) or Duane Krogstad X3406 (Technical) Furnish all labor, imate and equipment necessary for surface preparation, frlhngtrebuilómg coating exposed items and surfaces or the regulating gates and exte frames at Heart Butte Dam and Jamestown Dam (North Dakota) Price components of the work include: (1) diverting upstream emergency seepage away from the areas to be filled/rebuilt and/or coated (2) ovat the surfaces to be repaired and maintaining the work area temperstart as specified by the coating product manutacturer: (3) sandblasting proximately 90 square feet of cast-iron gate and gate trame st Home Butte Dam and 200 square feet at Jamestown Dam to remove the as coal tar coating and prepare the surface for filling/rebuilding and courte ing; (4) filling/rebuilding approximately 4 square feet of deep
U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230 Y-CONSTRUCT FT A.P. WILL USARC/OMS/AMSA, VA SOL DACA27-01R-0024 DUE 101201 POC Contract Specialist Tom Dickert (502) 315. 6117: Technical POC-David Anderson (502) 315-6845 Project includes Page 13
15 Aircraft and Airframe Structural Components Contractor must be a MD Helicopter authorized repair station and hold and tailgate, with turk tires and wheel assy (front 20X100-10 4 ply reb) a FAA certificate to perform this work. Performance shall be for a base (rear 24X13-12 6 ply) turf tires, full hard cab, fear panel, glass doers, Defentse Supply Center Richmond, 8000 Jefferson Davis Highway, year plus four one-year options which shall be evaluated at time of award. and cab heater. See note #1. (W-239 SN50V929) A written Request a copy of the Request for Proposal may be faxed to Richmond, VA 23297-5000 15-SELECTOR SET, DIRECTIONAL CONTROL LINEAR SOL SPO475-01 214 905-5568. The due date is an anticipated date. The actual due date 28 Engines, Turbines and Components R-1868 DUE 100401 POC Jessie Jones/PUCQX 70/JUPA (804) 279-3314 will be cited on the solicitation. Note 26 (W-239 SNSOWOLI) PR No. YPG00229000302: This solicitation will contain 1 NSN for a Selector Defense Supply Center Columbus, P.O, Box 16704, DSCC-PU, Set, Directional Control Linear. This solicitation will be solicited for award 11 Aircraft Launching, Landing, and Ground Handling Columbus OH 43216-5010 of a firm fixed price contract. There is only one approved source Parker Equipment 28-LIFTING GEAR SOL SP0760-01-R-3267 DUE 101901 POC Point of Hannifin Cage 59211. The NSN, Part Number are as follows: 1650-01 Contact: Charles Pirrone; Phone: 614-692-2462; Fax: 614-692-4360 Little 140-3539, P/N3014036-1, 151 each, Delivery FOB: Origin, Inspection & Naval Air Warfare Center Aircraft Division, Contracts Department, Gear. YPC00259000119; NSN 2825-00-256-6600; P/N7545 E50622 Acceptance is origin. Delivery 365 daro. Specifications, Plans or Drawings Building 129-2, Highway 547, Lakehurst, NJ 08733-5083 (Dresser-Rand Co Cage OBR59). Product Verification Testing apple 2 related to the procurement described are not available and cannot be 11-COMMERCIAL COMPONENTS FOR AIRCRAFT WEIGHT INDICATOR Quantity of 2 each to be delivered to DOSP New Cumberland facility ESTE furnished by the Government. The final contract award decision may be SYSTEM SOL N68335-01-R-0359 DUE 091401 POC Joe Bolmarcich, Con New Cumberland, PA within 280 days after date of contract. This sechs based upon a combination of price, past performance, and other evaluation tract Specialist, 732-323-2533 The purpose of this CBD announcement tion is an RFP or IFB and will be available on the Internet at http: factors as described in the solicitation. The antifcipated issue date Sep is to amend CBD Submission No. 505702, dated 24 July 2001. The NAVAIR dibbs.dscccols.com/Rip on its issue date of 19 September 2001. Hard 04. 2001. In accordance with 10 U>S.C. 2304 (c) (). Other than Full website listed on CBD Submission No. 505702 is hereby changed to read copies of this solicitation are not available. Specifications, plans er dran. and Open Competition applies. It is anticipated that a letter solicitation http://contracts navair navy mil. Select "Solicitations from the Homepage. ings are not available. Proposed procurement contains a 100% apten will go to Parker-Hannifin against their Basic Ordering Agreement (BOA). If you have any problems downloading the Solicitation and/or attachments, for increased quantities. While price may be a significant factor in the 1 Apr Reference notes 22, 23 and 26. To request a copy of an RFP/IFB solicitation, please contact Contract Specialist Joe Bolmarcich at 732-323-2533. Fur evaluation of offers, the final award decision will be based upon a combinayou may call the "Request for R and B Hot Line" at (804) 279-3350: thermore, per Section C of the Solicitation, any interested vendor must tion of price, delivery, past performance and other evaluation factors as send a request by FAX to (804) 279-4165; or mail a request to : DSCR, contact the Contract Specialist in order to receive a copy of the Government described in the solicitation. See Note(s): 26. Bid Custodian, DSCR-JJC, 8000 Jefferson Davis Highway, Richmond, VA Drawings. For further information regarding this procurement, please see http://dibbs.dscccols.com/Rip DSCC Solicitations on the web (W-239 23297-5860 CBD Submission No. 505702, entitled "Commercial Components for Air SN50V9V6) http://www.dscr dia, mil DSCR Homepage craft Weight Indicator System." mil (W-239 SN50W066) http://contracts.navair navy mil click here to download RFP 29 Engine Accessories Bolmarcich @navair.navy.mil click here to contact Contract Specialist 16 Aircraft Components and Accessories (W-239 SN501'976) U.S. Army Tank-Automotive and Armaments Command, Acquisition Center (AMSTA-AQ-DE), Warren, MI 48397-5000 US Army Tank-Automotive and Armaments Command - Rock Headquarters, III Corps and Fort Hood Contracting Command, 29— RADIATOR ASSEMBLY SOL DAAE07-00-R-S166 DUE 092801 PX Islande TACOM-RI) Attn: AMSTA-CM-CR, Rock Island , IL 61299-* 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544 John Meisel (810) 574-6560 Item: Radiator Assembly NSN: 2930-01-1337630 5025 2143 Part No.: 11669165 Five Year Indefinite Quantity Type Form Feed 16-DISPENSER TEST ADAP SOL DAAE20-01-1-0393 POC Contract Spe- 17-PASSENGER STAIR, TRUCK MOUNTED OR SELF PROPELLED SOL Price solicitation Minimum QTY: 360 Maximum QTY: 4500 (only phatmyn cialist (309) 782-3946, Contracting Officer Adelaide 1. Tkatch (309) 782- DAKF48-Q-0110 DUE 091401 POC Leeann Burke, 254-287-5457 Purchase gty is guaranteed) F.O.B. Origin To view more of TACOM's acqustun 5315 Dispenser Test Adap qty of 20 for the M130 See Note 1 (W-239 of 2 each Truck Mounted (including Truck) or Self Propelled Passenger and awards website visit: http://www.tacom, ar my.mil/acqceu opaSNSOWOA7) Stairs. Proposed equipment must be white in color. Stairs must reach tunity.htm door sills up to 200 inches, hydraulically operated platform, platform hand http://contracting.tacom.army.mil/opportunity.htm Click here for mata Oc-Alc/Pkc Dir Of Contracting. 