- Custom FedBizOpps Postings Service

======================================
Custom EPS Postings for Your Company Name
======================================
Issue Date: Nov 18, 2005
======================================
Copyright © 2006, Business Data Services
All Rights Reserved
======================================
719.395.1168 - bizdata@ix.netcom.com
======================================
On the Web at: http://FedBizOppsSearches.com
======================================
PRESOLICITATION NOTICES
======================================
A - Research and Development
======================================
NAICS Code: 541710
Department of the Air Force, Air Force Materiel
Command, AFOSR - Air Force Office of Scientific
Research, 875 North Randolph Street Suite 325, Room
3112, Arlington, VA, 22203-1954
SUBJECT: A -- Test and Evaluation Research
Program
SOLICITATION:
Reference-Number-AFOSRBAA2006-02
RESP DATE: 01/05/06
CONTACT: John Schmisseur, Dr, Phone
703-696-6962, Email john.schmisseur@afosr.af.mil Kathy Wetherell, Contracting Officer, Phone 703
696-9738, Fax 703 696-9733, Email
kathy.wetherell@afosr.af.mil
DESC: The Air Force Office of Scientific Research
(AFOSR) in cooperation with Arnold Engineering
Development Center (AEDC), Air Force Flight Test
Center (AFFTC) and Air Armament Center
(AAC)seeking proposals for the Test and Evaluation
(T&E) Research Program. This program is described
in the document entitled Broad Agency
Announcement 2006-2. This document will guide
proposers through the research program and facilitate
their preparation of research proposals. It is available
on the AFOSR web site at http://www.afosr.af.mil/. All
pertinent information, including contact persons,
evaluation criteria, and details on specific areas of
interest, is discussed in the Broad Agency
Announcement 2006-2. Before sending a proposal,
inquire if someone at AFOSR is interested in your
field of work. That person can also provide guidance
for preparing a proposal before you begin to develop
the proposal. Additional information and guidance on
format and proposal submittal may be found in
AFOSR Pamphlet, "Proposer's Guide to AFOSR's
Research Programs". This pamphlet is also available
on the AFOSR web site. See Numbered Note 26.
URL:
http://www.fbo.gov/spg/USAF/AFMC/AFOSR/Refere
nce-Number-AFOSRBAA2006-02/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 541710
Department of the Air Force, Air Force Space
Command, SMC - Space and Missiles System Center,
2420 Vela Way, Suite 1467, El Segundo, CA,
90245-4659
SUBJECT: A -- GPS CONTROL SEGMENT (OCX)
SOLICITATION: FA8807-06-R-0002
RESP DATE: 11/23/06
CONTACT: Dwight Taeza, Contract Negotiator,
Phone 310.363-0209, Email
dwight.taeza@losangeles.af.mil - Carol Laechelt,
Contracting Officer, Phone (310) 363-2788, Email
carol.laechelt@losangeles.af.mil
DESC: The Global Positioning System (GPS) JPO
intends to hold Industry Days for the next generation
GPS satellite Control Segment (OCX) on 30
November-2 December 2005. The purpose of the
Industry Days is to present the current OCX Program
concept, discuss OCX issues, and participate in
one-on-one question and answer sessions with
potential offerors. The agenda will include focused
looks at the draft RFP and the draft segment
specification.
Industry Days registration form and facility
map/directions are posted on the GPS BidderÆs
Library at https://gps.losangeles.af.mil/gpslibrary/.
They can be found under Bidders-OCX. Note that
small business size standard NAICS 541710 (1,000
employees) applies. Small businesses are encouraged
to attend as potential subcontractors or teaming
partners. The Industry Days will be held at the ARINC
conference facility- Kilroy Airport Center 2250 E.
Imperial Highway, El Segundo CA 90245; with
check-in starting at 8:00 a.m. and the conference
beginning at 8:30 a.m. Meetings will be held at the
Unclassified Level. Registration is required for
attendance. RSVP: E-mail the completed Industry
Days registration form to
Ryan.Simpson@losangeles.af.mil (310) 363-0485 no
later than 23 November 05, 4:00pm (Pacific Time).
The number of attendees per company is limited to 6.
A general open session will be followed by private 120
minute one-on-one sessions the second half of the first
day along with the two subsequent days. Please
specify your desire to participate in a one-on-one
session on the registration form. The focus of the
one-on-oneÆs will be for potential prime offerors.
Reservations will be made on a first come first serve
basis. Please review one-on-one rules (in BidderÆs
Library) for more details on these sessions and to find
appropriate guidance on question submissions. Also,
please be advised that potential sub-contractors may
attend the one-on-one session with the associated
potential prime. If potential sub-contractors attend the
one-on-one session the contractor attendees will be
increased to 10 participants. Please contact Lt
Simpson at (310) 363-0485 or by email at
ryan.simpson@losangeles.af.mil if you do not receive
a confirmation e-mail at least two business days prior
to the event.
For updated information on the OCX RFP Industry
Day, including schedule changes or cancellation
notices, visit www.eps.gov ("FedBizOps.gov").
DECLARATION: This publication is for information
only and does not constitute a Request For Proposal
(RFP), Government sponsorship of contractor charges
against any Government contract for attendance or
proposal efforts, or a Government promise to pay for
any information received in response to this
announcement.
URL:
http://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/FA
8807-06-R-0002/listing.html
Desc: Link to FedBizOpps document.
======================================
N00204 690 San Carlos Road Suite A Pensacola, FL
SUBJECT: A--DAISY MODEL1903 PARADE
RIFLE PARTS
SOLICITATION: N0020406TQ001
RESP DATE: 11/30/05
CONTACT: WILLIAM D. CARR III 850-452-9907
URL:
http://www.fbo.gov/spg/DON/CNET/CNETNASPensa
cola/N0020406TQ001/listing.html
DESC: Link to FedBizOpps document.
======================================
N68936 Naval Air Warfare Center Weapons Division
Dept.2 429 E. Bowen Rd - Stop 4015 China Lake,
CA
SUBJECT: A--Engineering Services
SOLICITATION: N6893606T0051
RESP DATE: 11/21/05
CONTACT: Kris McVay (760) 939-1848 PA/CS =
Kris McVay (760) 939-1848 PCO = Barbara J. Hall
(760) 939-1064
DESC: The Naval Air Warfare Center, Weapons
Division, China Lake, CA intends to procure on an
other than full and open competition basis the
following items: Shock transfer characteristic design
studies between the electro-explosive components and
the impact switches. This requirement is sole sourced
1
to General Dynamics, based on the fact that they are
the original manufacturer and the only known ones
who will have the original design and manufacturing
information. Any firms believing that they can
provide the Engineering Services, may submit a
written response to be received at the Contracting
Office no later than 5 days after the date of publication
of this notice. It must clearly show the firm's ability to
be responsive without compromising the quality,
accuracy or reliability of the data without causing
programmatic hardship. Respond to Kris McVay, by
mail to NAWCWPNS, Code 220000D, 429 E. Bowen
Rd - Stop 4015, China Lake, CA 93555-6108 or fax to
(760) 939-8329, or ! email to
kirsten.mcvay@navy.mil NAICS CODE = 541330
Place of Performance = N/A Set Aside = N/A
URL:
http://www.fbo.gov/spg/DON/NAVAIR/dept2/N68936
06T0051/listing.html
Desc: Link to FedBizOpps document.
EMAIL: kirsten.mcvay@navy.mil
Desc: Kris McVay
======================================
NAICS Code: 927110
NASA/Goddard Space Flight Center, Code 210.S,
Greenbelt, MD 20771
SUBJECT: A--LUNAR RECONNAISSANCE
ORBITER (LRO) PROJECT KA-BAND
MODULATOR
SOLICITATION:
RLEP-LRO-Ka-Band-Modulator-11-17-05
RESP DATE: 11/29/05
CONTACT: Adan Rodriguez, LRO Ka-Band
Modulator Lead, Phone (301) 286-3295, Fax (301)
286-1750, Email Adan.Rodriguez@nasa.gov - Julie A.
Janus, Contracting Officer, Phone (301) 286-4931,
Fax (301) 286-0341, Email
jjanus@pop200.gsfc.nasa.gov
DESC: NASA/GSFC is issuing this draft Ka-Band
Modulator Statement of Work (SOW), Product
Function Specification, and Deliverable Items List and
Schedule for the Robotic Lunar Exploration
Program/Lunar Reconnaissance Orbiter (RLEP/LRO)
Program. The purpose of this draft document is to
identify potential interest in providing a Ka-Band
Modulator for the RLEP/LRO program, and solicit
responses from interested parties. This document is for
information and planning purposes and to allow
industry the opportunity to verify reasonableness and
feasibility of the requirement, as well as promote
competition. The information contained in this draft
document shall be deemed procurement sensitive.
Any questions regarding this synopsis should be
addressed to Mr. Adan Rodriguez at (301) 286-3295
or Adan.Rodriguez@nasa.gov. Responses are
requested no later than close of business on November
29, 2005. Please submit responses written or
electronically to:Mr. Adan Rodriguez, NASA/GSFC,
Code 567, Greenbelt, Maryland 20771 or
Adan.Rodriguez@nasa.gov. This synopsis is not to be
construed as a commitment by the Government, nor
will the Government pay for the information submitted
in response. Respondents will not be notified of the
results. An ombudsman has been appointed -- See
NASA Specific Note "B". The solicitation and any
documents related to this procurement will be
available over the Internet. These documents will
reside on a World Wide Web (WWW) server, which
may be accessed using a WWW browser application.
The Internet site, or URL, for the NASA/GSFC
Business Opportunities home page is
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D
&pin=51. It is the offeror's responsibility to monitor
the Internet cite for the release of the solicitation and
amendments (if any). Potential offerors will be
responsible for downloading their own copy of the
solicitation and amendments, if any. Any referenced
notes may be viewed at the following URLs linked
below.
URL:
http://www.fbo.gov/spg/NASA/GSFC/OPDC20220/R
LEP-LRO-Ka-Band-Modulator-11-17-05/listing.html
Desc: Click here for the latest information about this
notice EMAIL: Adan.Rodriguez@nasa.gov
Desc: Adan Rodriguez
======================================
B - Special Studies and Analyses - Not R&D
======================================
NAICS Code: 541990
Department of Labor, Bureau of Labor Statistics,
Procurement and Property Management, 2
Massachusetts Avenue, NE, Room 1830, Washington,
DC, 20212
SUBJECT: B -- Hourly Compensation Costs for
Manufactring Workers in China
SOLICITATION: BLS-05-38
RESP DATE: 11/28/05
CONTACT: Joan Gantt, Contract Specialist, Phone
202-691-6070, Fax 202-691-6026, Email
Gantt_J@bls.gov - Joan Gantt, Contract Specialist,
Phone 202-691-6070, Fax 202-691-6026, Email
Gantt_J@bls.gov
DESC: The Bureau of Labor Statistics intends to enter
into a sole source contract under Simplified
Acquisition Procedures with Judith Banister; Citi
Champ Place, Building 16, Suite 21-A; Madian,
Haidian District Beijing 100088,China for assisting
BLS in collecting and analyzing data for 2003 and
2004 (to the extent that they are available) that shall
allow updating of hourly compensation costs for
manufacturing workers beginning with the same basic
methodology as applied for the 2002 data. Where
possible, improvements in the methodology shall be
made as new data from the Economic Census and the
household labor force survey become available and are
analyzed. Total cost for this requirement will NTE
$10,000.00
This notice of intent is not a request for offers. A
determination not to compete this proposed
procurement is solely within the discretion of the
Government. There is no RFP notice. For Information
Purposes Only.
URL:
http://www.fbo.gov/spg/DOL/BLS/WashingtonDC/BL
S-05-38/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: China
POP ZIP: 100088
POP ADDRESS: City Champ Place
Building 16, Suite 21-A
Maidian, Haidian District
Beijing
======================================
NAICS Code: 541710
Department of Health and Human Services, National
Institutes of Health, National Cancer Institute,
Research Contracts Br., 6120 Executive Blvd. EPS
Suite 600, Rockville, MD, 20852
SUBJECT: B -- Manufacture of Bulk Chemical and
Bulk Pharmaceutical Ingredients for Preclinical and
Clinical Studies
SOLICITATION: N02-CM-67005-19
RESP DATE: 01/17/06
CONTACT: Diane Stalder, Contract Specialist,
Phone (301) 435-3822, Fax (301) 402-6699, Email
ds88b@nih.gov - MaryAnne Golling, Contracting
Officer, Phone (301) 435-3819, Fax (301) 402-6699,
Email mg345x@nih.gov
DESC: The Pharmaceutical Resources Branch,
Division of Cancer Treatment and Diagnosis (DCTD),
National Cancer Institute (NCI) is seeking offerors for
the purpose of procurement of bulk chemicals and
drugs that are needed by the Drug Treatment Programs
(DTP) for preclinical and clinical use. Assigned
compounds are not readily available in the quality or
quantities required from the original source, other
suppliers or the open market. The compounds could be
known or new chemicals with a wide variety of
chemical structures. Multi-step preparation sequences
will generally be involved and process development
for scale-up preparation will be expected using
provided investigatorÆs procedures. The quantity of a
given material synthesized may range from
multi-grams to multi-kilograms. All materials
prepared will be fully characterized for high purity and
the preparative cost will also be calculated. Most of
assigned projects should be performed under the
current good manufacturing practice (cGMP)
complied with the Food and Drug Administration
(FDA) rule and regulations. The following
MANDATORY QUALIFICATION CRITERIA must
be met at the time of receipt of initial proposals by the
Contracting Officer in order to be considered for
award: (A) All offerors shall be registered with the
United States Food and Drug Administration (FDA) as
a manufacturer of bulk drugs; and (B) The facilities
shall conform to the applicable regulations of the U.S
Environmental Protection Agency (EPA),
Occupational Safety and Health Administration
(OSHA), U.S. Department of Transportation (DOT),
and those of state and local regulatory agencies.
All chemicals handled during the project should be
considered to be potentially hazardous and/or toxic
and, thus, should be handled accordingly. Offerors will
be instructed to describe their safety program and their
proposed approach for the handling of hazardous and
toxic agents. Submission of safety manuals will be
required. In addition, offerors must have facilities to
handle cytotoxic agents because most projects involve
preparation of potentially carcinogenic compounds
(e.g., adequate air-handling system).
Multiple awards of cost reimbursement, incrementally
funded completion type contracts are anticipated. The
contracts will be competed and awarded at two levels,
Level I and Level II. Level I awardees are expected to
complete 8 to 12 deliveries each year excluding reports
and Level II awardees are expected to complete 15 to
25 deliveries each year excluding reports. Monthly
progress reports describing work performed and
annual project reports will be submitted, but additional
reports may be required. Laboratory notebooks
containing raw data should be maintained at the
contract site for reviewing at the discretion of the
Government. Prepared compounds are shipped to the
NCI or the NCI repositories along with data sheets.
Synthetic procedures and cost information should also
be submitted for each compound when available.
It is anticipated that resulting awards will be made for
a five year base period with two option years.
The solicitation is scheduled for release approximately
December 2, 2005. Proposals will be due 45 days
following the actual date of RFP issuance. This is a
100% small business set-aside under the NAICS Code
No. 54171 and a size standard of 500 employees. (See
Number Note 1.) The RFP may be accessed through
the Research Contracts Branch home page by using
the following Internet address:
http:/rcb.nci.nih.gov/rfp.htm. It is the offerorÆs
responsibility to monitor the above internet site for the
release of the solicitation and any amendments. Point
of contact is Diane H. Stalder; electronic mail address
ds88b@nih.gov/; phone 301-435-3822; and fax
301-402-6699. NO COLLECT CALLS WILL BE
ACCEPTED.