3001 Staff Dr Ste 1ag 76a, Tinker rail panels retract to clear air craft door swing, and aluminum handrails TACOM acquistions and awards Air Force Base Ok 73145-3015 and safety tread steps. The Government intends to conduct this acquisition Click here to contact the POC/buyer vide16AIRCRAFT COMPONENTS AND ACCESSORIES SOL F34601-01as a simplified acquisition for a commercial items in accordance with mail (W-236 SN50V 9N3) 03820-00 POC OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional FAR Parts 12 and 13. This acquisition is set aside 100% for small bu information contact Small Business Ofc/Bc/(405)000-0000 NSN 1660-01siness. The anticipated contract type is firm fixed price. The NAICS code 31 Bearings 052-0382 SHOULD BE 1650-01-052-0382 for this requirement is 421860. The applicable size standard is 100 emNo URL listed N/A ployees. The Request for Quotation (RFQ) will be available for download Defense Supply Center Richmond, 8000 Jetterson Davis Mighway, Richmond, VA 23297-5000 No E-mail Listed NA*****(-239 SN5OWOF 4) at http://ccmd hood.army. mil and on the Army Single Face to Industry 31 BEARINGS/SYNOPSIS SOL SPO441-01-R4217 DUE 101201 PIC RFQ is 4 Sep 01 with a closing time and date of 1500 hours on 14 Luanne Stamper/BZ117/804-279-6655/Contract Specialist: Debra Call "Joint Surveillance Target Attack Radar System (STARS) Program Sep 01 All responsible sources may submit a proposal that shall be consid 804-279-4368, Contracting Officer YPGO1228000660., NSN 3110-01 JO4 Office. Electronic Systems Center/ISK, 75 Vandenberg Drive, ered. Pros pective contractors must be registered in the DOD Central 7937. Bearing, Roller Cylindrical., Honeywell Intl Inc, Cage 70210, DEN Hanscom Air Force Base, Massachusetts 01730-2119 Contractor Registration (CCR), accessed via the Internet at http:// DWG 580274 Rev D. P/N 580274-1. Approved Sources MRC Bearings, Cafe 16–OINT TACTICAL INFORMATION DISTRIBUTION SYSTEM (ITIDS) www.ccr2000.com. See Note 1 38443., Timken, Cage 78118., Specifications, plans, or drawings relating TEST DEVICE SOL F19628-01-M-0039 DUE 100101 POC Lt Stephen Luke, http://acquisition army mil Army Single Face to Industry to the procurement described are not available and cannot be turated Program Manager, 781-377-7158; Altorria Harris, Contracting Officer, 781. Leeann mit Headquarters, Ill Corps and Fort Hood by the Government., PRLI 0001 Quantity 1395., UN EA, Required Dewer 371-3570 This announcement serves as notice to all potential offerors 228 Days ARO., Destination: Defense Distribution Depot Cherry Part, NC Contracting Command (D-239 SN50W096) that the Joint Surveillance Target Attack Radar System (STARS) Program (PTZ).. Other than full and open., More than one source. Unrestricted, Office, Electronic Systems Center/SK, 75 Vandenberg Drive, Hanscom Air 23 Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles The final contract award decision may be based upon a combinatie si Force Base, Massachusetts 01730-2119 anticipates release of Purchase price, past performance, and other evaluation factors as described Order F19628-01-M-0039 for the acquisition of one (1) TIDS Test Device the solicitation., FOB Destination with Inspection and Acceptance at Dex Madison County Transit, One Transit Way, P.D. Bon 7500, Granite UTD) Tactical Simulator and related services on 'or about 01 OCTOBER tination. Source Control Data., QAP BOI Applies., DMS Rating DO-ALA City, IL 62040-7500 On This acquisition will allow for the purchase of JTIDS Tactical Simulator, copy of the solicitation will be available via the DLA Procurement Catere 23-FB FOR SIX 2002 MODEL YEAR FIFTEEN-PASSENGER MODIFIED installation and training for use at the JSTARS Support and Training Sys at http://progate daps.mil/home or http://12.3.216.20/home on the su FACTORY VANS DUE 100501 POC LaVetta R. Berry (618) 874-7433 tem (STS) Center at Robins AFB, GA and will be awarded on a Purchase date cited in the REP. From the Gateway homepage, select "Seacht Invitation for Bids Notice is hereby given that the Madison County Transit from the left-hand sidebar. Then choose the RFP you wish to dowiat Order. Specific features and functions of the system. The JTIDS Test Device District (DISTRICT) will be receiving bids until 200 p.m., CDT Friday Octo- RFPs are in portable document format (PDF). To download and view the UTD) Tactical Simulator produces Link 16 scenarios for use at the Joint ber 5, 2001 for the purchase and delivery of six (6) 15-passenger modified documents you will need the latest tevision of Adobe Acrobat Reader Surveillance Tactical Airborne Radar System (STARS) Support and Train factory vans. All proposal forms and specifications are on file in the DIS- This software is available free at http://www.adobe.com. A papes can ing System (STS) at Robins AFB, GA. The equipment and software configu TRICT administrative office and are available for inspection during normal of this solicitation will be available to requesters. The solicitatien estat ration must be identical or backward compatible with JTD Version 2.13 business hours. Specifications, forms, and the terms and conditions for date is: 12 September 2001. that is currently in use at the Joint STARS Mission Support Facility. The bidding may be obtained from Ms. Lavetta Berry, DISTRICT administrative www.dscr.dla mil DSCR Homepage (W-239 SN501917) system must interface to either a JTIDS Class 2 Terminal (E8) or the office, (618) 874-7433. Fax (618) 797-7547. A pre-bid conference is schedJoint STARS host software. The message catalogue baseline must include uled for Tuesday, September 11, 2001 at 1000 A.M., CDT, at the address Commander, U. S. Army Aviation & Missile Command, Acquisition the joint STARS unique J28 messages and also be adaptable by the User below. The right is reserved to accept any bid or any part or parts thereof Center, Buiding 5303, Redstone Arsenal, AL 35898-5280 for any catalogue baseline or set of Interface Change Proposals. The sysor to reject any and all bids. Acceptance of any bid is subject to concur- 31 --BEARING, ROLLER, AIRCRAFT SOL DAAH2301T 1066 DUE 2017 ! tem must be capable of porting the message catalogue databases, sce rence