URL:
http://www.fbo.gov/spg/HHS/NIH/RCB/N02-CM-670
05-19/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
NAICS Code: 541690
United States Trade and Development Agency,
USTDA, USTDA, 1000 Wilson Boulevard, Suite
1600, C/O US TDA 1000 Wilson Boulevard, Suite
1600, Arlington, VA, 22209-3901
SUBJECT: B -- Rural Connectivity Project in Chile
SOLICITATION: Reference-Number-0450004B-1
RESP DATE: 01/17/06
CONTACT: Evangela Kunene, Procurement Data
Manager, Phone 703-875-4357, Fax 703-875-4009,
2
Email ekunene@ustda.gov
DESC: POC Evangela Kunene, USTDA, 1000 Wilson
Boulevard, Suite 1600, Arlington, VA 22209-3901,
Tel: (703) 875-4357, Fax: (703) 875-4009. PLEASE
DO NOT CONTACT CONTRACTS OFFICE;
PROPOSAL SUBMISSION PLACE: Daniel Cortes
Espinoza, Jefe Divisin, Acceso Universal a la
Sociedad de la Informacin, Subsecretarφa de
Telecomunicaciones, Amunßtegui 139, Santiago CHILE
Phone: 011-56-2-421-3588; Fax:
011-56-2-421-3020. Rural Connectivity Project in
Chile. The Subsecretarφa de Telecomunicaciones
(ôthe Granteeö) invites submission of qualifications
and proposal data (collectively referred to as the
"Proposal") from interested U.S. firms that are
qualified on the basis of experience and capability to
develop a feasibility study for the Rural Connectivity
Project in Chile.
The Rural Connectivity Project is designed to address
the digital divide in Chile. The Grantee plans to
auction concessions for rural internet access services
to private sector operators. The operators will be
required to offer internet access services in rural areas
at subscriber rates comparable to those available in
urban areas. The winning bidders would be
compensated for the relatively higher cost of providing
rural internet access with a subsidy. Bidders will
compete based on the basis of the least subsidy
required. Funds for the subsidy will come from the
Chilean governmentÆs Telecommunications
Development Fund (Fondo de Desarrollo de
Telecomunicaciones, FDT). With the support of the
Netherlands consultants trust fund at the World Bank,
the Grantee contracted with consultants to carry out a
pre-feasibility study, which developed preliminary
estimates of demand, recommended the appropriate
technologies, and developed a preliminary business
model that estimated that the US$15 million subsidy
would make internet connection available for
approximately 1,000 rural localities.
The objective of the feasibility study is to assist the
Grantee with the preparation of more precise data
needed to conduct an efficient auction for concessions
to provide rural internet access. The Grantee needs
more accurate demand data, including the potential
demand for Voice Over Internet Protocol (VOIP)
services in order to help bidders more accurately gauge
the level of risk. The other key information needed for
the bidding process is more precise capital expenditure
and operating cost data in order to more accurately
define the conditions of the bidding process, such as
the maximum allowable subsidy.
A summary of the specific tasks is as follows:
Task 1: Demand study (including in-field polling)
Task 2: Propose Network Solutions to Service the
Identified Demand (Network Design,
Capital Expenditure and Operating Costs)
Task 3: Evaluate the potential of VOIP service as a
source of additional revenues
Task 4: Propose a Business Model associated to the
Network
Task 5: Compute new estimates for subsidies
Task 6: Organize a workshop including potential
operators, subscribers, equipment suppliers,
regulators, international organizations, and consultants
Task 7: Prepare a preliminary review and assessment
of the environmental and developmental impacts of
the Project
Task 8: Provide advisory support on the preparation
of draft tender documents
Task 9: Present all findings and recommendations to
the Grantee
Task 10: Prepare Final Report
The U.S. firm selected will be paid in U.S. dollars
from a US$263,402 grant to the Grantee from the U.S.
Trade and Development Agency (USTDA).
A detailed Request for Proposals (RFP), which
includes requirements for the Proposal, the Terms of
Reference, and a background desk study report are
available from USTDA, at 1000 Wilson Boulevard,
Suite 1600, Arlington, VA 22209-3901. Requests for
the RFP should be faxed to the IRC, USTDA at
703-875-4009. In the fax, please include your firmÆs
name, contact person, address, and telephone number.
Some firms have found that RFP materials sent by
U.S. mail do not reach them in time for preparation of
an adequate response. Firms that want USTDA to use
an overnight delivery service should include the name
of the delivery service and your firm's account number
in the request for the RFP. Firms that want to send a
courier to USTDA to retrieve the RFP should allow
one hour after faxing the request to USTDA before
scheduling a pick-up. Please note that no telephone
requests for the RFP will be honored. Please check
your internal fax verification receipt. Because of the
large number of RFP requests, USTDA cannot respond
to requests for fax verification. Requests for RFPs
received before 4:00 PM will be mailed the same day.
Requests received after 4:00 PM will be mailed the
following day. Please check with your courier and/or
mail room before calling USTDA.
Only U.S. firms and individuals may bid on this
USTDA financed activity. Interested firms, their
subcontractors and employees of all participants must
qualify under USTDA's nationality requirements as of
the due date for submission of qualifications and
proposals and, if selected to carry out the
USTDA-financed activity, must continue to meet such
requirements throughout the duration of the
USTDA-financed activity. All goods and services to
be provided by the selected firm shall have their
nationality, source and origin in the U.S. or host
country. The U.S. firm may use subcontractors from
the host country for up to 20 percent of the USTDA
grant amount. Details of USTDA's nationality
requirements and mandatory contract clauses are also
included in the RFP.
Interested U.S. firms should submit their Proposal in
English and Spanish directly to the Grantee by
5:00PM, January 17, 2006 at the above address.
Evaluation criteria for the Proposal are included in the
RFP. Price will not be a factor in contractor selection,
and therefore, cost proposals should NOT be
submitted. The Grantee reserves the right to reject any
and/or all Proposals. The Grantee also reserves the
right to contract with the selected firm for subsequent
work related to the project. The Grantee is not bound
to pay for any costs associated with the preparation
and submission of Proposals.
URL:
http://www.fbo.gov/spg/TDA/TDA1/TDA1/ReferenceNumber-0450004B-1/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 541690
United States Trade and Development Agency,
USTDA, USTDA, 1000 Wilson Boulevard, Suite
1600, C/O US TDA 1000 Wilson Boulevard, Suite
1600, Arlington, VA, 22209-3901
SUBJECT: B -- Single Window Electronic Customs
Portal Project
SOLICITATION: Reference-Number-0551034B
RESP DATE: 01/11/06
CONTACT: Evangela Kunene, Procurement Data
Manager, Phone 703-875-4357, Fax 703-875-4009,
Email ekunene@ustda.gov
DESC: POC Evangela Kunene, USTDA, 1000 Wilson
Boulevard, Suite 1600, Arlington, VA 22209-3901,
Tel: (703) 875-4357, Fax: (703) 875-4009. PLEASE
DO NOT CONTACT CONTRACTS OFFICE;
PROPOSAL SUBMISSION PLACE: Mr. Willian
Garcia, Deputy Customs Director, Dirreccin General
de la Renta de Aduanas, Km. 11 1/2 Carretera
Panamericana San Bartolo, Ilopango, El Salvador,
C.A.
Tel: (503) 2244-5072 Fax: (503) 2244-5073. Single
Window Electronic Customs Portal Project. The
Grantee invites submission of qualifications and
proposal data (collectively referred to as the
"Proposal") from interested U.S. firms which are
qualified on the basis of experience and capability to
carry out technical assistance for the development of a
single window electronic customs portal for El
SalvadorÆs Customs Agency, Direccin General de la
Renta de Aduanas (DGRA). DGRA is El SalvadorÆs
Customs Agency which is under the Ministry of
Finance. DGRAÆs main role is the enforcement of
customs laws and regulations.
The objective of this Technical Assistance is design a
plan for the development of an electronic single
window customs facilitation system that will enable
importers and exporters to obtain all required permits
electronically via a single internet portal in a minimum
of time, and with a minimum of manual intervention.
The technical assistance will help establish the
foundation for this unique window system and
determine the best and most cost effective options for
its design and implementation. The implementation of
the Project would allow import and export companies
to conduct the certification transactions of
international trade virtually.
The technical assistance includes the analysis, design
and development of the electronic single window
customs facilitation system. The Technical Assistance
shall be conducted in three phases: 1) Requirements
Analysis, 2) ICT Strategy, and 3) Development of an
Implementation Plan. Implementation of this Project
would facilitate an increased volume of trade by
standardizing the process for the distribution of import
and export permissions and authorizations via one
electronic window on the Internet.
The U.S. firm selected will be paid in U.S. dollars
from a $252, 822 grant to the Grantee from the U.S.
Trade and Development Agency (USTDA).
A detailed Request for Proposals (RFP), which
includes requirements for the Proposal, the Terms of
Reference, and a background desk study report are
available from USTDA, at 1000 Wilson Boulevard,
Suite 1600, Arlington, VA 22209-3901. Requests for
the RFP should be faxed to the IRC, USTDA at
703-875-4009. In the fax, please include your firmÆs
name, contact person, address, and telephone number.
Some firms have found that RFP materials sent by
U.S. mail do not reach them in time for preparation of
an adequate response. Firms that want USTDA to use
an overnight delivery service should include the name
of the delivery service and your firm's account number
in the request for the RFP. Firms that want to send a
courier to USTDA to retrieve the RFP should allow
one hour after faxing the request to USTDA before
scheduling a pick-up. Please note that no telephone
requests for the RFP will be honored. Please check
your internal fax verification receipt. Because of the
large number of RFP requests, USTDA cannot respond
to requests for fax verification. Requests for RFPs
received before 4:00 PM will be mailed the same day.
Requests received after 4:00 PM will be mailed the
following day. Please check with your courier and/or
mail room before calling USTDA.
Only U.S. firms and individuals may bid on this
USTDA financed activity. Interested firms, their
subcontractors and employees of all participants must
qualify under USTDA's nationality requirements as of
the due date for submission of qualifications and
proposals and, if selected to carry out the
USTDA-financed activity, must continue to meet such
requirements throughout the duration of the
USTDA-financed activity. All goods and services to
be provided by the selected firm shall have their
nationality, source and origin in the U.S. or host
country. The U.S. firm may use subcontractors from
the host country for up to 20 percent of the USTDA
grant amount. Details of USTDA's nationality
requirements and mandatory contract clauses are also
included in the RFP.
Interested U.S. firms should submit one English
version and one (1) copy and one Spanish version and
six (6) copies of their Proposal directly to the Grantee
by 12:00 p.m. local time, January 11, 2006 at the
3
above address. Evaluation criteria for the Proposal are
included in the RFP. Price will not be a factor in
contractor selection, and therefore, cost proposals
should NOT be submitted. The Grantee reserves the
right to reject any and/or all Proposals. The Grantee
also reserves the right to contract with the selected
firm for subsequent work related to the project. The
Grantee is not bound to pay for any costs associated
with the preparation and submission of Proposals.
URL:
http://www.fbo.gov/spg/TDA/TDA1/TDA1/ReferenceNumber-0551034B/listing.html
Desc: Link to FedBizOpps document.
======================================
US Army Aviation and Missile Command (Aviation),
ATTN: AMSAM-AC, Building 5303, Martin Road,
Redstone Arsenal, AL 35898-5280
SUBJECT: B--DoD-required study of current Air
Warrior/Aircrew Electronic Data Manager (EDM),
manufactured by Raytheon/Indianapolis, for possbile
interface/combination with other DoD IT architecture.
SOLICITATION: W58RGZ-06-Q-0167
RESP DATE: 12/15/05
CONTACT: Anne L. Baune, (256) 876-4183
DESC: The study can only be performed by Raytheon,
as the original equipment manufacturer, configuration
manager and holder of certain proprietary knowlegde.
The study will support the Battle Command Product
Line Open Architecture (BCPLOA) across all mili tary
programs. THERE ARE NO solicitation package
available. Contact Raytheon, Indianapolis, for
subcontracting possibilities.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH23/W58
RGZ-06-Q-0167/listing.html
Desc: Link to FedBizOpps document.
EMAIL: anne.baune@redstone.army.mil
Desc: US Army Aviation and Missile Command
(Aviation)
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 35898-5280
POP ADDRESS: US Army Aviation and Missile
Command (Aviation) ATTN: AMSAM-AC, Building
5303, Martin Road Redstone Arsenal AL
======================================
C - Architect and Engineering Services Construction
======================================
NAICS Code: 541330
Department of the Navy, Naval Supply Systems
Command, FISC NORFOLK PHILADELPHIA, 700
Robbins Avenue, Building 2B, Philadelphia, PA,
19111-5083
SUBJECT: C -- Advanced Seal Delivery System
Support Services
SOLICITATION: N00140-06-R-0017
CONTACT: Susannah Weigner-Clark, Contract
negotiator, Phone 215-697-9657, Fax 215-697-5418,
Email susannah.weigner@navy.mil
DESC: The Fleet and Industrial Supply Center (FISC)
Norfolk Contracting Department Philadelphia intends
to issue a Request for Proposal (RFP) for the
acquisition of logistic support services applicable to
the Advanced SEAL Delivery System (ASDS) for the
Naval Special Warfare Command, Detachment
Annapolis. These services include, but are not limited
to, in-service support management and reporting,
general and field engineering services, engineering
services and advanced maintenance planning, material
and inventory management and development, update
and distribution of Interactive Electronic Technical
Manual (IETM) databases. It is intended to award a
Cost Plus Incentive Fee type contract under which
technical direction letters shall be issued. The base
year of services are estimated to commence 01 June
2006 and continue through 30 Sept. 2006 with four,
twelve-month option periods. The applicable NAICS
code for this requirement is 541330, Engineering
Services. The Government intends to solicit and
negotiate with only one source (Northrop Grumman,
Baltimore, MD), under the statutory authority
permitting other than full and open competition, 10
U.S.C. 2304(c)(1). Only One Responsible Source and
No Other Supplier or Services Will Satisfy Agency
Requirements, as implemented by FAR 6.302-1. This
notice of intent is not a request for competitive
proposals. For questions regarding this
announcement, contact Ms. Susannah Weigner-Clark
who can be reached at 215-697-9657 or e-mail
Susannah.weigner@navy.mil.
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00189PHIL
ADELPHIA/N00140-06-R-0017/listing.html
Desc: Link to FedBizOpps document.
======================================
D - Information Technology Services, including
Telecommunication Services
======================================
NAICS Code: 541519
Department of Education, Contracts & Acquisitions
Management, Contracts (All ED Components), 550
12th Street, SW, 7th Floor, Washington, DC, 20202
SUBJECT: D -- Netforensics Software Maintenance
Renewal
SOLICITATION:
Reference-Number-EDOCIO-05-000559
RESP DATE: 11/28/05
CONTACT: DeShonjla Blount, Contract Specialist,
Phone 202-245-6203, Fax 202-245-6278, Email
Deshonjla.Blount@ed.gov - James Hairfield,
Contracting Officer, Phone (202)245-6219, Fax
202-245-6278, Email James.Hairfield@ed.gov
DESC: The following items are being requested: 1.
NF-SS-ESE-01; QTY-1.
2. NF-SS-EDD-13; QTY-2.
3. NF-SS-EDD-10; QTY-1.
3. NF-SS-ERB-01; QTY-1.
4. NF-SS-IRM-01; QTY-1.
5. NF-SS-EVC-01; QTY-1.
6. NF-SS-ESD-07; QTY-24.
7. NF-SS-ESD-13; QTY-2.
8. NF-SS-ESN-07; QTY-5.
URL:
http://www.fbo.gov/spg/ED/OCFO/CPO/Reference-N
umber-EDOCIO-05-000559/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: N/A
======================================
U S GEOLOGICAL SURVEY, APS SIMPLIFIED
ACQUISITIONS BRANCH MS 205 RESTON VA
20192
SUBJECT: D--D--MAINTENANCE ON
AUTOMATIC DATA EQUIPMENT
SOLICITATION: 06HQ12-NOSOLICITATION
RESP DATE: 12/02/05
CONTACT: JOHN A. SMITH III CONTRACTING
OFFICER 7036487353 jsmithiii@usgs.gov;
DESC: The US Geological Survey (USGS) has a
requirement for annual S-Plus site license maintenance
renewal. This product/service is known to be available
only from Insightful Corporation. The USGS intends
to make an award to Insightful Corporation unless it is
contacted by any vendor who believes they can
provide the same product/service. Vendors are invited
to contact the Contracting Officer John A. Smith III at
jsmithIII@usgs.gov no later than December 2, 2005
with an affirmative answer. Award for this service
will be made under the Simplified Acquisition
Threshold of $100,000.
URL:
http://www.fbo.gov/spg/DOI/USGS/USGS/06HQ12-N
OSOLICITATION/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 201920002
POP ADDRESS: RESTON, VA
======================================
NAICS Code: 334210
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: D -- In-Line Network Encryptor with 3 yr
hardware & Software Warranty
SOLICITATION: 53133007
RESP DATE: 11/21/05
CONTACT: Kathy Hicks, Contract Specialist, Phone
(804)279-3929, Fax (804)279-3246, Email
kathy.hicks@dla.mil
DESC: The Defense Supply Center Richmond intends
to issue and award a Sole Source contract to General
Dynamics C4 Systems, Inc. for In-Line Network
Encryptor with 3 yr Hardware & Software Warranty
for required SIPRNET LAN connections in support of
DSCR Command & DLA Enerprise Support
Richmond Operations to extend the circuits.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/53133007/listi
ng.html
Desc: Link to FedBizOpps document.
POP ADDRESS: see info above in Description
information.
======================================
Attn: Department of Veterans Affairs No. Texas
Health Care System, Contracting Office, (90C), 4500
S. Lancaster Road, Dallas, Texas 75216
SUBJECT: D--D -- Telecommunication Technician
Services
SOLICITATION: 549-RFP-05-06
RESP DATE: 12/21/05
CONTACT: Contracting Officer - Rita M. Anderson,
Contract Specialist, Ph:(214) 857-0043, Fx:(214)
857-0027
DESC: The Department of Veterans Affairs North
Texas Health Care System has a requirement for
telecommunication technician services, for individual
moves, adds, and changes, as well as general cable
pulling, harvesting and installation as required by the
solicitation documents. The solicitation and any
amendments can be obtained only in electronic format
on November 21, 2005 at the following URL:
http://www.va.gov.oa&mm/busopp/sols.htm. No hard
copies will be provided. Vendors are strongly urged to
register company name and point of contact
information at the website after downloading the
solicitation, in order to receive automatic notification
of solicitation amendments. VA contemplates a
requirements contract, for a one-year base term, plus
two option years. The anticipated contract for a
Service Disabled Veteran Owned Small Business
set-aside; NAICS is 238210; and the small business
size standard is $12.0M.
URL:
http://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/5
49-RFP-05-06/listing.html
Desc: Link to FedBizOpps document.
EMAIL: rita.anderson@med.va.gov
Desc: Rita M. Anderson
SETASIDE: Service-Disabled Veteran-Owned
POP COUNTRY: United States
POP ZIP: 75216
POP ADDRESS: VA North Texas Health Care System
======================================
NAICS Code: 541330
Defense Information Systems Agency, Procurement
and Logistics, DITCO-NCR, P.O. 4502, Arlington,
VA, 22204-4502
SUBJECT: D -- Cross Program Engineering Support
SOLICITATION: HC1047-06-R-4007
RESP DATE: 12/30/05
CONTACT: Rhonda LaGarde, Contracting Officer,
Phone (703)681-1250, Fax (703)681-1211, Email
Rhonda.LaGarde@disa.mil
DESC: The Defense Information Systems Agency
(DISA) intends to issue a follow-on contract to Archer
4
Research Corporation, 16 Ludwell Lane, Stafford, VA
(a small business), for supporting the DISA Cross
Program System Engineering (CPSE) mission to
provide engineering and analytic support for issues
impacting multiple DISA programs, promote
interoperability and integration between programs, and
support the DISA System Engineering (SE) and SE
Technical Assessment (TA) Processes. CPSE
engineering support will help develop suitable
program and enterprise architectures, identify,
document and help resolve cross-program engineering,
dependency, and interoperability issues, and support
DISA senior engineers addressing Agency and
National level cross-program issues. Assessment
support will assist in conducting DISA event-driven
SE Readiness Reviews (SERRs), SE Peer Assessments
and TAÆs throughout the acquisition life cycle of
major DISA programs from concept refinement to
production and deployment. The reviews determine if
the programs are following the DISA SE Process, have
outstanding Cross Program integration or dependency
issues, meet Global Information Grid (GIG) Service
Oriented Architecture (SOA) and Net-Centric
Enterprise Services (NCES) objectives, satisfy NCES
and GIG service objectives to provide the full range of
enterprise services for Defense Information Systems
Network (DISN) operations and sustainment, back
office operations, and information assurance, supports
the GIG and NCES services, and provides information
capabilities to the warfighter. Archer Research
Corporation possesses the specialized expertise and
capabilities necessary to effectively and efficiently
assess the broad range of DISA programs, business
processes, and policies, thus avoiding any delays to the
readiness review of major DISA programs. The
resulting contract is expected to be for a base year and
two one-year options, with award expected in second
quarter FY06. See Note 22.
URL:
http://www.fbo.gov/spg/DISA/D4AD/DTN/HC1047-0
6-R-4007/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Washington, DC, metropolitan area
======================================
NAICS Code: 517110
Department of the Navy, United States Naval
Academy, Supply Department, U.S. Naval Academy,
181 Wainwright Road, Annapolis, MD, 21402-5007
SUBJECT: D -- D-TELECOMMUNICATION
SERVICES
SOLICITATION: N42082-06-Q-0022
RESP DATE: 11/18/05
CONTACT: Wilma Phoebus, Contract Specialist,
Phone 410-293-1373, Fax 410-293-5293, Email
phoebus@usna.edu - Wilma Phoebus, Contract
Specialist, Phone 410-293-1373, Fax 410-293-5293,
Email phoebus@usna.edu
DESC: ANY REQUESTS MUST BE WITH YOUR
COMPANY NAME, ADDRESS, TELEPHONE AND
FAX NUMBER, PLEASE NO EMAILS. The
Information Technology Service Department located at
the U S Naval Academy (USNA) has a requirement for
monthly telephone service and blue page advertising
for a base year beginning 1 Oct 05 through 30 Sept 06,
plus four (4) option years starting 1 Oct 06 through 30
Sep 10. The phones are Verizon, Federal Inc., 1320
North Courthouse Rd., 8th Floor, Arlington VA
22201-2519 This contract action is for supplies or
services for which the Government intends to solicit
and negotiate with only one source under authority of
FAR 6.302-1 Only one responsible source and no
other supplies or services will satisfy agency
requirements. Interested persons may identify their
interest and capability to respond to the requirement or
submit proposals. This notice of intent is not a request
for competitive proposals. However, all proposals
received within forty-five days after date of
publication of this synopsis shall be considered by the
Government. A determination by the Government not
to open the requirement to competition based upon
responses to this notice or received as a result of a
notice of intent shall normally be considered solely for
the purpose of determining whether to conduct a
competitive procurement. Clin 0001 û Base Year û 1
Oct 05 through 30 Sep 06 through 30 Sep 06. 12
Months. Clin 0002 û Lot II û Option I û 1 Oct 06
through 30 Sep 07. 12 Months. Clin 0003 û Lot III û
Option II û 1 Oct 07 through 30 Sep 08. 12 Months.
Clin 0004 û Lot IV û Option III û 1 Oct 08 through 30
Sep 09. 12 Months. Clin 0005 û Lot V û Option IV û 1
Oct 09 through 30 Sep 10. 12 Months. To receive a
copy of this solicitation submit your request by fax to
410-293-5293 attention Mrs. Wilma Phoebus voice
number 410-293-1373. This solicitation shall close on
Friday 18 November 2005, at 3:30 PM local time. NO
ORAL REQUEST OR QUESTIONS SHALL BE
HONORED. All forms shall be completely filled out
and returned with bid. Failure to do so shall deem
your bid to be unacceptable and shall be rejected
without notice. This is an unrestricted solicitation. See
Note 22.
URL:
http://www.fbo.gov/spg/DON/USNA/N00161/N42082
-06-Q-0022/listing.html
Desc: Link to FedBizOpps document.
======================================
Environmental Protection Agency, Ord Service
Center/Nerl, Rtp Procurement Operations Division,
Research Triangle Park, NC 27711
SUBJECT: D--Develop Software for Objective
Classification Software: Cat
SOLICITATION: RFQ-RT-06-00024
RESP DATE: 11/30/05
CONTACT: Point of Contact, Pamela Smith,
Purchasing Agent, Phone (919) 541-0635
DESC: NAICS Code: 541511 THIS IS A
COMBINED SYNOPSIS/SOLICITATION FOR
COMMERCIAL ITEMS PREPARED IN
ACCORDANCE WITH THE FORMAT IN
SUBPART 12.6, AS SUPPLEMENTED WITH
ADDITIONAL INFORMATION INCLUDED IN
THIS NOTICE. THIS ANNOUNCEMENT
CONSTITUTES THE ONLY SOLICITATION.
QUOTES ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED.
The solicitation number is RFQ-RT-06-00024 and the
solicitation is being issued as a Request for Quotation
(RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through
Federal Acquisition Circular 05-4. The associated
North Industry Classification System (NAICS) is
541511 and the size standard is 18.0 million dollars.
Full and open competition procedures will be utilized.
A firm, fixed price purchase order using Simplified
Acquisition Procedures is anticipated to result from
the award of this solicitation. This procurement is for
the acquisition of : Objective Classification Software:
CaT. Statement of Work: Develop software to
objectively and efficient identify and quantify
biological structures (e.g., tube and tunnels produced
by macrobenthic organisms) within sediment cores
such that the input, is operable on Windows- based
computer platforms, and data output is in standardized
formats. Statement of Need: AED has need of an
efficient way to process computer aided tomography
(CT) image data that is acquired from sediment cores
as part of ongoing studies to monitor, predict and
manage ecological conditions in aquatic systems.
Analysis of sediment cores using medical imaging
techniques has been done over the last 20 years and
has usually been restricted to simple x-rays. Recently,
computer aided tomography has been applied to
sediment samples and has enable multidimensional
visualization and quantitative analyses of sediment
cores. The physical and biological structures in
sediment, the formation of tubes and tunnels, as well
as alterations in sediment texture, have been shown to
be correlated with the health of benthic communities.
Foe example, the community is healthier when tubs
and tunnels and diversity of biological structures are
observed in the sediment. The date, the identification
of these structures in CT images of cores is subjective
and time-consuming in that the investigator has to find
them, identify them, and quantify them in a
non-routine manner. Because data sets from a single
core are large (150 Mb) and skill is required for the
data processing, analysis with the existing system can
take months. Consequently, there is a strong need to
shorten the processing time, improve consistency and
quality of data interpretation, make the method more
widely available and easier to learn, and increase
information derived from the data. These needs can be
met with development and use of Ct image-analysis
and quantification software that automatically and
objectively classifies data from medical-based CT
imagery of sediment cores. Scope of work, including
EPA and Vendor Responsibilities: (A) EPA
Responsibilities: (1) Provide a set of data from
sediment cores that have been previously CT imaged
and analyzed. Data for each core will include 1)
DIACOM-format data from a commercial medical CT
imaging unit, 2) Specifications of the sediment core
dimensions and description of the core barrel and
sediment, 3) interpreted and quantified data previously
generated by EPA for selected cores, and 4) written
requirement to contractors for quality assurance of
software. (2) Provide cores and listing of minimum
types of fearures to be quantified in soft bottom
sediments. (B) Vendors Responsibilities: Deliver
Software that is Operational and meets the
Specifications and Performance Criteria stated here:
(1) Develop software capable of performing the
following: (a) Operate on a Windows-based platform.
(b) Be User-friendly" in that a non-specialist can learn
to operate the software and output data with less than
8 hrs of training. (c) Read image data in DIACOM
format and generate a database that allows random
access of raw and semi-reduced data on each imaging
unit/core slice. (2) Software allows user to view raw
and reduced data for any plane in the core and be able
to concatenate sections/files for 3D rendering. (3)
Functionality for unsupervised classification of
sediments based on the extraction of sediment features
capturing voxel (a unit of graphic information that
defines a point in three dimensional space) texture
and intensity. This should classify or aggregate groups
of similar features. This process will be determined in
an objective and documented manner. (4) Functionally
for supervised classification of sediments based on the
extraction of features capturing voxel texture and
intensity. That is, create a reference set of sediment
core features as defined by the user. This is create a
reference set of sediment core features as defined by
the user. This reference set will be used to segment
sediment core images in various classes. (5)
Functionality to store the results in a manner (e.g.
Excel) that subsequent quantitative analysis can be
performed. The output data should also contain a least
one measure of confidence associated with each
record, as an aid in determining accuracy of results.
(6) Functionality to calculate, using supervised
classification procedures, (a) the volume of tubes and
tunnels produced by macrobenthic organisms within
the EPA cores image data set and (b) the volume of
additional classes identified and (c) render all
sediment classes in 3D for viewing. (7) Compliance
with published EPA and Federal requirements for
quality assurance for software development and of
handicapped access for software. Evaluation Criteria:
(1) Vendor must provide demonstration of operation
on Windows based platform with user/help
subroutines displayed. (2) Vendor must provide
demonstration of 3D rendering of raw image date and
selected sediment classes (e.g., tubes and tunnels)
using EPA supplied sediment image data. (3) Vendor
must provide demonstration of unsupervised and
supervised classification of EPA sediment image data,
(4) Vendor must provide demonstration of data
transfer from software to Excel or similar data
5
analysis software. (5) Vendor must provide
demonstration that automated data reduction and
display performed by the software is capable of
calculating the volume of tubes and tunnels in the EPA
test image data set within 10% of EPA's figures. (6)
Software is compliant is compliant with Section 508
of American Disabilities Act
(http://intranet.epa.gov/accessibility/sw.htm).
Evaluation Criteria for Objective Classification
Software using CaT: (1) Vendor must provided
documentation demonstrating the production of
software using image data and associated analysis
tools. (2) Previously developed software must have
either used existing or developed classification
algorithms for one or more of their analysis tools. (3)
One or more of the vendors software packages is
widely used on the open market by academia,
government and commercial entities. (4) Delivered
f.o.b. to Narragansett, RI 02882. The Government
intends to award a single purchase order to the
responsible contractor whose quotation meet all the
required specifications and represents the overall best
value to the Government. The Government reserves
the right to require additional pricing information if
necessary to determine that the proposed price is
reasonable. The following FAR provisions shall apply
to this solicitation: 52-212-1, Instructions to
Offerors--Commercial Items. All offerors are to
include with their offer a completed copy of provision
52.212-3, Offeror Representations and
Certifications--Commercial Items. The following FAR
clause applies to this acquisition: 52.212-4, Contract
Terms and -0Conditions--Commercial Items. The
following additional FAR clauses which are cited in
Clause 52.212-5 are applicable to the acquisition:
52.222-21, Prohibition of Segregated Facilities;
52.222-26, Equal Opportunity, 52.222-35, Affirmative
Action for Special Disabled and Vietnam Era
Veterans; 52.222-36 Affirmative Action for
Handicapped Workers; 52.222-37, Employment
Reports on Special Disabled Veterans and Veterans of
the Vietnam Era; 52.222-19, Child
Labor-Cooperation with Authorities and Remedies;
52.2225-1, Buy American Act--Balance of Payments
Program-Supplies; 52.232-33, Payment by Electronic
Funds Transfer-Central Contractor Registration.
Vendors should review the Statement of Work and
other information posted with this Request for
Quotation on EPA's website at the following address:
http://www.epa.gov/oam/rtp_cmd. Arrow down to the
REQUEST FOR QUOTATION section and click on
the solicitation. A completed Representations and
Certifications must be included with the price quote.
COMMERCIAL BUY CLAUSES are provided for
your convenience on EPA's website at the following
address: http://www.epa.gov/oam/rtp_cmd. Please
submit quote to Courier delivery address is U.S.
Environmental Protection Agency, Attn: Pamela E.
Smith (E105-02), RTP Procurement Operations
Division, 4930 Page Road, Research Triangle Park,
NC 27703. All offers are due by November 30, 2005,
4:30 p.m., quotes can be faxed to: (919) 541-1075 or
e-mailed to smith.pamela@epa.gov .
URL:
http://www.fbo.gov/spg/EPA/OAM/CMD/RFQ-RT-06
-00024/listing.html
Desc: Link to FedBizOpps document.
EMAIL: smith.pamela@epa.gov
Desc: U.S. Environmental Protection Agency
======================================
NAICS Code: 334210
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: D -- In-Line Network ENcryptor with 3 yr
hardware & Software Warranty for required SIPRNET
Lan Connections in Support of DSCR Command &
DLA Enterprise Support Richmond Operations to
extend the circuits
SOLICITATION: Reference-Number-PR53133007
RESP DATE: 11/21/05
CONTACT: Kathy Hicks, Contract Specialist, Phone
(804)279-3929, Fax (804)279-3246, Email
kathy.hicks@dla.mil
DESC: The Defense Supply Center Richmond intends
to issue and award a Sole Sourc contract to General
Dynamics c4 Systems, Inc. for In-Line Network
Encryptor with 3 yr Hardware & Software Warranty
for required SIPRNET LAN connections in support of
DSCR Command & DLA Enerprise Support
Richmond Operations to extend the circuits.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/Reference-Nu
mber-PR53133007/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: see info above in Description
information.