by the Illinois Department of Transportation (IDOT)and the U. S. POC James Lang. Contracting Officer, 256-955-9226, Fax Number *** narios and data files from the existing JTDS Test Device for use, terminal Department of Transportation (DOT). Any contract resulting from these 955-9220 PRON: AXIF5344AX, NSN 3110-01-172-6499 , PN? emulation, host emulation, and data recording. The contractor must com bids is subject to financial assistance contracts between the DISTRICT 113100073, Quantity: 102 each, applicable to the APACHE.F.O.B. Dests and the United States Department of Transportation, and the Illinois Demit to deliver the system within 30 days ARO if requested by the Govern tion with delivery to Texarkana, TX. This item is restricted to Timer ment. The contractor must install the system and provide comprehensive partment of Transportation. Contractor will be required to comply with Aerospace, 336 Mechanic Street, Lebanon, NH 03766, Rollway Ban all applicable Equal Employment Opportunity laws and regulations. Mantraining for up to ten (10) operators at Robins AFB. In addition, this Corp., 7600 Morgan Road, Liverpool, NY 13090-3433, MP8 Corporaties aging Director Madison County Transit District One Transit Way P. O. Timken Aerospace and Super. Precision, 7 Optical Ave., Post Office for acquisition will follow the procedures in FAR Part 12 Acquisition of ComBox 7500 Granite City, Illinois 62040-7500 Telephone (618) 874-7433 547, Keene , NH 0343L, and McDonnell Douglas Helicopter Company , Sot mercial items and associated supplements and utilize sole-source in comFax (618) 797-7547 East McDowell Road, Mesa, AZ 85215-9797. Required delivery is 102 € petitive procedures. Contractors are reminded and cautioned that only Lavetta R. Berry or Michael Owens (W-236 SN50V950) 180 DACA. The closing date annotated is an estimated date and Contracting Officers are legally authorized to commit the Government be adjusted dependent upon the date of release of solicitation, berpen Address all questions to the Program Manager, Lt Stephen Luke at (781) solicitation . All offee 371.7158 of the Contracting Officer, Ms. Allorria Harris at (781) 371. Department of the Treasury, Bureau of Alcohol, Tobacco and must meet prequalification requirements in order to be eligible for astra 3570 The Government requests the offeror's proposal remains effective Firearms, Acquisition Division, Room 3290, 650 Massachusetts This part must be acquired from a manufacturing source specified for 45 days following receipt by the Government. This announcement is Ave., NW, Washington, DC 20226 a source control or selected item drawing as defined by the current werden 23_INTERIOR CONVERSIONS FOR GMC VAN VEHICLES MODEL 3500 not a RFP nor should be construed as a commitment by the Government of DoD-STD-100. Firms that recognize and can produce the required lan SOL 190200000105 DUE 090401 Jim Huff PH# 202 927-7721 Reference NA NA described above are encouraged to identify themselves . Fums are care to solicitation # 190200 000105 the close date has been extended until stephen , mil Click Here to E-mail the POC (D-239 aged to seek source approval in order to compete for lutare solicitate 9/4/01 at 3:00 PM EDT. (W-239 SNSOV908) by accessing the website www.redstone.army milcmo/and looking and SAR information. Adequate technical data is not available for this pas Department of Veterans Affairs Medical Center, Highway 6 West, tion. Foreign firms are reminded that all requests for solicitation lowa City, IA 52246 be processed through their respective embassies. All responsible source 23_DIRT HAULER SOL RFQ 636A8-50-01 DUE 090601 POC Don may submit an offer which shall be considered by the Agency, No telpur Watkinson and 319-339-7181 The Department of Veterans Affairs Medical requests will be accepted. You may FAX or mail your request ATIN ANSA Center intends to conduct a sole source negotiations with To State Compa- AC-LS-A, James Lang, Contracting Officer , 256-955-9226, fa un 256-955-9220. NOTES 23 and 26 (W-239 N5OWOB2) nies to purchase (3)4300 Workman L.C. diesel 4X4 full flatbed with sides
U.S. Department of Justice, Immigration & Naturalization Servica, 1701 N. Stemmons Freeway (ACDCAP), Dallas, Texas 75247 18 OVERHAUL/REPAIR MAIN ROTOR TRANSMISSIONS FOR OMBA SOL ACO-1-R-0018 DUE 103101 POC Cheryl Aldridge 214 905-5392 X 1 fax 214 905-5568 The Immigration and Naturalization Service, Dallas, Texas, has a requirement to purchase, overhaul or repair part number 369A5400701 main rotor transmissions for government owned OH-6A helicopters. Page 14
72701 POC Contracting Officer-Robert Beaty, Contracting Officer, (202). www.ccr 2000.com. If a change occurs in this requirement, only those 13-8753 The Department of Veterans Affairs (VA) intends to award mul- offerors that respond to this announcement within the required time frame 95 Metal Bars, Sheets and Shapes ble indefinite delivery/indefinite quantity contracts for the acquisition will be provided any changes/amendments and considered for future dis information technology resources Department wide. This requirement cussions and/or award. Quotations may be faxed or e-mailed to Ron Smith, United Status Special Operations Command, Directorate of cludes both tease and purchase options for equipment. This contract FAX 812-854-3762, e-mail address . Complete Procurement (SOAL-KB), 2418 Florida Keys Ave., MacDill AFB, FL Il be a follow-on contract to the current Procurement of Computer Hard- mailing address is Mr. Ron Smith, Code 1162N2 Bldg. 2521, # 33621-5316 we and Software (PCHS) Contracts. Dissemination of the solicitation NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. 95- PARACHUTE WASH TANKS SOL USZA22-01-1-0005 DUE 090701 Ickage shall be by electronic mean's only. The sohcitation documents All required information must be received on or before 12:00 PM Eastern POC John Hayes Contract Specialist (813) 828-6038 FAX 7504 The previous r this requirement are in Microsoft Word 2000 and Microsoft Excel 2000 Standard Time. See Note 26. Our mission is to provide quality and respon- CBD anoucement for the Parachute Wash Tanks, which was posted 23 rmat and can be found for download at WEBSITE-ADDRESS No hard sive acquisition services for this Command. In an effort to continue to Aug 01 and appeared in the printed edition on 27 Aug 01, is hereby pies of the solicitation will be provided. It is the policy of the Government improve our services, we are conducting a survey of our vendors. This modified: Specifically, the sentence "A low bid fincluding transportation d the Department of Veterans Affairs (VA) to provide maximum prac- survey may be found on the World Wide Web at the following address: charges ) evaluation will be held" is revised to read the Government able contracting and subcontracting opportunities in its acquisitions http://www.crane navy.mil/supplyNendor Survey htm. Your comments will will award a contract resulting from this solicitation to the responsible Small Business (SB), Small Disadvantaged Business (SDB, including help us determine if we are accomplishing this and show us ways to offeron whose offer conforming to the solicitation will be most advanA 8(a) firms), Women-Owned Small Business (WOSB), Historically Under improve our processes. Please consider taking the time to complete the tageous to the Government, price and other factors considered. Additional ilized Business (HUBZone) Small Business Service-Disabled Veteran- survey evaluation guidance is contained in the RFQ.” Also, the SIC code is changed ined Small Business (SCDAV), and Veteran-Owned Small Business http://www.crane.navy.mil/supply/announce htm Chick here to review from 1761 to 3444. OSB) concerns. While this opportunity does not contain a set-aside for Crane Division Acquisition Department Homepage. Click here to contact the contract specialist (W.: 624 jall businesses, preference, as described in the solicitation documents, smith__'g@crane navy.mil Click here to contact the Purchasing Agent 239 SN50W010) Il be given to those firms which provide the greatest opportunities for via e-mail. (W-239 SN5OWOK 4) rticipation by these firms. Proposals for this requirement are due to 99 Miscellaneous contracting officer, Robert Beaty, Department of Veterans Affairs 810 84 Clothing, Individual Equipment and Insignia rmont Avenue 93A), Washington, DC 20420 by 3 00 PM EST, September 1. United States Department of the Interior, Bureau of Land ut ; 2001'1t you have any difficulty accessing the PCHS website, or Defense Supply Center Philadelphia, Attn: DSCP-CO, Building 6, Management, 324 South State Street, P.O. Box 45155, Salt Lake wnloading the documentation, please contact the contracting officer 700 Robbins Avenue, Philadelphia, PA 19111-5092 or by telephone at 202-273-8753. The Govern84_SHIRT, WOMAN'S, S/S, POLÝ/CTN, WHITE 3013, (NAVY) SOL SPOI00 City, Ut 84145-0155 99_SALT LAKE FIELD OFFICE AERIAL SEEDING SOL 1S0010053 DUE -:nt will not reimburse any expenses incurred in responding to this an 01-R-0058 POC Jeffrey Jaworski DSCP-CRDC 215-737-8614 Shirt, Wom- 091701 POC Hilary Price (801) 539-4180, Fax 1801) 539-4222'or Ray uncement Holmes (801) 539-4172 DESCRIPTION: Furnish labor, equipment, supplies, http://www.bos.oamm.va.gov/solicitation?number=101-35-01 RFP 101 16 Jan Ol, pattern date 15 May 97 NSN 8410-01-069-661 I series. This ti and materials, except for specified Government-furnished property to aer .-01 gov Robert Beaty (D-239 SNSOW095) Indefinite Delivery Type Contract (IDTC). The base year is for a minimum ial seed public land using aircraft. Project entails aerial seeding of 4,930 of 134,062 each and a maximum of 159,970 each. There will be two acres of 4 wildland fires in Northern Utah. 'LOCATION: Project areas are one year term options. Delivery Order 0001 will be for 44,302 each. There located in Box Elder and Utah Counties, Utah. ) General-Purpose Information Technology Equipment [email protected] gov will be approx. 9,000 each per month. The destination for delivery is the Click Here to Contact the Contracting Officer: * tential Sources Sought contractor's Bill & Hold location Production lead time is 120 days after via e-Mail (W-239 SNSOV 9X2) award. Evaluation Factors are Product Demonstration Models (2), ExperiDOC; Mountain Administrative Support Center; Acquisition ence/Past Performance, Manufacturing Plan Bill & Hold, Socioeconomic United States Department of the Interior, Bureau of Land Management Division; 325 Broadway MC3; Boulder, CO POC BJ considerations, DLA Mentoring Agreement, and Javits-Wagner O'Day Act Management 324 South State Street, P.O. Box 45155, Salt Lake Entity Proposal. The technical proposal should include all of the above City, UT 84145-0155 berts, Purchasing Agent, (303) 497-3799 or FAX (303) 497-3163 The mentioned evaluation factors at the time of closing. Enhanced labeling 99 SALT LAKE FIELD OFFICE 10,000 GALLON STAINLESS STEEL WATER • tional Oceanic & Ar mospheric Admin (NOAA/NESDIS) has a requirement and Packaging applies. If a specification pattern is needed a REQUEST TANK SOL JS0010048 DUE 091701 POC Hilary. Price, Contracting Officer 300 ea of LTO 100 g8 tape cartridges, Emtec/BASF brand only. Tech MUST BE MADE IN WRITING. To request a single size pattern and specifica- (801) 539-4180, Fax (801) 539-4222, Ray Holmes, Contracting Officer al merit as well as price will be used to evaluate offers As the technical tion FACSIMILE YOUR REQUEST TO: Jeffrey Jaworski, Contract Specialist (801) 539-4172 DESCRIPTION: Furnishing labor, equipment, supplies, and mit becomes more equal, price becomes a greater factor. Procurements at 215-737-2486. You MUST reference the solicitation number in your materials to fabricate and deliver a stainless steel water storage tank. der Simplified Acquisition Procedures ($25,000-$100,000) are set-aside fac similie, along with your complete mailing address, phone number, and LOCATION: Delivery site is at the BLM Muskrat Springs Fire Station, Tooele small business unless small business cannot meet the need at a rea point of contact. RFP ON GATEWAY TXT: Copies of this solicitation (when County, Utah nable price. Terms and Conditions and agency level protest procedures completed) can be found on the DLA' Procurement Gateway at http:// [email protected] gov Click Here to Contact the Contracting Officer n be found on website http: netsite esa doc.gov/oam/conops/ via E-Mail (W-239 SN5OV 9X5) the EFERENCE Hard copy in full text available from office address and REP's" from the left hand sidebar. You will need the latest version of one number listed in notice. All technical questions shall be addressed Adobe reader to view these documents. This software is available free John sfather at (303) 497-6404, These are the full specifications VA Medical Center (900), 2002 Holcombe Blvd., Houston, TX 77030– at http://www.adobe com d no bid package is available. Responses are due via fax or mail by 094298 [email protected] dla mil click here to contact the Contract Specialist via ptember 10, 2001 99-REPLACE AUTOMATED TRANSPORT SYSTEM SOL RFQ 580-19-01 vi e-mail (W-239 SN50W065) barbara NOAA; MASC ACQUISITIONS MANAGEMENT DUE 092401 POC Geneva