======================================
DISA/DITCO/PL8, P.O. Box 25857, Scott AFB, IL
62225-5406
SUBJECT: D--INFORMATION TECHNOLOGY
SERVICES, INCLUDING COMMUNICATIONS
SERVICES
SOLICITATION: VARIOUS-17-Nov-2005
CONTACT: Point of Contact https://www.ditco.disa.mil/dcop/Public/ASP/dcop.asp
DESC: 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" (solicitations)
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 Site is
https://www.ditco.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 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 all components for each telecommunications
service requirement from a single source. DITCO
utilizes a streamlined "Inquiry/Quote/Order" (IQO)
process to solicit contractor quotes and issue "Orders"
for required telecommunications services and
equipment. Under the IQO 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 incorporated
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
telecommunications services requirements is 513310.
URL:
http://www.fbo.gov/spg/DISA/D4AD/DITCO/VARIO
US-17-Nov-2005/listing.html
Desc: Defense Information Technology Contracting
Organization, Scott AFB, IL
======================================
NAICS Code: 811212
Letterkenny Army Depot,Directorate of Contracting,
ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg
2, Chambersburg, PA 17201-4152
SUBJECT: D--Maintenance and Repair of Data
General (Equate) Computer and Associated Hardware
SOLICITATION: W911N2-06-T-0030
RESP DATE: 12/15/05
CONTACT: Christopher K. Gloyd, 717-267-8037
DESC: Pre-solicitation notice for the maintenance and
repair of General (Equate) Computer and Associated
Hardware. Contractor will provide all labor, parts, and
material for onsite maintenance and repair of: Data
General (Equate) Computer, Model MV/7800XP ;
Data General (Equate) Computer and Exp. Chassis,
Model S/130; Disk Drive, Model B5443GA; Disk
Drive, Model 6065; Tape Drive, Model 6026; and
Tape Drive, Model 6021. This requirement is being
synopsized as full and open competition. Contract will
be a F irm Fixed Priced type Requirements Contract
under FAR Part 12, Acquisition of Commercial Items,
with a base year period and four option years. Quotes
will be evaluated on a best value basis. The FOB point
is Letterkenny Army Depot (destination). All res
ponsible sources may submit a quotation, which shall
be considered by this agency. The annotated closing
date for the solicitation is an estimated date and may
be adjusted dependent upon the release of the
solicitation. The solicitation will not close pr ior to the
annotated closing date. Offerors must be approved and
qualified. Interested parties requests/questions should
be mailed to Directorate of Contracting, Letterkenny
Army Depot, AMSAM-LE-KO, 1 Overcash Ave,
Building 2S, Chambersburg, PA 17201. Fa x
717-267-9834, and/or email
christopher.gloyd@us.army.mil.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH17/W91
1N2-06-T-0030/listing.html
Desc: Link to FedBizOpps document.
EMAIL: christopher.gloyd@us.army.mil
Desc: Letterkenny Army Depot,Directorate of
6
Contracting
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 17201-4152
POP ADDRESS: Letterkenny Army Depot,Directorate
of Contracting ATTN: AMSAM-LE-KO, 1 Overcash
Avenue, Bldg 2 Chambersburg PA
======================================
F - Natural Resources and Conservation Services
======================================
NAICS Code: 113310
Department of Agriculture, Natural Resources
Conservation Service, California State Office, 430 G
Street, Suite 4164, Davis, CA, 95616-4164
SUBJECT: F -- F-Whitney Project
SOLICITATION: AG-9104-S-06-0001
RESP DATE: 12/07/05
CONTACT: Bryant Linda, Contracting Officer,
Phone 951-684-3722, x109, Fax 951-788-7843, Email
linda.bryant@ca.usda.gov - Ray Miller, Contract
Specialist, Phone 530-792-5679, Fax 530-792-5795,
Email ray.miller@ca.usda.gov
DESC: This project will be a performance based
service contract for the Tree Removal located at
Whitney Project, Emergency Watershed Project,
Idyllwild, Riverside County, California. The major
items will be Pollution Control, Mobilization and
Demobilization, Traffic Control, Tree Removal, Brush
Removal, and Fire Prevention requirements (these are
all lump sum). This work is to be completed in 60 days
after receipt of notice to proceed. Contractors are
required to have a valid license as a Class A Licensed
Timber Operator. This is set-aside for small business,
not more than 500 employees. Site showing to be held
11/30/2005, 10:00 am. Location NRCS WWP Office
25965 Hwy, 243, Suites A&B, Idyllwild, CA 92549.
The solicition documents will be available on
FedBizOpps webiste on or about 19 November 2005
URL:
http://www.fbo.gov/spg/USDA/NRCS/CASO/AG-910
4-S-06-0001/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ADDRESS: Riverside County
======================================
SER - Gulf Islands National Seashore Contracting
Office 1801 Gulf Breeze Parkway Gulf Breeze FL
32563
SUBJECT: F--Hazard Fuel Reduction / Wetland
Cleanup Project at Gulf Islands National Seashore,
Florida District, Naval Live Oaks
SOLICITATION: Q5320060034
CONTACT: E. Andre Ward Contract Specialist
8509342614 andre_ward@nps.gov;
DESC: The DOI National Park Service intends to
solicit for award a single firm-fixed price contract for
furnishing all labor, supervision, equipment, and
transportation for two distinct projects, Hazard Fuels
Reduction and Wetland Cleanup at the Gulf Islands
National Seashore, Florida District, Naval Live Oaks.
Work consist of mechanical treatments to remove
undesired or excess live and dead fuel accumulations.
Numerous sand pine and various oak species are
downed along approximately 10 miles of fire roads.
Brush piles and trees within 15 feet of either side of
the roads shall be treated using a drum type cutter head
on a posi-trac dozer or gyro-trac. Minimal disturbance
of the soil is a necessity, as well as avoiding damage to
adjacent desirable live vegetation. Chainsaw work is
required to remove approximately 250 stumps left
behind from prior trail work. A wetland area needs to
be cleaned by hand to remove and dispose of all storm
debris (approximately 30-40 cubic yards) that washed
up from Hurricane Dennis in 2005. The proposed
acquisition is estimated at less than $100,000 and
reserved exclusivley for small business. The
applicable NAICS Code is 115310 and the small
business size is $15 million. This solicitation will be
issed as Request For Quotations (RFQ) or offers and
the acquisition conducted in accordance with FAR 13
Simplified Acquisition Procedures. The solicitation
and attachments will be posted online at
http://ideasec.nbc.gov on or about December 5, 2005
and will specify a closing date for receipt of offers. No
hard copies of the solicitation package will be
provided. The anticipated award date is on or about
Janurary 13, 2005. The period of performance shall
begin within 30 days from date of award and continue
for 15 days from start date. Guided site visits can be
arranged prior to bid closing as needed between 8 am
and 4 pm Monday through Friday by contacting Mark
Nicholas at 850/934-2619 or 850/232-3619.
Contractors must be actively registered in the Central
Contractor Registration (CCR) database at
http://www.ccr.gov to be eligible for contract award.
All quotation or offers timely received will be
considered for award. The Government reserve the
right to award to other than lowest price quotation or
offer. A formal evaluation plan, establishing a
competitive range, conducting discussions, and
scoring quotation or offers are not required. A
comparative evaluation of quotation or offers based on
price , past performance and the technical
qualifications should result in a best value
procurement.
URL:
http://www.fbo.gov/spg/DOI/NPS/APC-IS/Q53200600
34/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 32563
POP ADDRESS: Gulf Islands National Seashore
Florida District Naval Live Oaks Santa Rosa County
Gulf Breeze FL
======================================
NAICS Code: 561710
US Army Engineer District, New Orleans, ATTN:
CEMVN-CT, P.O. Box 60267, New Orleans, LA
70160-0267
SUBJECT: F--Issuing a base and four year contract
for pest control services for the US Army Corps of
Engineers District Reservation in New Orleans, LA.
SOLICITATION: W912P8-06-T-0011
RESP DATE: 12/20/05
CONTACT: Brenda D. Welty, 504-862-2872
DESC: This is a small business set-aside. NAICS
#561710; business size $6m. The U.S. Army Engineer
District, New Orleans, has a requirement for a
Contractor to provide pest control services at the New
Orleans District. Contractor shall furnish all supervi
sion, labor, equipment, transportation and materials,
chemical solutions/toxic gasses, poisonous paste, or
bait and mechanical traps to eliminate pest that infest
buildings and surrounding areas within the New
Orleans Reservation. The services to be provi ded by
the Contractor shall eradicate such pests as roaches,
fleas, lice, mice, rats, ants, wasps, and flying insects
other than termites. This solicitation is 100% set aside
for Small Business. The NAICS code is 561710 and
the business size is $6m. The applicable Standard
Industrial Code is 7342. Solicitation
W912P8-06-T-0011 will be available on or about
November 23, 2005. This requirement will be
procured as a base plus four option period contract.
All interested parties may request a complete solic
itation package by fax, 504-862-2892 or email
Brenda.D.Welty@mvn02.usace.army.mil. Copy of the
solicitation will be available on our website
www.mvn.usace.army.mil. Request for this solicitation
shall be in writing, stating the solicitation number,
comple te company name, point of contact, address,
area code and telephone number and facsimile
number. No telephone requests will be accepted.
Quotes are due on December 20, 2005, at noon CST.
NOTE: Contractor must be registered with Central
Contractor Registrat ion to be eligible for contract
award or payment from any DOD activity. Information
on registration may be obtained by calling
1-888-227-2423 or via the Internet at
http://www.ccr.gov. Registration requires applicants to
have a DUNS number from Dun & Brads treet.
Registering may take up to three weeks to process.
Recommend registering immediately in order to be
eligible for timely award.
URL:
http://www.fbo.gov/spg/USA/COE/DACA29/W912P8
-06-T-0011/listing.html
Desc: Link to FedBizOpps document.
EMAIL: brenda.d.welty@mvn02.usace.army.mil
Desc: US Army Engineer District, New Orleans
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 70160-0267
POP ADDRESS: US Army Engineer District, New
Orleans ATTN: CEMVN-CT, P.O. Box 60267 New
Orleans LA
======================================
J - Maintenance, Repair, and Rebuilding of
Equipment
======================================
NAICS Code: 811219
Department of the Navy, Bureau of Medicine and
Surgery, NMC Portsmouth, 54 Lewis Minor St,
Portsmouth, VA, 23708-2297
SUBJECT: J -- Maintenance of Laser Equipment
SOLICITATION: N0018305T0247-amend1
RESP DATE: 11/21/05
CONTACT: Doris Turner, Contract Specialist, Phone
757-953-7456, Fax 757-953-5739, Email
dwturner@mar.med.navy.mil - Keith Haskett,
Contract Specialist, Phone 757-953-7571, Fax
757-953-5739, Email khaskett@mar.med.navy.mil
DESC: VENDOR TO COMPLETE THE
FOLLOWING:
TIN:CAGE:DUNS:Vendor Point of
Contact:Phone:Vendor E-Mail:Fax:
Payment in Arrears (Check One): Monthly Quarterly
Semi-Annually Annually
Note: Vendor will be required to provide billing
electronically via the WAWF Electronic Invoicing
Method per Section G of this RFQ. For additional
information, a review of the following web sites may
be required: https://wawf.eb.mil http://wawftraining
Email: wawf@nmlc.med.navy.mil
Vendor to reference Request for Quotation (RFQ)
Number N00183-05-T-0247 on all correspondence
relating to this RFQ.
AVAILABILITY OF FUNDS: Pursuant to Section I,
Availability of Funds (FAR 52.232.18), of this
contract, funds are not presently available for this
contract. The GovernmentÆs obligation under this
contract is contingent upon the availability of
appropriated funds from which payment for contract
purposes can be made. No legal liability on the part of
the Government for any payment may arise until funds
are made available to the Contracting Officer for this
contract and until the Contractor receives notice of
such availability, to be confirmed in writing to the
Contracting Officer.
Pursuant to FAR 52.232-18, the Contracting Officer
will provide confirmation of availability of funds at
http://www.nmlc.med.navy.mil/acquisitions/services.h
tm.
GOVERNMENT RESERVES THE RIGHT TO
MAKE AWARD BASED ON AN ôALL OR NONEö
EVALUATION.
Section B - Supplies or Services and Prices
ITEM NO0001 11Months Maintenance in accordance
with Section C for the period 23 November 2005
through 30 September 2006 on one (1) Laser, Carbon
Dioxide, Surgical/Dermatologic,Dept. Surgical Suite,
MOR Manuf: Coherent Medical Model: EncorePA#
001830152C, Site ID 206-18801, Serial#
E1226621Loc: 2/3HOLD
ITEM NO0002 11MonthsMaintenance in accordance
7
with Section C for the period 23 November 2005
through 30 September 2006 on one (1) Laser, ND;
YAG, surgical Dept. Surgical Suite, MOR Manuf:
Coherent Medical Model: VPSELECTPA#
001830055C, Site ID 206-18701Serial#
I7E44113300Loc: 2/3STOR
ITEM NO0003 11MonthsMaintenance in accordance
with Section C for the period 23 November 2005
through 30 September 2006 on one (1) Laser, Carbon
Dioxide, Surgical/Dermatologic Dept. Plastic Surgery
Manuf: Coherent Medical Model: UP5000CPA#
001830061CSerial# F75C114233Loc: 214/6.2-104
ITEM NO0004 11Months
Maintenance in accordance with Section C for the
period 23 November 2005 through 30 September 2006
one one (1) Laser, ND; YAG, Surgical Dept.
Dermatology Manuf: Coherent Medical Model:
SELMULTIPA# 001830140CSerial#
J7G3715368Loc: 2/271113
ITEM NO0005 11Months
Maintenance in accordance with Section C for the
period 23 November 2005 through 30 September 2006
on one (1) Laser Diode Dept. Dermatology Manuf:
Palomar Model: SLP1000PA# 00183093949Serial#
17275Loc: 2/250503
ITEM NO0006 11Months
Maintenance in accordance with Section C for the
period 23 November 2005 through 30 September 2006
on one (1) YAG DERM Dept. Dermatology Manuf:
CandelaModel: GENTLEYAGPA#
0018391182Serial# 991423006090Loc: 2/271114
ITEM NO0007 11MonthsMaintenance in accordance
with Section C for the period 01 October 2005 through
30 September 2006 on one (1) Laser Diode OPT Dept.
Ophthalmology Manuf: Iridex Model: Oculight SLPA#
0018353646Serial# 1622Loc: 2/261133
ITEM NO0008 11MonthsMaintenance in accordance
with Section C for the period 23 November 2005
through 30 September 2006 on one (1) Laser, ND;
YAG, Opthalmic Dept. Ophthalmology Manuf:
ZeissModel: 3068539902PA# 18397367Serial#
871944Loc: 2/261133
Section C - Descriptions and Specifications Statement
of work
This contract shall provide for maintenance services
which include on-site corrective repairs, normal
working hour coverage (8:00 A.M. to 4:30 P.M.
Monday through Friday excluding Federal holidays) or
24-hour emergency service and routine preventive
maintenance services to Department of Defense owned
equipment, as listed on the: DD Form 1155 ôOrder for
Supplies or Servicesö. It shall include all systems,
subsystem components, and assemblies that were part
of the original system purchased. All maintenance
provisions shall apply to hardware, firmware, and
software, as appropriate, unless otherwise stated.
1. General
a. The Contractor shall comply with Federal, State,
Local laws, and Federal Regulations as applicable to
the performance of this contract.
b. The Contractor shall not accept any instructions
issued by any person employed by the U. S.
Government, other than: the Contracting Officer (KO),
or Biomedical Engineering Division (BME), all acting
within the limits of their authority.