Niles, (713) 794-7420 The Department of Vets. 239 SN50W093) erans Affairs has a requirement to replace an automated transport system 89 Subsistence (Food) (ATS), 2002 Holcombe Boulevard, Houston, Texas. The ATS is a materiel Containers, Packaging and Packing Supplies Federal Bureau of Prisons, P.O. Box 9999, East Arkona Road, delivery robotics system, which included automated guided vehicles Milan, MI 48160 (AGV's). Replacement shall include alt related components (ie, computers, Naval Surtace Warfare Center, Code 1163, 300 Highway 361, Crane, 89_BAKERY PRODUCTS SOL 41702-012 DUE 090501 POC Barbara software, interfaces, equipment, etc.) required to provide a completely 1 IN 47522-5001 Eschets at Modify section Viir to read. This is a firm functional ATS at this facility. The existing system consists of AGVS, em81_REFURBISHMENT OF CONTAINERS SOL N00164-01-0-0309 DUE fixed price contract. There is no guaranteed minimum; however, the max bedded wire guidepaths, central control system, remote-send-status pan11701 POC Mr. Ron Smith, Purchasing Agent, 812-854-1679, FAX 812imum may exceed the number of sessions required. All other terms & els, dedicated elevators, AGV battery charger stations, door controls, safety (4-3762, (Mr. S. Bingham, Contracting Officer) This is a combined syn- conditionis remain unchanged. ***** (W-239 SN5OV9U2) * controls, cart washer/dryer systems and various general purpose and diesis/solicitation for noncommercial supplies prepared in accordance with tary cart modules. Offerors will be required to provide commercially avail.. 2 format in FAR Subpart 13, as supplemented with additional information Federal Bureau of Prisons, P.O. Box 9999, East Arkona Road," ** able replacement equipment or modified commercial products that may luded in this notice. This announcement constitutes the only solicitation: Milan, MI 48160 use components of the existing system. Offerors may use components posals are being requested and a written solicitation will not be issued. 89_DAIRY PRODUCTS SOL 41702-011 DUE 090501 POC Barbara of the existing system or provide a completely new system with no reuse dicitation number N00164-01-2-0309 applies and is issued as a request Eschels, Modify section Vit to read: This is a firm fixed of existing components. The successful offeror either as manufactured i quotation (RFQ). The proposed contract is 100% set-aside for small or with modifications, should be able to transport the existing general price contract. There is no guaranteed minimum; however, the maximum siness concerns. This solicitation document and incorporated provisions purpose and dietary modules. However, if.competitive offers are submitted by may exceed the number of sessions required. All other terms & conditions Id clauses are those in effect through Federal Acquisition Circular 97- remain unchanged. (W-239 SN50V 9VO) using different modules, these shall be considered. The successful offeror r as well as DCN 20001 213. The North American Industry Classification shall make use of existing ATS elevators and will provide all interfaces stem (NAICS) Code is 332439 and the business size standard is 500 to make use of existing ATS controls. Offers will be addressed as perform-sit: Federal Bureau of Prisons, P.Q. Box 9999, East Arkona Road, ployees. This requirement is as follows: CLIN 0001 121 each ML25 Milan, MI 48160 ance based and will be evaluated using the following criteria: (a) total.," apon containers to be refurbished in accordance with statement of 89-FRESH EGGS SOC 41702-010 DUE 090501 POC Barbara Eschels , cost; (b) past projects/history; (c) flexibility of system software protocols ; nk Statement of work and drawings are available for downloading in [email protected]óp.gov Modify section Vi to read. This is a firm fixed price and interface capability; (d) ease of installation while leaving existing ** F Format via www. Delivery is required F.O.B. Destination within 120 contract. There is no guaranteed minimum; however, the maximum may system operational; (e) expandability/compressibility; 0). operation and ys after award. Final inspection will be at contractors facility. The gov- exceed the number of sessions required. All other terms & conditions maintenance ease and reliability; and (g) salety. A one-time site visit iment intends to award this action on a sole-source basis (see numbered remain unchanged. (W-239 SNSOV9V2) will be scheduled. Additional information on the site-visit will be included te 22) to Armor Metal Group, 1200 Clifty Drive, Madison, IN 47250 in the solicitation, Quotation packages will be available on or about August they and the government come to an agreement on all applicable terms 91 Fuels, Lubricants, Oils, and Waxes 30, 2001. Requests for a hard copy of the solicitation must be in writing id conditions. This includes, but is not limited to the government deter to the Contracting Officer, faxed requests accepted at 713/194-7869. All ning the price and price related factors to be fair and reasonable Federal Bureau of Prisons, P.O.Box 1999, East Askona Road, responsible sources may submit an offer than will be considered. (W-9 lection for award will be based on past performance, price and price- Milan, MI 48160 239 SN50V9Y2) lated factors. All responsible sources may submit a quote that will be 91-UNLEADED FUEL SOL 41702-014 DUE 090701 POC Barbara Eschels, nsidered by the Agency. A Firm-Fixed Price purchase order will be award- Modify section Viii to read; This is a firm fixed price Department of Veterans Affairs, VA Puget Sound Health Care using Simplified Acquisition Procedures. The following provisions and contract. There is no guaranteed minimum; however, the maximum may System (663/90C), 1660 S. Columbian Way, Seattle, WA 98108 vuses apply: 52.204-6, 52.207-4 {FILL-IN): 52 209-6; 52211-14 (DO- exceed the number of sessions required. All other terms & conditions 99 ANIMAL FEED AND BEDDING SOL 663-12-02 DUE 092001 POC GloE); 52.211-15; 52.213-4: 52.219-1 [FILL-IN); 52 219-6; 52.222-25 [FILL- remain unchanged. ** (W-239 SN50V9U6) ria D. Cahill (206) 764-2206 VAPSHCS has a requirement for the following l; 52.211-5; 52.211-1752.219-6; 52.222-21; 52.222-22; 52.232-23; estimated yearly quantities of animal feed and bedding: #5001 Purina 237-1; 52.232-2; 52.242-17: 52 243-1; 52 246-1; 52 246-16; 52.249. Defense Supply Center Richmond, BOOD Jefferson Davis Highway, Rodent Lab Chow, 50# bag. 250 bags: #5058 Purina Pico Vac Mouse 52.249-8; 52.253-1; 252.204-7001; 252.204-7003; 252 204-7004; Richmond, VA 23297-5000 Diet, 25# bag, 700 bags: #5025 Purina Guinera Pig Chow, 50# bags, 2.225-7000; 252.225-7001; 252 225-7002; 252.225-7009, 252.225. 91-HYDROELECTRIC DAM TURBINE OIL INITIATIVE SOL SPO450-01- 20 bags; #2349 Purina Sow Chow Complete, 50# bags. 60 bags; *3284 17; 252 225-7035; 252.225-7036; 252.225-7037; 252 227-2013; R-4056 DUE 103101 POC Buyer: Jeff West/804-279-5844ar-5061, Con- Northwest Pride, All-Sheep Feed, 50# bag, 80 bags: #9010 Alfalfa Cubes, 2.243-7001. Please provide your Commercial and Government Entity tracting Officer: Angelia Booker/804-279-3087 The required delivery in 50# bags, 80 bags: #9009 Plain White Sheep Salt, 15/4# bricks per case, AGE) code and Contractor Establishment Code (DUNS number), To be the initial announcement is changed io 45 days in lieu of 30 days Formal 10 cases; B-3A Teklad 21% Lab Dog Diet (W) 15K/22LBS/Bag, 20 bags: gible for award you must be properly registered in the Government's Source selection has also been removed from the initial announcement. #9004 Blue Mountain Canned Dog Food, 15 oz cans 24/cs 10 cases; ntral Contractor Registration (CCR). Offeror's may obtain information This solicitation is not available on the DSCR internet. #5326 Purina Lab Rabbit Diet Hi Fiber 50# bag, 150 bags: #15623 Anderson CCR registration and annual confirmation requirements by calling 1- [email protected] dia.mil Click here to contact the buyer via e-mail: (W-239 Pel-O-Cobs, Laboratory Grade, 40# bag, 150 bags: #15625 Anderson BedB-227-2423, or via the Internet @ http://ccr.disc dla mil or http://!!! SN50V9W8) 0-Cobs Combination, 40 lb. bag, 1600 cases. Alternative feed products Page 15
Draper, Contracting Officer, Email cdraper @desc.dla.mil. No telephone or provides a single element of the bi-directional exchange process, will be the best ever. The ALEW events will begin on : 11 Sep 01 ; requests for this solicitation package will be accepted. please feel free to give us feedback with what you could provide . with a Partnering with Industry day. This day will include speakers = http://desc.dla.mil/publicpages/alespc/forthood.cfm Click here to us. In addition, your company's ability to provide us any information from both private industry and the government. There will be a panel download a copy of the REP. or networking leads as to what partnering relationships and innovative of highly qualified individuals who will provide answers to an array ă.mil Click here to contact the office representative. approaches other organizations are implementing to this end would of questions from the audience. The day, will begin with Check-in (W-239 SN5OW025) be appreciated. Prospective offerors are invited to submit comments and a Continental Breakfast from 0715-0800. The morning sessions or questions to Deborah Glass via electronic transmission at will be filled with Government VIP speakers and tag team presentations . In responding, reference RF12-38175. Re by government and industry managers. The afternoon interactive sessions CANCELLATION SOLICITATION ON SITE FITNESS CENTER DIRECTOR sponses are due September 24, 2001 Respondents will not be notified will also include government and industry tag team presenters. Look Solicitation for NON-PERSONAL SERVICE- FITNESS CENTER DIRECTOR of the results of the review. Any questions regarding this announcement for the topics to be discussed in the next few weeks. Topics will is hereby CANCELLED. Reference Submission No. SOU9H9 dated August should be directed to the identified point of contact. This is a request be selected based on the availability of subject material and presenters. *14, 2001. Solicitation No. W9OHOF-1197-6002. (W-239 SNSOWO40) for information only and may be used for planning purposes. It does The partnership event will be followed by two days of continuing education not constitute a commitment, implied or otherwise, that Ames Research; opportunities on various subjects of acquisition and logistics for both 更多 Center will take procurement action in this particular matter. The WANNUAL NASNIPL SPACE SCIENCE SYMPOSIUM FOR SMALL BUSINESS industry and government personnel . The continuing education sessions Agency or The Government will not be responsible for any cost incurred ON OCTOBER 17, 2001 The Jet Propulsion Laboratory/California Institute will provide acquisition continuous learning for the government work in furnishing this information. Recipients are advised that any information force and will be presented on 12-13 Sep 01 at Hill AFB. Registration of Technology UPL/Caltech) operating under a prime contract with the provided shall be deemed to be furnished with unlimited rights, we National Aeronautics and Space Administration (NASA) invites the small for these classes will be open to all interested industry and government assume no liability for the disclosure, use, or reproduction of such personnel, with the registration form located on the Ogden Air Logistics business community to the "7th ANNUAL NASA/JPL SPACE SCIENCE data. Although all comments received will be carefully reviewed and SYMPOSIUM" at NASA Headquarters in Washington, D.C. FOCUS: Both Acquisition Support Team Home Page. http://contracting. Hill.al.mil/HTMU considered for inclusion in a later action, the initiators of this request asd/acquinfo/AQweek2001.htm There is a one-time fee for the entire NASA and JPL are committed to doing business with high-tech, small make no commitment to include any particular recommendations. If day on 11 Sep 01 which will include a Continental Breakfast, a buffet businesses and seek to expand their respective supplier base for present issued, a formal request will take precedence over this document. lunch, and a snack in the afternoon. There will be no fee for the and future technical requirements. The Symposium is an interactive http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=21#RF12- continuing education events. As soon as the schedule of events and and informative session highlighting the Agency and JPL's Space Science more details have been worked out, the agenda and price for the and Earth Science related programs and initiatives to potentjal high, 38125 click here for the latest information about this notice tech, small business suppliers. TENTATIVE AGENDA: * Introduction to [email protected] partnership day will be announced. Mark your calendars for "11-12 13 Sep and watch for additional details. If you need further information, NASA and JPL * Overview of NASA Enterprises * Overview of Technical programs-in-the areas of Space Science, Earth Science, Biological - GRANT ADMINISTRATION In 1972, the U. S. Department of Interior, please contact Kathy