2. Scope of Work
a. The Contractor shall provide trained, experienced,
English speaking personnel, labor, tools, diagnostic
equipment, software, test phantoms, material, supplies,
transportation, parts and equipment necessary to
perform Preventive Maintenance (PM), Calibration
(CAL), Safety testing (ST) and corrective
maintenance.
b. The Contractor shall provide telephonic
communications with the Government to discuss
technical matters relating to the performance of this
contract. A systems operator will be made available to
answer technical questions regarding system
operations and applications.
c. Equipment listed in this contract will be maintained
to meet the original equipment manufacturerÆs
(OEMÆs) specifications.
d. Equipment and associated components shall be
serviced as listed on: DD Form 1155, ôOrder for
Supplies or Servicesö.
e. The Contractor Point of Contact (POC). The
Contractor shall provide in writing the name and
telephone number of a primary and alternate
English-speaking individual to act as their
representative for the scheduling and coordination of
service calls, and to be responsible for the coordination
of the contract with the Government.
3. Government furnished property, Materials and
Services.
a. The Contractor representative(s) at each site may
request a pre-maintenance inspection prior to the onset
of the contract. Any equipment found to be inoperable
during this pre-maintenance inspection would be
repaired using a separate purchase order. The
government certifies that the equipment to be
maintained under this contract will be in good
operating condition on the effective date of this
contract. For the purpose of this contract, the clause,
ôgood operating conditionö means the conditions
necessary for the equipment to function as intended
without corrective maintenance. The Contractor
agrees to leave the equipment in good operating
condition at the expiration of this contract. During the
final week of this contract, the Government will make
final inspection of the equipment. Any correction of
deficiencies noted during this inspection shall be
resolved prior to contract end.
b. The government will be responsible for maintaining
the proper environment, including utilities and site
requirements necessary for the system to function
properly as specified by the OEM.
c. The Government will operate the system in
accordance with the instruction manual provided by
the OEM.
d. The Government will not be responsible for the
damage or loss due to fire, theft, accident, or other
disaster of Contractor supplies, materials, or for the
personal belongings brought onto Government
property by ContractorÆs personnel.
4. Contractor Furnished Property and Material.
a. The Contractor shall provide all service literature,
reference publications, laptop computers and
diagnostic software to be used by the contractor
service technicians and as required for the completion
of the services in accordance with this contract.
5. Replacement Parts.
a. The Contractor shall have ready access to unique
and/or high mortality replacement parts. All parts
supplied shall be compatible with the existing system.
b. The Contractor shall at their expense, replace all
worn or defective parts necessary to restore the
equipment to 100% operational condition as specified
by the OEM.
c. Contractor installed replacement parts shall become
the property of the Government and the replaced
malfunctioning part shall become the property of the
Contractor.
d. Freight, postage, and storage charges associated
with shipment and receipt of replacement parts, and
the return of parts shall be the responsibility of the
Contractor.
e. The Contractor shall use only new or warranted
replacement parts where the quality is equal to or
better than the OEMÆs original part. When
discrepancies occur, the Government will make the
final determination on whether a replacement part is of
equal or better quality.
f. The Contractor must include software revisions and
upgrades (field service changes), which are required
due to FDA, or manufacturer announced safety-hazard
recall, to include FDA Year 2000 Compliance
Directive, as part of the contract at no additional cost
to the Government.
Specific Tasks.
6. Contractor Report Requirements.
a. During normal duty hours, Contracted Field Service
Engineer (FSE) personnel shall check-in with the
Biomedical Engineering Division upon arrival at the
Government site and again prior to departure. The
Contractor FSEs shall personally notify Biomedical
Engineering (BME) of problems that result in the
equipment being left disabled upon their departure.
After normal duty hours, Contractor FSEs shall notify
the Officer of the Day Desk (Bldg 2, 2nd Floor) and
the systems operator designated by (BME).
b. The Contractor shall provide to (BME) a full
service report within two (2) days after completion of
all service performed. The service report shall include,
but not be limited to: contract number, contractorÆs
log number, detailed description of the service(s)
performed, replacement part(s) information (part
number, part value, nomenclature, unit price,
manufacturer, if not OEM, and whether the part is
new/used/reconditioned), the completion date and
time, man-hours expended and the hourly rate
normally charged for the type of service performed,
model and serial numbers, and the name of the FSE
performing the service.
7. Contractor Responsibility.
a. The Contractor shall be responsible for the
repair/replacement of damaged Government owned
equipment and property due to the negligence of the
Contractor or his representatives. All such
replacement or repair shall be at the ContractorÆs
expense and shall be inspected to the satisfaction of
the KO or appointed representative.
8. Preventive Maintenance Services.
a. In accordance with Naval Medical Logistics
Command (NAVMEDLOGCOM) Risk Assessment
Criteria. Preventive maintenance shall be performed
two (2) times during the length of this contract.
b. The Government shall select the months in which
preventive maintenance services are to be performed.
The preventive maintenance visits shall be performed
during the following months:DECEMBER 2005 AND
JUNE 2006
(The Government Fiscal Year runs: October through
September). The Contractor shall schedule and
complete preventive maintenance services prior to the
15th of the selected month.
c. All test equipment used in the performance of this
contract will be within calibration shall be in
compliance with Joint Commission on Accreditation
of Healthcare Organization (JCAHO), Original
Equipment Manufacturer (OEM) and Federal Drug
Administration (FDA) standards.
9. Corrective Maintenance
a. Normal Working Hour Maintenance Coverage
Maintenance Coverage will be Monday through
Friday, between 8:00 A.M. to 4:30 P.M. The
contractor shall respond via telephone within 2 hours
after receipt of trouble call, and provide on-site service
within 24 hours. Equipment shall be operational
within 48 hours. The Government reserves the right to
deduct from the ContractorÆs payment an amount per
hour equal to the number of hours the Contractor fails
to respond, as specified in the contract. Emergency
service outside the normal working hours by the
Government site shall be billable to the Government at
published commercial rates, and negotiated prior to
services rendered.
b. Government request for corrective maintenance will
be placed by (BME), to the ContractorÆs POC.
Corrective Maintenance shall be completed during the
hours specified in the contract.
c. The Contractor shall assign a unique Log/Reference
Number to each Government request for corrective
Maintenance.
d. ContractorÆs response to requests for service may
include telephone consultation with the equipment
user/operator and a Contractor FSE. Telephone
consultation shall: 1) provide instruction in
determining operator error; 2) to determine the most
likely cause of the problem; 3) to determine if
8
resolution of the problem requires the dispatch of a
FSE; and 4) to identify replacement parts likely to be
required in order to return the equipment to 100%
operational condition as specified by the OEM.
e. Each level of service shall include all parts to be
furnished by the Contractor at No cost to the
Government, unless otherwise indicated. Any/all
exclusions are listed as follows:
No Exclusions
f. The Contractor shall have his/her own service
manuals, specifications, schematic diagrams, and parts
lists to assist in the evaluation/repair of all equipment
included in this contract.
10. Removal of Government Property
a. Whenever the repair of equipment cannot be
performed at the Government site as determined by the
Contractor, the Contractor shall notify (BME) who
will make arrangements for the Contractor to remove
the item to the ContractorÆs designated site. The
Contractor may be required to sign a Government form
accepting responsibility for the Government
equipment.
b. All charges resulting from a Contractor determined
requirement to transport Government owned property,
covered by this contract, to and from an alternate
repair location shall be the responsibility of the
Contractor.
11. Equipment Modification Upgrades
a. The Contractor shall only incorporate OEM
specified modifications, alterations and upgrades.
Approval shall be obtained from (BME) prior to the
Contractor installation of any modification, alteration,
or upgrades.
b. The Contractor shall maintain contact with the
OEM to determine the requirement for field
modifications and to ensure accomplishment of these
modifications in accordance with the time schedule set
forth by the OEM.
c. The Government shall not alter the system without
prior notification to the Contractor.
d. The contractor at no additional cost shall provide
software upgrade to the Government. Installation of
upgrades will be left to the discretion of the
Government.
12. Service Beyond the Scope of the Contract
a. The Contractor shall immediately, but not later than
24 consecutive hours after discovery, notify (BME), in
writing, of the existence or the development of any
defects in, or repair required to the scheduled
equipment, which the Contractor considers they are
not responsible for under the terms of this contract.
b. At the same time of the notification, the Contractor
shall furnish (BME) with written estimate of the cost
to make the necessary repairs. Repairs considered by
the Contracting Officer to be outside the scope of this
contract shall not be covered under this contract, but
shall be ordered under a separate purchase order.
52.213-4 TERMS AND
CONDITIONS--SIMPLIFIED ACQUISITIONS
(OTHER THAN COMMERCIAL ITEMS) (JUL 2005)
52.232-18 AVAILABILITY OF FUNDS (APR 1984)
52.252-1 SOLICITATION PROVISIONS
INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation
provisions by reference, with the same force and effect
as if they were given in full text. Upon request, the
Contracting Officer will make their full text available.
The offeror is cautioned that the listed provisions may
include blocks that must be completed by the offeror
and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror
may identify the provision by paragraph identifier and
provide the appropriate information with its quotation
or offer. Also, the full text of a solicitation provision
may be accessed electronically at this/these
address(es):
WWW.ARNET.GOV/FAR
(End of provision)
Copy of complete RFQ package available upon
request.
URL:
http://www.fbo.gov/spg/DON/BUMED/N00183/N001
8305T0247-amend1/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 23708
POP ADDRESS: Naval Medical Center Portsmouth
Main Operating Room Bldg #2
Charette Health Care Center
27 Effingham Street
Portsmouth, VA
======================================
Attn: Department of Veterans Affairs, Network 22
Logistics Office, 5901 East Seventh Street, Long
Beach, California 90822
SUBJECT: J--J -- Sterilizer Maintenance & Repair
SOLICITATION: 600-233-05AH
RESP DATE: 12/13/05
CONTACT: Point of Contact - Alfreda Hunter,
Contract Specialist, Ph: (562) 826-8060, Fx:(562)
826-5828, Contracting Officer - Alfreda Hunter,
Contract Specialist, Ph:(562) 826-8060, Fx:(562)
826-5828
DESC: The Government intends to procure
commercial item services under (FAR Part 12,
Acquisition of Commercial Items, FAR Part 13,
(Simplified Acquisition Procedures) and FAR 13.5
(Test Program for certain Commercial Items) for
Maintenance and repair of Government Owned
Sterilizers for the VA San Diego Healthcare System,
3350 La Jolla Village Drive, San Diego, CA 92161,
VA Greater Los Angeles Healthcare System, 11301
Wilshire Blvd, Los Angeles, CA 90073, VA Long
Beach Healthcare System, 5901 E. 7th Street, Long
Beach, CA 90822, VA Loma Linda Healthcare
System, 11201 Benton Street, Loma Linda, CA 92357,
VA Los Angeles Ambulatory Care Center, 351 East
Temple Street., Los Angeles, CA 90012, VA
Sepulveda Ambulatory Care Center, 16111 Plummer
Street, North Hills, CA 91343 and VA Eastern
Colorado Healthcare System, VAMC Denver, 1055
Clermont Street, Denver, CO 80220. Offerors may
submit an offer for one, two or all seven facilities
listed in this announcement. The contract shall be for
a base year and four (4) Option Years. This is an
unrestricted solicitation. The solicitation will be
available for issue on or about November 29, 2005,
with offers due on or about December 15, 2005.
Request for the solicitation may be sent by facsimile to
(562) 961-1389, and addressed to Alfreda Hunter, by
e-mail at alfreda.hunter@med.va.gov, or may be
requested in person. The requester must reference
RFQ 600-233-05AH, and include the requesterÆs
name, physical address, phone number, e-mail address
and fax number. NAICS number is 811219, Size
Standard is $6 Million.
URL:
http://www.fbo.gov/spg/VA/LBVANBC/VAMD/600233-05AH/listing.html
Desc: Link to FedBizOpps document.
EMAIL: alfreda.hunter@med.va.gov
Desc: Alfreda Hunter
SETASIDE: N/A
POP COUNTRY: United States
POP ZIP: 90822
POP ADDRESS: 5901 East Seventh Street., Long
Beach, CA
======================================
NAICS Code: 811412
Department of the Air Force, Pacific Air Forces, 374
CONS - Yokota, Unit 5228, Yokota AB, APO Japan,
., 96328-5228
SUBJECT: J -- Operational Maintenance of DODDS
(school ) facilities
SOLICITATION: FA5209-05-R-0020
RESP DATE: 08/25/05
CONTACT: Tomoko Harashima, Contract Specialist,
Phone 225-6691, Email
tomoko.harashima@yokota.af.mil - Shirley Blue,
Contracting Officer, Phone 81-42-552-3010, Fax
81-42-552-9846, Email shirley.blue@yokota.af.mil
DESC: Operational maintenance of DODDS (school )
facilities (East Elementary, West Elementary, Middle
school and High school), including major systems and
buildings. If you are interested in this solicitation,
please contact Tomoko Harashima @042-552-3010 or
tomoko.harashima@yokota.af.mil Note:This
solicitation is good for only local vendors who have
proper licenses. Site visit is scheduled for 11 Aug 05,
0900 hrs.
URL:
http://www.fbo.gov/spg/USAF/PAF/374CONS/FA520
9-05-R-0020/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Japan
POP ZIP: 197-0001
POP ADDRESS: Yokota Air Base
Fussa-shi, Tokyo
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: J -- PROVISIONING SPARES AND
DATA FOR THE F-16 ACFT
SOLICITATION: FA8212-06-R-1001
RESP DATE: 01/03/06
CONTACT: Lori Lloyd, Contract Negotiator, Phone
801-586-0685, Fax 801-777-6022, Email
Lori.Lloyd@hill.af.mil
DESC: PR NR: FD20200662852, PURPOSE: to
establish a basic contract for USAF initial
provisioning spares and provisioning data for the F-16
Aircraft. Item: 0001 FMS USAF Unpredictable
Logistics Administrative F-16 Retrofit Programs, 1
LO. Item: 0002, FMS USAF Initial Provisioning
Spares/Repairs-INVESTMENT RETROFIT
PROGRAMS INVESTMENT, 1 LO. Item: 0003, FMS
USAF Initial Provisioning Spares/Repairs-EXPENSE
RETROFIT PROGRAMS EXPENSE, 1 LO. Item
0004: FMS USAF PROVISIONING SPARES DATA
RETROFIT DATA IN SUPPORT OF SPECIFIC
ECPS LOGISTICS MANAGEMENT
INFORMATION SUMMARY, 1 LO. Item 0005: FMS
USAF Special Test Equipment with Commercial
Manuals F-16 Acft Retrofit Programs. TO: LM
AERONAUTICAL, FORT WORTH, TX 81755.
Authority: 10 U.S.C. 2304(C)(1), Justification:
Supplies (or Services) required are available from only
one or a limited number of responsible source(s) and
no other type of supplies or services will satisfy agency
requirements. The proposed contract action is for
supplies and services for which the Government
intends to solicit and negotiate with only one, or a
limited number of sources under the authority of FAR
6.302. Interested persons may identify their interest
and capability to respond to the requirement or submit
proposals. This notice of intent is not a request for
competitive proposals. However, all proposals
received within forty-five days (thirty days if award is
issued under an existing basic ordering agreement)
after date of publication of this synopsis will be
considered by the Government. A Determination by
the Government not to compete this proposed contract
based upon responses to this notice is solely within the
discretion of the Government. Information received
will normally be considered solely for the purpose of
determining whether to conduct a competitive
procurement. 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. Electronic procedures
will be used for this solicitation.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA82
12-06-R-1001/listing.html
Desc: Link to FedBizOpps document.
======================================
230 Hall St., Suite 114 Lackland AFB San Antonio,
TX
9
SUBJECT: J -- REPAIR OF SPECIALIZED
CRYPTOGRAPHIC COMMUNICATION
EQUIPMENT
SOLICITATION: FA8307-05-R-94041
CONTACT: Juan Gonzales
juan.gonzales@lackland.af.mil
DESC: This is a Sources Sought synopsis. This is not
a solicitation. The purpose of this sources sought
synopsis is to identify other qualified sources prior to
the release of any potential solicitation for the repair of
the specialized cryptographic communication
equipment listed on Parts List available for download
under available documents section of this web page.
URL:
http://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-0
5-R-94041/listing.html
Desc: REPAIR OF SPECIALIZED
CRYPTOGRAPHIC COMMUNICATION
EQUIPMENT on HERBB
EMAIL: juan.gonzales@lackland.af.mil
Desc: E-mail the POC
======================================
BLM-FA NATIONAL INTERAGENCY FIRE
CENTER* 3833 S DEVELOPMENT AVE BOISE ID
83705
SUBJECT: J--Copier Maintenance and Services multi year
SOLICITATION: INLRAQ062000
CONTACT: Patrick W. Lorton Contract Specialist
2083875717 Patrick_Lorton@nifc.blm.gov;
DESC: The Bureau of Land Management, National
Interagency Fire Center, willl post a Request for
Quotation solicitation for multiple photocopier
maintenance and services multi-year agreement(s).