Mannning, 801-777-4453. and Physical Research and Solar System Exploration * Small Business Bureau of Indian Affairs (BIA), began a contractual effort which was http://contracting hill.af.mil/HTMUasd/acquinfo/AQweek2001.htm Click Initiatives and Opportunities. * HOW DO I REGISTER? There is no te designed to provide financial assistance to American Indian and Alaskan here to obtain/view a solicitation to attend. Pre-registration is highly recommended, as space is limited Native students pursuing degiees at the graduate level . To support Kathy. , Mil Click Here to E-mail Buyer***** U-239 SNSOWOGI) 10.250 people. To pre-register, please forward the following information the Special Higher Education Program (SHEP) and a companion program ) Company (3) Mailing address) for law students, the BIA issued two contracts to two different vendors Telephone number; (5) FAX number; (6) E-mail address; (7) Company to administer the programs. Congressional support for the two programs NOTICE OF CONTRACT AWARD The Optical Research Equipment solicitastatus (i.e., small business, small minority-owned business, woman- remained high during the 1970's and 1980's. In the mid-1980's, the tion was awarded to LKC Technologies Inc. Contract Award amount: owned business, etc.); (8) and a brief description (20 words or less) Congressional mandated funding by individual line items was consolidated of your company's technical capabilities to and SHEP began to cover both graduate level education and law programs. $12,600. Contract No. 841622-01-M-3082 no later than October 1, 2001: If you prefer a Registration Form Since the consolidation, SHEP has provided Congressionally mandated http://sarah.brooks.al.mil/Sarah/viewsol.asp?ID=ORE ORE Sarah please make your request directly to Mary Helen Ruiz at the above funding in excess of $1,000,000 per year to provide financial assistance Website e-mail address. WEB SITE The official Symposium web site is currently to American Indian and Alaskan Native students pursuing degrees at Lt Benjamin Sherrill (D-239 SN5OWOG8) under construction; however, further details will be posted in the near the graduate level. The objective of this program was and continues future. to be providing financial assistance to eligible American Indian and ARMY WORLD WIDE CONFERENCE AND TECHNOLOGY EXPO AWIC (9/ http://acquisition.jpt.nasa.gov/boo/conferences.htm Conferences Alaskan Native students pursuing degrees at the graduate level. The 12-9/13/01) [t. Huachuca will be the host for The Army Worldwide Pre-registration (W-239 SNSOWO47) specific purpose of this contract is to provide professional administration of SHEP so as to benefit the maximum number of eligible Američan Intelligence Conference (AWIC) on Wednesday-Thursday, September 12Indian and Alaskan Native students. The American Indian Graduate 13, 2001. AWIC has sought out the services of NCSI to produce, a 101811M749, NOTICE OF INTENI TO ISSUE A SINGLE SOURCE AWARD large scale, high-quality technology exposition. This event is promoted Center (AIGC) shall furnish the necessary personnel, materials, equipment, TO DUCKS UNLIMITED, INC. 101811M749, The U.S. Fish and Wildlife to over 400 conterence attendees, Top-Brass, General level attendees services, and facilities to perform the following: The AIGC shall provide as well as personnel from Ft Huachuca. This event is expected to Service intends to award a single source purchase order to Ducks comprehensive services to eligible applicants upon their acceptance *** Unlimited. Inc in Rancho Cordova , CA in a goste sbare elfort for the see higher than average volume as well as highly ranked attendees. and enrollment in, and leading to the successful completion of, graduate Home Creek fish passage/screening project to protect "migrating fish, level programs. The AIGC shall administer the graduate fellowship grants Army Intelligence personnel will be coming from around the world ** Home Creek is the stronghold for the Catlow,Valley Great Basin interior for this conference. The Conference and Technology Exposition is expected to eligible students. Administration sball include all activities related Redband Trout. Ducks Unlimited is a non-profit partner. If you wish to draw media coverage due to the size and events occurring on to receiving and evaluation of applications, determining awardees, comfurther base. A sample of the technologies requested include, but are not information contact Kathy Haluchak at limited to: Internet, HTML, World Wide Web, Business Re-Engineering, . (W-239 SNSOW057) AIGC shall establish and maintain contact with the applicants' respective SGML, Intranet, Virtual Reality, Internet Solutions, NITF, Multi-media, institutions for the purpose the administration of the contract objectives.' Software Tools, Real Time, Imaging, Data Storage, Workstations, internet The AIGC shall establish and maintain information going back at least 0-BI-DIRECTIONAL EXCHANGE INFORMATION AND METHODOLOGY Security, Electronic.Forms, Desktop Video, Office Automation, Presentation, five (5) years that will provide the number of fellows that have been THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE IT IS A REQUEST funded by SHEP. The AIGC will collect data from existing files on Systems Web Applications, Client/Server Software, Electronic Publishing, FOR INFORMATION (RFA) for Bi-Directional Exchange Information and Computing Tools, Desktop Collaboration, Teleconferencing & Hardware. the number of graduates that have been awarded, field of study, Methodology. NO SOLICITATION EXISTS, THEREFORE, DO NOT REQUEST Don't miss this unique opportunity to showcase your technologies/services A COPY OF THE SOLICITATION. TIf a solicitation is released, it will type of degree, school atfended, number of bar exams—passed & to the Army's highest level personnel! For more information about be synopsized in the CBD and on the NASA Acquisition Internet Service referrals for employment and other reports needed to maintain adequate exhibiting at this conference, please contact Marcy Pratt at 888-603*** (NAIS) Business Opportunities page. It is the potential offerors' responsi records. 