Contractor(s) shall furnish all labor, materials, parts,
toners, supplies (excluding paper and staples), on-site
repairs, and services, to include "loaner copier
machine" if off-site repairs are required, at no
additional cost to the government, for identifed copiers
under Bureau of Land Management, National
Interagency Fire Center(NIFC) programs , at the NIFC
facility,and the Vinnell Way program offices, Boise,
ID. The solicitation falls under NAICS code, 811212,
SIC 7378, Product Services Code J074. Small business
classification per SBA table, is 21.0 million dollars.
The solicitation package will be made available
electronically on November 30, 2005 from the
Electronic Commerce site: "http://ideasec.nbc.gov".
Contractors must be registered and active at the
Central Contractor Registration website at:
www.ccr.gov to participate, receive notifications of
amendment, award notification, and to facilitate
payment. Payment by Electronic Funds Transfer (EFT)
or EFT Third party alternative, is mandatory for this
contract. No hard copies will be sent. The anticipated
solicitation closing is December 15, 2005. The
Government reserves the right to make multiple
awards as a result of this solicitation response. This
requirement for a firm fixed price contract(s) with
option years not to exceed 5 years, is estimated to be
between $25,000.00 and $100,000.00 total over the
period of the contract including exercised option years.
URL:
http://www.fbo.gov/spg/DOI/BLM/NCR/INLRAQ062
000/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: N/A
POP COUNTRY: United States of America
POP ZIP: 83705
POP ADDRESS: Boise, ID
======================================
NAVICP, 5450 CARLISLE PIKE, P.O. BOX 2020
MECHANICSBURG, PA 17055-0788
SUBJECT: J ---Compress Melt Unit, In
Repair/Modification Of
SOLICITATION: N0010406RCA77
RESP DATE: 01/03/06
CONTACT: Contact Point, Boyd B Brandt, 0211.4,
(717)605-2982, Fax, (717)605-2612, Twx, Not-avail,
Contracting Officer, James G Hoffman, 0211,
(717)605-5774
DESC: NSN 7H-4540-01-470-9641, SPEC NR TDP
VER 002, Qty 4 EA, Delivery FOB Origin, See Notes
9,26*****
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N000104/N0
010406RCA77/listing.html
Desc: NAVICP BUSINESS OPPORTUNITIES
======================================
NAICS Code: 332510
Department of the Navy, Military Sealift Command,
Military Sealift Command Pacific, 140 Sylvester Road
Naval Base Base Point Loma- Bldg 139 3rd Floor, San
Diego, CA, 92106-3521
SUBJECT: J -- LINE AND NET CUTTER CUTTER
ASSY & ZINC ANODES
SOLICITATION: N62383-06-T-0060
RESP DATE: 11/23/05
CONTACT: Tamara Cunningham, Contract
Specialist, Phone 619-553-7768, Fax 619-553-7774,
Email tamara.cunningham@navy.mil
DESC: THIS REQUIREMENT IS INTENDED TO
BE SOLE SOURCED TO ORIGINAL EQUIPMENT
MANUFACTURER, SPURS MARINE, FOR LINE
AND NET CUTTER ASSY AND ZINC ANODES
FOR PROPELLER. ESTIMATED ISSUE DATE
FOR SOLICITATION IS 18 NOVEMBER 2005.
ONCE SOLICITATION IS ISSUED, IT WILL BE
POSTED AND CAN BE VIEWED IN THE
CONTRACTS SECTION OF THE MSC WEBSITE.
INSTRUCTIONS FOR DOWNLOADING
SOLICITATION FROM MSC WEBSITE:
HTTP://WWW.MSC.NAVY.MIL/ . CLICK ON
CONTRACTS (UPPER RIGHT HAND CORNER OF
SCREEN), CLICK ON ACTIVE REQUEST FOR
PROPOSALS, CLICK ON MSC OFFICE
LOCATION, CLICK
ON MSC PACIFIC SAN DIEGO, CLICK SEARCH,
LOOK FOR SOLICITATION NUMBER, CLICK ON
RFQ/RFP NUMBER, AND FOLLOW
DOWNLOADING INSTRUCTION FOR
SOLICITATION.
POINT OF CONTACT: Tamara Cunningham,
Contracting Officer, Phone number: 619-553-7768,
fax: 619 553-7686 or 619-553-7774, email:
tamara.cunningham@navy.mil
REQUIRED DELIVERY DATE: 15 DECEMBER
2005.
URL:
http://www.fbo.gov/spg/DON/MSC/N10/N62383-06T-0060/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 92123
POP ADDRESS: DELIVERY INFO: FOB
DESTINATION SAN DIEGO
======================================
Environmental Protection Agency, Procurement And
Grants Section, 1445 Ross Avenue, Suite, Dallas, TX
75202
SUBJECT: J--Maintenance
SOLICITATION: RFQ-TX-06-00004
RESP DATE: 11/28/05
CONTACT: Point of Contact, Diane Terry,
Purchasing Agent, Phone (214) 665-6553
DESC: NAICS Code: 811 1. PROVIDE FOR A
FULL SERVICE MAINTENANCE AGREEEMENT
FOR PANASONIC COPIERS FOR THE PERIOD 1
JAN 06 THRU 31 DEC 06. INCLUDES
MAINTENANCE AND CONSUMABLE SUPPLIES
EXCEPT PAPER FOR THE FOLLOWING COPIERS.
FD600-SN GJBWA311102 ID-D3669, FD600-SN
GJBWA311148- ID- D3669, FD600-SN
GJBWA311140- ID- D3706, FD600-SN
GJBWA311149 - ID- D3712 , FD600-SN
GJBWA311119 - ID-D3709, FD600
-SN-GJBWA311210 - ID-D3710, FD600-SN
GJBWA311190- ID-3708. All copies billed @
$0.0096 each, monthly in arrears. 2. Provide funding
for Maintenance and all Consumables except Paper for
the following copiers. D7728- SN-FHEKC312971ID-DO984, D7728 - SN-FHEKC31057 - ID- D2043,
D7750- SN-GHEKF312996- ID- D2011. Includes
30,000 copies monthly combined. 3. Allowance for
overages for line 2 @ $0.0129 each. The copiers are
located at 1445 Ross Ave, Dallas, Texas 75202. The
period of performance is 01/01/06 thru 12/31/06 (1
Year). FOR QUESTIONS ARE CONCERN, PLEASE
Email DIANE TERRY @ terry.diane@epa.gov.
URL:
http://www.fbo.gov/spg/EPA/OAM/RegVI/RFQ-TX-0
6-00004/listing.html
Desc: Link to FedBizOpps document.
EMAIL: terry.diane@epa.gov
Desc: U.S. Environmental Protection Agency
======================================
NAICS Code: 333921
Department of the Air Force, Air Education and
Training Command, Keesler AFB, 81st Contracting
Squadron, 310 M Street Rm 102, Keesler AFB, MS,
39534-2147
SUBJECT: J -- FY06 ELEVATOR MAINTENANCE
(9 MONTHS)
SOLICITATION:
Reference-Number-F2J3C25320A100
CONTACT: Jeni Hornbeck, Contract Specialist,
Phone 2283771831, Fax 2283773298, Email
jeni.hornbeck@keesler.af.mil - Don Kinsman,
Contract Specialist, Phone 228-377-1840, Fax
288-377-3298, Email don.kinsman@keesler.af.mil
DESC: Services Non-Personal : To provide all
management, labor, tools, equipment, transportation,
and materials necessary for providing elevator
maintenance service for Keesler AFB, MS in
accordance with the Statement of Work. The period of
performance for this contract is 1 January 2006 û 30
September 2006. Estimated issue date for this
solicitation is 23 November 05. This solicitation is
being issued on an unrestricted basis. The solicitation
can be downloaded from http://www.fedbizopps.gov.
URL:
http://www.fbo.gov/spg/USAF/AETC/KAFBCS/Refer
ence-Number-F2J3C25320A100/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 39534
POP ADDRESS: KEESLER AFB, MS
======================================
NAICS Code: 811310
Department of the Air Force, Air Force Materiel
Command, Tinker AFB OC-ALC - (Base
Contracting), OC-ALC/PKO 7858 5th Street Ste 1,
Tinker AFB, OK, 73145-9106
SUBJECT: J -- Preventive/Remedial Maintenance on
CO2 Fire Protection Systems at Tinker AFB, OK
SOLICITATION:
Reference-Number-F3YCEB5210A300
RESP DATE: 09/19/05
CONTACT: Andy Gore, Contracting Officer, Phone
(405)739-3517, Fax (405)739-7422, Email
Andrew.Gore@tinker.af.mil
DESC: Services Non-Personal: Contractor shall
provide all labor, materials, tools, test equipment,
parts, transportation and other incidentals necessary to
travel to TAFB, to perform An Annual Visual System
Component and Control Panel Inspection,
Semi-Annual CO2 Cylinder Weight Inspection,
Five-Year Systems and Cylinder Hydrostatic Testing,
Preventive and Remedial Maintenance Support
Service on 76 CMXG/MXCPMÆs Carbon Dioxide
Fire Protection Systems. The performance period shall
consist of one Basic Period (01 Oct û 2005 û 30 Sep
2006) and one Option Period (01 Oct 2006 û 30 Sep
2007). Interested parties must contact Andy Gore,
(405) 739-3517, or email at
andrew.gore@tinker.af.mil . The approximate issue
date for this solicitation is 08 Sep 2005. It should be
10
noted that all contractors are required to be registered
in the DoD Central Contractor Registration (CCR)
Database prior to award. Contractors can obtain
additional information by calling 1-888-227-2423 or
may register electronically at http://www.ccr.gov/. In
addition, contractor must be registered at
http://orca.bpn.gov (On-line Representations and
Certifications Application). North American Industry
Classification System (NAICS) 811310; Size
Standard: 6.0M. The approximate response date will
be 19 Sep 2005. Note, FAR Clause 52.232-18
Availability of Funds is applicable as, ôFunds are not
presently available for this contract. The
GovernmentÆs obligation under this contract is
contingent upon the availability of appropriated funds
from which payment for contract purposes can be
made. No legal liability on the part of the Government
for any payment may arise until funds are made
available to the Contracting Officer for this contract
and until the Contractor receives notice of such
availability, to be confirmed in writing by the
Contracting Officer.ö
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCBC/Ref
erence-Number-F3YCEB5210A300/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 73145
POP ADDRESS: Tinker AFB OK
======================================
NAICS Code: 811310
Corpus Christi Army Depot, ATTN: SIOCC-RS-AQ,
308 Crecy Street, Corpus Christi, TX 78419-6170
SUBJECT: J--Nonpersonal services and materials to
repair water brake shaft assemblies
SOLICITATION: W912NW-06-T-0004
RESP DATE: 11/30/05
CONTACT: Peggy Echols, (361)961-3913
DESC: Per specifications contained in solicitation
package - Nonpersonal services and materials to repair
water brake shaft assemblies, P/N LTCT26715-2, NSN
3040-01-184-6234, 24 each. This is a written
solicitation. All responsible sources may submit an
offer which will be considered. To obtain a copy of
the solicitation package, send an email to
pechols@ccad.army.mil requesting the solicitation
package - include company name, address, phone
number, fax number, POC name, DUNS number,
CAGE Code, Tax ID nu mber, and company size.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH13/W91
2NW-06-T-0004/listing.html
Desc: Link to FedBizOpps document.
EMAIL: peggy.echols@ccad.army.mil
Desc: Corpus Christi Army Depot
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 78419-6170
POP ADDRESS: Corpus Christi Army Depot ATTN:
SIOCC-RS-AQ, 308 Crecy Street Corpus Christi TX
======================================
L - Technical Representative Services
======================================
NAICS Code: 541330
NASA/Lyndon B. Johnson Space Center, Houston
Texas, 77058-3696, Mail Code: BJ
SUBJECT: L--TECHNICAL REPRESENTATIVE
SERVICES FOR GENERAL ELECTRIC J-85
ENGINES
SOLICITATION: NNJ06134881R
RESP DATE: 11/29/05
CONTACT: Eric J. Schell, Contract Specialist, Phone
(281) 244-2259, Fax (281) 483-7890, Email
eric.j.schell@nasa.gov - Alice J Pursell, Contracting
Officer, Phone (281) 483-9027, Fax (281) 483-7890,
Email alice.j.pursell@nasa.gov
DESC: NASA/JSC has a requirement for technical
representative services at Ellington Field to support
maintenance of the General Electric J-85 engines
installed in NASA/JSC's T-38N fleet.The technical
representative is required to function as a liaison
between General Electric and NASA/JSC personnel.
The period of performance for this requirement is one
year. The period of performance begins January 1,
2006 and ends December 31, 2006. NASA/JSC
intends to purchase the items from General Electric on
a sole source basis. This determination was reached
based on the fact that General Electric has all of the
proprietary information rights for General Electric J-85
engines. This proprietary information is unobtainable
from sources outside of General Electric. Thus,
General Electric is the only known source capable of
meeting all of NASA/JSC's requirements for this
procurement. The Government intends to acquire a
commercial item using FAR Part 12. Interested
organizations may submit their capabilities and
qualifications to perform the effort in writing to the
identified point of contact not later than 4:30 p.m.
local time on November 29, 2005. Such
capabilities/qualifications will be evaluated solely for
the purpose of determining whether or not to conduct
this procurement on a competitive basis. A
determination by the Government not to compete this
proposed effort on a full and open competition basis,
based upon responses to this notice, is solely within
the discretion of the government. Oral
communications are not acceptable in response to this
notice. All responsible sources may submit an offer
which shall be considered by the agency. An
Ombudsman has been appointed. See NASA Specific
Note "B". Any referenced notes may be viewed at the
following URLs linked below.
URL:
http://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ
06134881R/listing.html
Desc: Click here for the latest information about this
notice EMAIL: eric.j.schell@nasa.gov
Desc: Eric J. Schell
======================================
NAICS Code: 541330
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: L -- INDUSTRIAL ENGINEERING
TECHNICIAN
SOLICITATION:
Reference-Number-FA8501-06-M-0049
RESP DATE: 11/23/05
CONTACT: Eddie Shaw, Contract Specialist, Phone
(478)926-5123, Fax (478)926-3590, Email
eddie.shaw2@robins.af.mil
DESC: This is a (revised) combined
synopsis/solicitation (Previous reference
#F3QCCL5255A400) for commercial items prepared
in accordance with (IAW) the format in Subpart 12.6
as supplemented with additional information included
in this notice. This announcement constitutes the only
solicitation; proposals are being required and a written
solicitation will not be issued. The 402d Commodities
Maintenance Group (402 CMXG) has undertaken
deployment of an Industrial Engineering Technician to
furnish advisory and assistance services to the sheet
metal manufacturing unit to assist in the satisfaction of
mission requirements. Period of Performance: Basic
contract year (1 December 2005 to 31 October 2006)
and two option years. This solicitation incorporates
provisions and clauses that are in effect through
Federal Acquisition Circular FAC 2005-05, Effective
27 Jul 05 & Class Deviation 2005-00001. NAICS
Code: 541330, Place of Performance/FOB Robins
AFB, GA 31098.
CLIN: 0001 to provide FY06 budget funding for 1
CME to work MNM Sheet Metal Planning Office.
QTY (1) LOT
The following clauses are applicable to subject
solicitation: 52.252-2 û Clauses Incorporated by
Reference. The full text of a clause may be accessed
electronically at this/these address(es): Regulations
URLS: (Click on the appropriate regulation.)
http://farsite.hill.af.mil/reghtml/far/farltoc/htm
http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm
http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm
http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm
52.212-1 û Instructions to Offerors û Commercial;
Offerors required to submit past performance
information.
52.212-2 û Evaluation û Commercial Items û The
evaluation factors shall be: Price and price related
factors listed in Para 4.4 of Statement of Work.
[Attached]
52.212-4 û Contract Terms and Conditions û
Commercial Items; 52.212-5 û Contract Terms and
Conditions Required to Implement Statutes or
Executive Orders û Commercial Items. 52.217-8 û
OPTION TO EXTEND SERVICES (NOV 1999)
52.217-9 û OPTION TO EXTEND THE TERM OF
THE CONTRACT (MAR 2000) 52.232-33 û Payment
by Electronic Funds Transfer
52.237-2 û Protection of Government Buildings,
Equipment, and Vegetation
252.204-7004 û Required Central Contractor
Registration 5352.223-9001 û HEALTH AND
SAFETY ON GOVERNMENT INSTALLATION
Request For Quotes may be emailed to Eddie Shaw at
(478) 926-7549. The anticipated award will be 1 DEC
2005. All responsible sources solicited may submit a
bid, proposal, or quotation, which shall be considered.
RESPONSE TIME: COB: 23 Nov 2005.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/Refer
ence-Number-FA8501-06-M-0049/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: US
POP ZIP: 31098
POP ADDRESS: ROBINS AFB GA
======================================
M - Operation of Government-Owned Facilities
======================================
9000 Rockville Pike, 10/B1N313; Bethesda, MD
20892
SUBJECT: M -- STATISTICAL SUPPORT,FROM
11/29/05 THRU 11/29/06
SOLICITATION: CC263-06-Q-M4-0953
RESP DATE: 11/22/05
CONTACT: Albert Harris (301)594-3879
DESC: Buyer: NIH Clinical Center 9000 Rockville
Pike, 10/B1N313 Bethesda MD 20892 Reference
Number: CC263-06-Q-M4-0953 Required By:
11-22-05 Delivery By: 12-15-05 Delivery FOB: Y
Small Business Set-aside: Y FAR: 52.219-1 SMALL
BUSINESS CONCERN REPRESENTATION 84041
SIC: 8999 FSC: M199 Simplix Key: 8DUF05G0
Delivery Destination: LISA RUPRECHT; 9000
ROCKVILLE PIKE; BETHESDA, MD 20892 LINE
ITEM 01: 1 Cost STATISTICAL SUPPORT,FROM
11/29/05 THRU 11/29/06 LINE ITEM 02: 1 Lot
YOU MAY FAX YOUR QUOTE TO ALBERT
HARRIS,AT 301-402-0646 ADDITIONAL
PROVISIONS AND REPRESENTATIONS:
URL:
http://www.fbo.gov/spg/HHS/NIH/CCOPC/CC263-06
-Q-M4-0953/listing.html
Desc: Simplix
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 20892
POP ADDRESS: 9000 ROCKVILLE PIKE
======================================
9000 Rockville Pike, 10/B1N313; Bethesda, MD
20892
SUBJECT: M -- STATISTICAL SUPPORT FROM
11/29/05 THRU 11/29/06
SOLICITATION: CC263-06-Q-M4-0954
RESP DATE: 11/22/05
CONTACT: Albert Harris (301)594-3879
DESC: Buyer: NIH Clinical Center 9000 Rockville
Pike, 10/B1N313 Bethesda MD 20892 Reference
Number: CC263-06-Q-M4-0954 Required By:
11
11-22-05 Delivery By: 12-15-05 Delivery FOB: Y
Small Business Set-aside: Y FAR: 52.219-1 SMALL
BUSINESS CONCERN REPRESENTATION 84041
SIC: 8999 FSC: M199 Simplix Key: 8DUF3900
Delivery Destination: LISA RUPRECHT; 9000
ROCKVILLE PIKE; BETHESDA, MD 20892 LINE
ITEM 01: 1 Cost STATISTICAL SUPPORT FROM
11/29/05 THRU 11/29/06 LINE ITEM 02: 1 Lot
YOU MAY FAX YOUR QUOTE TO ALBERT
HARRIS, AT 301-402-0646 ADDITIONAL
PROVISIONS AND REPRESENTATIONS:
URL:
http://www.fbo.gov/spg/HHS/NIH/CCOPC/CC263-06
-Q-M4-0954/listing.html
Desc: Simplix
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 20892
POP ADDRESS: 9000 ROCKVILLE PIKE
======================================
N - Installation of Equipment
======================================
IMR - CANY - Canyonlands National Park 2282 S.
West Resource Blvd. Moab UT 84532
SUBJECT: N--Radio Installation - Seeking contractor
to program and install repeaters, "P-25" radios and
related parts.
SOLICITATION: Q713006A004
CONTACT: Cynthia Williams Contract Specialist
4357192114 cynthia_williams@nps.gov;
DESC: This is issued as a combined
synopsis/solicitation for Commercial items in
accordance with the format in Subpart 12.6, as
supplemented with additional information included in
this notice, and will be a Small Business Set-Aside
under North American Industrial Classification Code
(NAICS) 811213. The National Park Service (NPS) is
required to convert its existing wideband-analog VHF
radio systems to narrowband-digital "P-25" compliant
systems in order to meet federal mandates. Work for
this contract will be performed at Big Bend National
Park, Texas. The Contractor must program and install
two (2) VHF repeaters, two (2) VHF link radios, and
two (2) UHF link radios, along with all related
antenna, grounding, and transmission cabling systems.
The Contractor will also be required to write five (5)
programming templates for the park's portable and
mobile radios and program 97 portable radios and 66
mobile radios with the appropriate templates. The
repeater and link radios are Daniels P-25 radios. The
portable radios are Motorola XTS-5000's, and the
mobile radios are Motorola Astro-Spectras. The
Contractor shall provide the necessary technical and
business resources as required to install the new P-25
compliant radios, tune duplexers, write digital/mixed
mode radio programming templates and program
portable/mobile radios and repeater/link infrastructure.
The Contractor must also test the new system to ensure
the programming options meet user requirements. The
Contractor shall coordinate and work with the staff at
Big Bend National Park, local radio system cooperator
agencies, and IMR radio staff to facilitate work on the
radio system. Contractor shall submit a list of key
personnel qualifications to perform the work required
in this contract. Evaluation will be performed using
the following criteria: 1) Project Understanding:
Contractor must demonstrate in-depth understanding
of P-25 radio systems, including P-25 equipment
specifications and requirements. 2) Programming
skills and experience: Contractor must have experience
with writing digital/mixed mode programming
templates for various P-25 radios, including Motorola,
Daniels, and BK radios. Also list programming
experience with AES & DES-OFB encryption. 3)
Experience and Qualifications: Contractor must show
prior experience designing, installing, programming
and testing P-25 radio projects, and list specific key
personnel qualifications. 4) Provide 3 references
related to the installation and programming of P-25
radio systems. Performance Requirements:
Description of work; as required the Contractor shall,
but not be limited to: 1) Work must be performed at
elevations from 1,800' to over 8,500' elevation,
possibly under adverse weather conditions. Access to
the mountain-top repeater site may require using
helicopters (government provided", riding horses or
mules (government provided), or hiking to the site. An
overnight stay at a remote tent or cabin near the
repeater site may also be required during the repeater
installation. If required, the hike to the repeater site is
9 miles, roundtrip, with an elevation gain of 2,500'. 2)
The new radio system programming options must be
written to meet the stated objectives arrived at during
the radio system assessment conducted with the
system users prior to system installation. 3) Program
Infrastructure P-25 Radios (repeaters, base/link
stations), mobile radios, and portable radios as per
operational requirements. Installation will require
mixed-mode operation using multiple Network Access
Codes, multiple Talkgroups, Encryption Keys, and
OTAR. 4) Test and retune duplexers and cavities as
required. A minimum of 2 duplexers must be retuned.
5) Ensure all equipment is properly grounded and has
lightning protection. Contractor must be able to deal
with various environmental conditions when
grounding at repeater sites, such as rocky soil,
dangerous terrain, high winds, etc. The
radio/grounding/antenna systems installation standards
will meet or exceed technical standards listed in
attachment #1, and be as close as possible to R-56
standards. 6) Test new radio systems to verify that the
system options meet the requirements as determined in
3.1.2 during the system evaluation. Testing will be
Pass/Fail as per categories listed in Attachment #1.
The work will be performed at Big Bend National
Park, TX. The work must be done between December
5 and December 14, 2005. Deliverables : 1) Install
new radio systems, 2) Write radio programming
templates for, and program various P-25 repeaters,
control stations, portables, and mobile radios, and
provide programming templates and documentation, 3)
Inspect new radio system installations and provide
pass/fail documentation, 4) Test the new radio
system's performance for performance, 5) Media
format for deliverables, including media type, 6)
Documentation - Word or Excel, 7) Narrative - MS
Word files, paper and CD format, and 8) Radio
programming templates - computer program files.
COMMERCIAL CLAUSES 1) Data Universal
Numbering System (DUNS) Number 2) Central
Contractor Registration 1 52.204-06DATA
UNIVERSAL NUMBERING SYSTEM (DUNS)
NUMBER OCTOBER 2003 (a) The offeror shall
enter, in the block with its name and address on the
cover page of its offer, the annotation "DUNS" or
"DUNS+4" followed by the DUNS number or
"DUNS+4" that identifies the offeror's name and
address exactly as stated in the offer. The DUNS
number is a nine-digit number assigned by Dun and
Bradstreet, Inc. The DUNS+4 is the DUNS number
plus a 4-character suffix that may be assigned at the
discretion of the offeror to establish additional CCR
records for identifying alternative Electronic Funds
Transfer (EFT) accounts (see Subpart 32.11) for the
same parent concern. (b) If the offeror does not have a
DUNS number, it should contact Dun and Bradstreet
directly to obtain one. (1) An offeror may obtain a
DUNS number- (i) If located within the United States,
by calling Dun and Bradstreet at 1-866-705-5711 or
via the Internet at http://www.dnb.com; or (ii) If
located outside the United States, by contacting the
local Dun and Bradstreet office. (2) The offeror should
be prepared to provide the following information: (i)
Company legal business name. (ii) Tradestyle, doing
business, or other name by which your entity is
commonly recognized. (iii) Company physical street
address, city, state and Zip Code. (iv) Company
mailing address, city, state and Zip Code (if separate
from physical). (v) Company telephone number. (vi)
Date the company was started. (vii) Number of
employees at your location. (viii) Chief executive
officer/key manager. (ix) Line of business (industry).
(x) Company Headquarters name and address
(reporting relationship within your entity).
252.204-07CENTRAL CONTRACTOR
REGISTRATIONOCTOBER 2003 (a) Definitions. As
used in this clause - "Central Contractor Registration
(CCR) database" means the primary Government
repository for Contractor information required for the
conduct of business with the Government. "Data
Universal Numbering System (DUNS) number" means
the 9-digit number assigned by Dun and Bradstreet,
Inc. (D&B) to identify unique business entities. "Data
Universal Numbering System +4 (DUNS+4) number"
means the DUNS number assigned by D&B plus a 4character suffix that may be assigned by a business
concern. (D&B has no affiliation with this 4-character
suffix.) This 4-character suffix may be assigned at the
discretion of the business concern to establish
additional CCR records for identifying alternative
Electronic Funds Transfer (EFT) accounts (see the
FAR at Subpart 32.11) for the same parent concern.
"Registered in the CCR database" means that- (1) The
Contractor has entered all mandatory information,
including the DUNS number or the DUNS+4 number,
into the CCR database; and (2) The Government has
validated all mandatory data fields and has marked the
record "Active". (b)(1) By submission of an offer, the
offeror acknowledges the requirement that a
prospective awardee shall be registered in the CCR
database prior to award, during performance, and
through final payment of any contract, basic
agreement, basic ordering agreement, or blanket
purchasing agreement resulting from this solicitation.
(2) The offeror shall enter, in the block with its name
and address on the cover page of its offer, the
annotation "DUNS" or "DUNS +4" followed by the
DUNS or DUNS +4 number that identifies the
offeror's name and address exactly as stated in the
offer. The DUNS number will be used by the
Contracting Officer to verify that the offeror is
registered in the CCR database. (c) If the offeror does
not have a DUNS number, it should contact Dun and
Bradstreet directly to obtain one. (1) An offeror may
obtain a DUNS number- (i) If located within the
United States, by calling Dun and Bradstreet at
1-866-705-5711 or via the Internet at
http://www.dnb.com; or (ii) If located outside the
United States, by contacting the local Dun and
Bradstreet office. (2) The offeror should be prepared to
provide the following information: (i) Company legal
business. (ii) Tradestyle, doing business, or other name
by which your entity is commonly recognized. (iii)
Company Physical Street Address, City, State, and Zip
Code. (iv) Company Mailing Address, City, State and
Zip Code (if separate from physical). (v) Company
Telephone Number. (vi) Date the company was
started. (vii) Number of employees at your location.
(viii) Chief executive officer/key manager. (ix) Line of
business (industry). (x) Company Headquarters name
and address (reporting relationship within your entity).
(d) If the Offeror does not become registered in the
CCR database in the time prescribed by the
Contracting Officer, the Contracting Officer will
proceed to award to the next otherwise successful
registered Offeror. (e) Processing time, which normally
takes 48 hours, should be taken into consideration
when registering. Offerors who are not registered
should consider applying for registration immediately
upon receipt of this solicitation. (f) The Contractor is
responsible for the accuracy and completeness of the
data within the CCR database, and for any liability
resulting from the Government's reliance on inaccurate
or incomplete data. To remain registered in the CCR
database after the initial registration, the Contractor is
required to review and update on an annual basis from
the date of initial registration or subsequent updates its
information in the CCR database to ensure it is
current, accurate and complete. Updating information
in the CCR does not alter the terms and conditions of
12
this contract and is not a substitute for a properly
executed contractual document. (g) (1) (i) If a
Contractor has legally changed its business name,
"doing business as" name, or division name
(whichever is shown on the contract), or has
transferred the assets used in performing the contract,
but has not completed the necessary requirements
regarding novation and change-of-name agreements in
Subpart 42.12, the Contractor shall provide the
responsible Contracting Officer a minimum of one
business day's written notification of its intention to
(A) change the name in the CCR database; (B) comply
with the requirements of Subpart 42.12 of the FAR;
and (C) agree in writing to the timeline and procedures
specified by the responsible Contracting Officer. The
Contractor must provide with the notification
sufficient documentation to support the legally
changed name. (ii) If the Contractor fails to comply
with the requirements of paragraph (g)(1)(i) of this
clause, or fails to perform the agreement at paragraph
(g)(1)(i)(C) of this clause, and, in the absence of a
properly executed novation or change-of-name
agreement, the CCR information that shows the
Contractor to be other than the Contractor indicated in
the contract will be considered to be incorrect
information within the meaning of the "Suspension of
Payment" paragraph of the electronic funds transfer
(EFT) clause of this contract. (2) The Contractor shall
not change the name or address for EFT payments or
manual payments, as appropriate, in the CCR record to
reflect an assignee for the purpose of assignment of
claims (see FAR Subpart 32.8, Assignment of Claims).
Assignees shall be separately registered in the CCR
database. Information provided to the Contractor's
CCR record that indicates payments, including those
made by EFT, to an ultimate recipient other than that
Contractor will be considered to be incorrect
information within the meaning of the "Suspension of
payment" paragraph of the EFT clause of this contract.
(h) Offerors and Contractors may obtain information
on registration and annual confirmation requirements
via the internet at http://www.ccr.gov or by calling
1-888-227-2423, or 269-961-5757.
URL:
http://www.fbo.gov/spg/DOI/NPS/APC-IS/Q713006A
004/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 79834
POP ADDRESS: Big Bend National Park, Texas
======================================
Q - Medical Services
======================================
Attn: Department of Veterans Affairs, Acquisition
Operations Service, (049A3), 810 Vermont Avenue,
N.W., Washington, District Of Columbia 20420
SUBJECT: Q--Q -- Accreditation of Laboratory
Animal Care
SOLICITATION: 101-03-06
RESP DATE: 11/29/05
CONTACT: Point of Contact - Priscilla Lee,
Contracting Officer, Ph: (202) 273-8762, Fx:(202)
273-7448, Contracting Officer - Priscilla Lee,
Contracting Officer, Ph:(202) 273-8762, Fx:(202)
273-7448
DESC: The Department of Veterans Affairs Central
Office (VACO), Washington, DC, intends to award a
sole source contract to the American Association for
Accreditation of Laboratory Animal Care (AAALAC),
Rockville, MD under FAR 6.302-1. AAALAC will
provide triennial animal laboratory accreditation
renewal visits to VA Medical Centers with veterinary
medical units; an interim visit (follow up) for any
facility placed on withhold, provisional, probationary,
or revoke accreditation status; and new veterinary
medical unit accreditation. The NAICS code is
541940. Interested parties with the capability to
provide the required services should submit a
capability package in writing to the Senior Contract
Specialist within ten (10) calendar days after initial
publication of this notice. Information received will
be solely for the purpose of determining whether to
conduct a competitive procurement. If no affirmative
response is received from another source within ten
days, a contract will be negotiated and awarded to
AAALAC. If there are any questions, you may call
Priscilla Lee at (202) 273-8762. Please reference RFP
Number 101-03-06 on any submission. (See Note 22).