'The AIGO shall use. MS/DOS or compatible software which 8899 ext. 218, or via e-mail: . bility to monitor these cites for the release of any solicitation or shall be designated by the Bureau to ensure compatibility with the www.nc sievents.com National Conference Services, Inc. synopsis. The National Aeronautics and Space Administration/Ames ReBureau's system for storing collected data. The AIGC shall provide Marcy Pratt (W-239 SNSOWO69) Search Center is currently researching potential business solutions for student support services and related activities that will aid fellows the Bi-Directional exchange of contractual information. Specifically, NASA in the completion of their degree programs. This shall include but is exploring the capability to conduct cleotronic, commerce (EC), using ARMY WORLD WIDE CONFERENCE AND TECHNOLOGY EXPO RAF not be limited to assisting with problems at their college, recommending existing desktop, commercial-off-the-shelf (COTS) software, and/or web, Croughton/422nd Air Base Squadron, located in Croughton, England, tutorial assistance when needed, and providing advise regarding academic based/web-enabled applications. EC in this context is the ability to will be hosting an on-site technology exposition on Monday, September and financial questions. Since SHEP is a national-program, AIGC support receive proposals of various sizes from vendors electronically , and send/ 10, 2001, from 10 AM 2 PM. The expo is designed to give base services by their very nature will be required to be provided by telephone, issue resulting contract awards, as well as conduct subsequent bi-, personnel the opportunity to view and learn more about the latest correspondence, newsletters, workshops, and regional and national meetdirectional contract modifications and contract administration tasks. in Information Technology products and services. A sample of appropriate ing. The AIGC shall establish and maintain a data base on all fellows Proposals are submitted using a government-designated form. Any pro technologies include: Network security, Hardware, Software, Deployable who graduate. This data will provide statistical information that will posed tool must create a package of forms and documents (any binary Equipment, Business Presentation Systems, Servers, Network Storage, files) that can be secured from tampering after being signed help evaluate the efficiency and effectiveness of SHEP. This data base Digital Technology, Internet Security, Data Encryption, and Data Manageshall be formatted and shall use MS/DOS or compatible software which to be ment. Exhibit opportunities are available and are open to all technologies. shall be designated by the Bureau to ensure compatibility with the exchanged electronically, legally sustainable and provide assurance that: Don't miss this opportunity to meet face to face with top Government 1) the person/entity exchanging the information is in fact who they storing personnel. For more information on exhibiting contact Marcy Pratt at financial assistance to tellows who take the bar examination following are representing themselves to be 2) the information exchanged can 301-596-8899 or . their date of graduation. SHEP support for fellows who are preparing only be received by the person/entify for whom the information is to take the bar examination shall be limited to one calendar year www.ncsievents.com National Conference Services, Inc., intended, and 3) the information has not been changed since moving from date of graduation and shall be for only one Bar Examination Marcy Pratt (W-239 SN5OWOHO) signature software is one method (i.e, only for one state). Past experience is paramount in being able Suokassurances. Proposed to, pecform this contract. The Bureau of Indian Affairs, Department ARMY WORLD WIDE CONFERENCE AND TECHNOLOGY EXPO RAF the various email and web-based systems and may tools to receive electronic proposals must consacrenclude walions of of Interior intends to award this contract to the American Indian a document Lakenheath/48th Fighter Wing, located in Lakenheath, England, will posting system. Also, such electronic proposals must be able to be Graduate Center. This, a Buy Indian Set-Aside and Sole Source 22. be hosting an on-site technology exposition on Thursday, September transported securely to a secure location accessible only to the government Click here to contact the Contracting Officer 13, 2001, from 10 AM 2 PM. The expo is designed to give base buyer. These tools should be able to support the electronic issuance via e-mail (W-239 SNSOWODO). personnel the opportunity to view and learn more about the latest of contract awards, contract modifications, Task Orders and Other procurga in Information Technology products and services. A sample of appropriate ment-related documents. All of these documents jovólve government ACQUISITION LOGISTICS EXCELLENCE WEEK Planning for the 2001 technologies include: Network security, Hardware, Software, Deployable forms. Most would have attachments to the form All should be able Acquistion and Logistics Excellence Week (ALEW) is underway for the Equipment, Business Presentation Systems, Servers, Network Storage, to be exchanged electronically as described above, Implementation, at Ogden Air Logistics Center. The purpose for this event is to strengthen Digital Technology, Internet Security, Data Encryption, and Data Manageall Centers is important to NASA. Therefore, topls should be able the partnership between government and private industry while providing ment. Exhibit opportunities are available and are open to all technologies. to be easily introduced and implemented across the Agency: Tools guidance and insight into the evolving government acquisition and Don't miss this opportunity to meet face to face with top Government must be easily utilized, at no or little costs to the extent necessary logistics excellence initiatives. The Air Force theme for this year is personnel. For more information on exhibiting contact Marcy Pratt at by vendors submitting proposals to NASA. NASA/ARC is most interested "From Acquisition Reform to Acquisition Excellence". The events and 301-596-8899 or . topics should prove to be very informative for private industries, as www.nc sievents.com National Conference Services, Inc.'s in this matter. Even if your company' only distributes the product, well as government personnel. It is expected the involvement this year Marcy Pratt (W-239 SNSOWOHI) Page 16
dcopt The Defense Intormation Technology Contracting Organization Channels-Voice Data (Standard), 5 ea D-channels-Voice/Data (Standard); circuits and trunking equipment provide demand maintenance/repair (DITCO) contracts for dong haul telecommunications Services with regu- 900 ea telephone numbers for voice/data and digital data inward/ to correct customer generated trouble calls located within the Private lated and non-regulated service providers and Us International Carriers 2 way; 25 ea end used common line (EUCL); 25 ea telecommunications Branch |