URL:
http://www.fbo.gov/spg/VA/VAAOAS/VADC/101-03
-06/listing.html
Desc: Link to FedBizOpps document.
EMAIL: priscilla.lee@mail.va.gov
Desc: Priscilla Lee
SETASIDE: N/A
POP COUNTRY: United States
POP ZIP: 20420
POP ADDRESS: Washington, DC
======================================
NAICS Code: 623220
Department of Health and Human Services, Indian
Health Service, California Area Office, 650 Capitol
Mall, 7th Floor - Suite 7-100, Sacramento, CA, 95814
SUBJECT: Q -- Youth Residential Substance Abuse
Treatment
SOLICITATION: 235-06-0003
RESP DATE: 01/09/06
CONTACT: Harry Weiss, Contract Specialist, Phone
916.930.3927, Fax 916.930.3952, Email
harry.weiss@mail.ihs.gov
DESC: Female Youth Group Home for Substance
Abuse treatment for American Indian Youth in the Los
Angeles, CA Urban area. In accordance with Title V
of the Indian Health Care Improvement Act, this
acquisition is restricted to the United American Indian
Involvement, Inc. No requests for the solication
package will be honored.
URL:
http://www.fbo.gov/spg/HHS/IHS/IHS-SAC/235-06-0
003/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Los Angeles County, CA
======================================
NAICS Code: 541990
Department of Health and Human Services, Indian
Health Service, Aberdeen Area Office, Federal
Building, 115 4th Avenue SE, Aberdeen, SD, 57401
SUBJECT: Q -- Radiology Services
SOLICITATION: RFQ-06-016
RESP DATE: 12/19/05
CONTACT: Danielle Chasing Hawk, Purchasing
Agent, Phone 605-226-7574, Fax 605-226-7669,
Email Danielle.ChasingHawk@na.ihs.gov
DESC: The Aberdeen Area Indian Health Service is
currently seeking potential bidders for a firm-fixed
price, small business set-aside for Radiology Services
at the Cass Lake, PHS, IHS, Hospital in Cass Lake,
Minnesota. The work schedule is weekend coverage /
24 hour work schedule, and will be two to three
weekends per month. Period of performance will be
from the date of award for 1612 hours, (approximately
a year one contract). Contractor is to perform
according to the statement of work. This is a
Small-Business Set-Aside purchase order. Request for
the RFQ package shall be in writing either by email or
telefax and it will be made available approximately
fifteen (15) days AFTER the date of this publication
which will be December 2, 2005. The closing date of
this RFQ package is December 19, 2005
URL:
http://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-06016/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: United States
POP ZIP: 56633
POP ADDRESS: Cass Lake IHS Hospital
Cass Lake, Minnesota
======================================
NAICS Code: 541990
Department of Health and Human Services, Indian
Health Service, Aberdeen Area Office, Federal
Building, 115 4th Avenue SE, Aberdeen, SD, 57401
SUBJECT: Q -- Radiology Services
SOLICITATION: RFQ-06-017
RESP DATE: 12/19/05
CONTACT: Danielle Chasing Hawk, Purchasing
Agent, Phone 605-226-7574, Fax 605-226-7669,
Email Danielle.ChasingHawk@na.ihs.gov
DESC: The Aberdeen Area Indian Health Service is
currently seeking potential bidders for a firm-fixed
price, small business set-aside purchase order for
Radiology Services at the Cass Lake, PHS, IHS,
Hospital in Cass Lake, Minnesota. The work schedule
is weekend coverage / 24 hour work schedule, and will
be two to three weekends per month. Period of
performance will be from the date of award for 1612
hours, (approximately a one year contract). Contractor
is to perform according to the statement of work. This
is a Small-Business Set-Aside purchase order.
Request for the RFQ package shall be in writing either
by email or telefax and it will be made availabe
approximately fifteen (15) days AFTER the date of
this publication which will be December 2, 2005. The
closing date of this RFQ package is December 19,
2005.
URL:
http://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-06017/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: United States
POP ZIP: 56633
POP ADDRESS: Cass Lake IHS Hospital
Cass Lake, Minnesota
======================================
NAICS Code: 541990
Department of Health and Human Services, Indian
Health Service, Aberdeen Area Office, Federal
Building, 115 4th Avenue SE, Aberdeen, SD, 57401
SUBJECT: Q -- Pharmacist
SOLICITATION: RFQ-06-018
RESP DATE: 12/19/05
CONTACT: Danielle Chasing Hawk, Purchasing
Agent, Phone 605-226-7574, Fax 605-226-7669,
Email Danielle.ChasingHawk@na.ihs.gov
DESC: The Aberdeen Area Indian Health Service is
currently seeking potential bidders for a Non-Personal,
firm-fixed price, small business set-aside purchase
order for a Pharmacist at the Cass Lake PHS, IHS,
Hospital in Cass Lake, Minnesota. The work schedule
is Monday through Friday. Period of performance will
be from the date of the award for approximately one
year. Contractor is perform according to the statement
of work. This is a Small-Business Set-Aside purchase
order. Request for the RFQ package shall be in
writing either by email or telefax and it will be made
available approximately fifteen (15) days AFTER the
date of this publication which will be December 2,
2005. The closing date of this RFQ package is
December 19, 2005.
URL:
http://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-06018/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: United States
POP ZIP: 56633
POP ADDRESS: Cass Lake IHS Hospital
Cass Lake, Minnesota
======================================
R - Professional, Administrative and
Management Support Services
======================================
NAICS Code: 561613
Other Defense Agencies, Defense Commissary
13
Agency, Contracting Bus Unit/Services Div, 1300 E
Avenue, Building P-11200, Fort Lee, VA, 23801-1800
SUBJECT: R -- ARMORED CAR SERVICES FOR
DeCA COMMISSARY
SOLICITATION: HDEC08-05-T-0068
RESP DATE: 12/02/05
CONTACT: Lynne Belle, Contract Specialist, Phone
(804) 734-8247, Fax (804) 734-8669, Email
lynne.belle@deca.mil - Christopher Beck, Contracting
Officer, Phone 804-734-8630, Fax 804-734-8669,
Email christopher.beck@deca.mil
DESC: A) This is a combined synopsis and
solicitation for commercial items (services) prepared
in accordance with the format in Subpart 12.6, as
supplemented with additional information included in
this notice. This announcement constitutes the only
solicitation; quotes are being requested and A
WRITTEN SOLICICTATION WILL NOT BE
ISSUED.
B) The solicitation number for this procurement is
HDEC08-05-T-0068 and is issued as a Request for
Quotation (RFQ).
C) This solicitation document and incorporated
provisions and clauses are those in effect through the
Federal Acquisition Circular (FAC) 2005-06, DFARS
Change Notice 2005-10-11, and Defense Commissary
Agency Acquisition Regulations (DeCAARS) 2005
Edition.
D) For information purposes the Standard Industrial
Classification Code is 7381. The North American
Industry Classification systems (NAICS) code is
561613. The Size standard is 10.5 mil.
E) Contract Line Item Numbers (CLINS) û Provide
OfferorÆs pricing for Armored Car Services in the
following format:
Location: New London NSB Commissary, Groton, CT
January 1, 2006 û December 31, 2006
0001AA Price per Month$____ x 12 months =
$________
0001ABUnscheduled Runs $____ x 5 (est.) per year =
$________
January 1, 2007 û December 31, 2007
1001AA Price per Month$____ x 12 months =
$________
1001ABUnscheduled Runs $____ x 5 (est.) per year =
$________
January 1, 2008 û December 31, 2008
2001AA Price per Month$____ x 12 months =
$________
2001ABUnscheduled Runs $____ x 5 (est.) per year =
$________
January 1, 2009 û December 31, 2009
3001AA Price per Month$____ x 12 months =
$________
3001ABUnscheduled Runs $____ x 5 (est.) per year =
$________
January 1, 2010 û December 31, 2010
4001AA Price per Month$____ x 12 months =
$________
4001ABUnscheduled Runs $____ x 5 (est.) per year =
$________
F)The services to be provided shall be for Armored
Car Service at the New London NSB, Commissary,
484 Crystal Lake Road, Groton, CT 06340. The
period of performance will be a base year (starting on
or about January 1, 2006) and four one-year options.
The banking institution for this location is shown in
paragraph 2 of the Statement of Work which follows.
G) Provision at FAR 52.212-1, Instruction to
Offerors Commercial Items applies to this acquisition.
Quotes from offerors shall contain the following
information: RFQ NUMBER (see Paragraph B);
TIME SPECIFIED FOR RECEIPT OF QUOTES (see
Paragraph R); NAME, ADDRESS; TELEPHONE &
FAX NUMBERS, E-MAIL (optional) OF OFFEROR;
UNIT PRICE, EXTENDED PRICE PER CLIN ITEM
AND TOTAL PRICE (in the format specified in
paragraph E); ANY DISCOUNT TERMS; and IF your
firm accepts credit card payments provide NAME;
PHONE #; FAX # of the Point of Contact in your
Accounts Receivable department. Quotation shall also
contain all other documentation specified herein.
Quotations must be SIGNED. Quotation shall include
a STATEMENT specifying the extent of agreement
with all terms, conditions, and provisions included in
the solicitation and acknowledge all amendments to
the solicitation (as applicable). PERIOD OF
ACCEPTANCE OF OFFERS: The quotation shall
state the agreement to hold the prices contained therein
firm for 120 calendar days from the date specified for
receipt, unless another time period is specified in an
addendum or amendment to the Request for
Quotation. LATE OFFERS: Request for Quotations
or modifications of quotes received at the address
specified for the receipt of offers after the exact time
specified for receipt WILL NOT be considered. The
listed Federal Acquisition Regulation (FAR) clauses
apply to this solicitation and are incorporated by
reference.
H) EVALUATION/AWARD: IAW FAR 52.212-2,
Evaluation-Commercial Items, the Government will
award a purchase order resulting from this RFQ to the
lowest priced offer which meets the requirement
specified herein. This is an Unrestricted procurement.
All responsible sources may submit an offer which
shall be considered. J) OFFERORS SHALL
INCLUDE A COMPLETE COPY OF THE
PROVISION AT FAR 52.212-3, OFFEROR
REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS (Jan
2005)(as applicable) WITH THEIR OFFER, which
may be completed electronically at
http://orca.bpn.gov. Offerors that fail to furnish the
required representation information, or reject the terms
and conditions of the solicitation, may be excluded
from consideration. All FAR & DFARS Clauses may
be viewed in full text via the Internet at
http://farsite.hill.af.mil/.
K) FAR Clause 52.212-4, Contract Terms and
Conditions-Commercial Items applies to this
acquisition and there is not an Addendum.
M) FAR Clause 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or
Executive Orders-Commercial Items (DEV) applies to
this acquisition and the following clauses are hereby
incorporated by reference: DFARS 252.204-7004
Required Central Contractor Registration; DFARS
252.243-7001 Pricing of Contract Modifications;
DFARS 252.247-7023 ALT III, Transportation of
Supplies by Sea-Alternate III; FAR 52.204-7 Central
Contractor Registration; FAR 52.233-3 Protest After
Award; FAR 52.233-4 Applicable Law for Breach of
Contract Claim; FAR 52.222-3 Convict Labor; FAR
52.222-21 Prohibition of Segregated Facilities; FAR
52.222-26 Equal Opportunity; FAR 52.222-35,
Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212); FAR 52.222-36
Affirmative Action for Handicapped Workers (29
U.S.C.793); FAR 52.222-37, Employment Report on
Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212); FAR 52.232-36
Payment by Third Party; FAR 52.237-2 Protection of
Government Buildings, Equipment, and Vegetation;
FAR 52.222-43 Fair Labor Standards Act and Service
Contract Act Price Adjustment; FAR 52.225-13
Restriction on Certain Foreign Purchases; FAR
52.222-42 Statement of Equivalent Rates for Federal
Hires; FAR 52.232-33 Payment by Electronic Funds
Transfer Central Contractor Registration.
N) Additional requirements: All Quotes shall be
marked with the RFQ NUMBER (shown in paragraph
B) and CLOSING DATE (shown in paragraph R).
Facsimile offers WILL BE accepted at fax:
804-734-8669. However it is highly recommended
that fax transmissions be made and confirmed one
working day prior to the date specified for receipt of
offers in accordance with FAR Clause 52.212-1(f)
Late Submissions.
All prospective awardees MUST BE CENTRAL
CONTRACTOR REGISTERED (CCR) prior to
receiving an award. If your firm has not registered yet,
you are highly encouraged to do so NOW.
Information concerning CCR requirements may be
viewed via the Internet at http://www.ccr.gov or by
calling the CCR Registration Centers at
1-888-227-2423.
52.217-4501 FAR 52.217-9 OPTION TO EXTEND
THE TERM OF THE CONTRACT (JUL 2003)
a. The Government may extend the term of this
contract by written notice to the Contractor at least 25
days prior to expiration of the current contract period;
provided, that the Government shall give the
Contractor a preliminary written notice of its intent to
extend at least 60 calendar days before the contract
expires. The preliminary notice does not commit the
Government to an extension.
b. If the Government exercises this option, the
extended contract shall be considered to include this
option provision.
c.The total duration of this contract, including the
exercise of any options under this clause, shall not
exceed 66 months.
52.217-4505 FAR 52.217-8 OPTION TO EXTEND
SERVICES (NOV 1999) The Government may
require continued performance of any services within
the limits and at the rates specified in the contract.
These rates may be adjusted only as a result of
revisions to prevailing labor rates provided by the
Secretary of Labor. The option provision may be
exercised more than once, but the total extension of
performance hereunder shall not exceed 6 months.
The Contracting Officer may exercise the option by
written notice to the Contractor prior to expiration of
the contract performance period.
52.228-4500 LIABILITY TO THIRD PERSONS
(APR 1997) The contractor shall be responsible for
and hold the Government harmless from all claims on
the part of persons not a party to this contract for
personal injury, death, and property loss or damage
caused in whole or in part by the fault or negligence of
the contractor, his officers, agents, or employees in the
performance of work under this contract.
52.204-4500INSTALLATION ACCESS
REQUIREMENTS (DEC 2001)
The contractor is responsible for ensuring compliance
with installation access procedures for both personnel
and vehicles.
52.228-4501 VEHICLE OPERATION AND
INSURANCE (DEC 2001)
a. All private-owned and Contractor-owned vehicles
shall be properly licensed, insured and safety inspected
in accordance with applicable federal, state and local
regulations. The following automotive liability
coverage is required:
(1) For Contractor-owned vehicles: Bodily injury
$200,000 per person, $500,000 per occurrence;
property damage $20,000 per occurrence.
(2) For privately-owned vehicles: Bodily injury and
property damage insurance meeting requirements of
state in which vehicle is registered.
b. Vehicles licensed or registered in a state which
requires a mechanical safety inspection must display a
valid inspection sticker.
c. All vehicles operating at the installation are subject
to the installation traffic code, copies of which are
available in the office of the installation Provost
Marshal.
52.228-4502 OTHER INSURANCE
REQUIREMENTS (OCT 1995)
The contractor shall procure and maintain during the
entire period of performance under this contract the
following minimum insurance and shall furnish a
certificate upon request by the Contracting Officer:
(1) Workmen's Compensation: As required by law of
the State of Connecticut
(2) Employer's Liability: $100,000
(3) Comprehensive General Liability: $500,000 each
occurrence.
52.233-4500 INDEPENDENT REVIEW OF
AGENCY PROTESTS (APR 2004)
14
Offerors/bidders may submit their agency protest
directly to the contracting officer or request an
independent review at a level above the contracting
officer. The independent review is available as an
alternative
to consideration of the agency protest by the
contracting officer. The independent review is not an
appeal of the contracting officer's decision on an
agency protest.
Agency protests for consideration by the contracting
officer must be submitted to the issuing office
indicated on the face of the solicitation. Agency
protests for consideration by a level above the
contracting officer must be submitted to:
Defense Commissary Agency ATTN: CIA (Director,
Contracting) 1300 E Avenue Fort Lee, Virginia
23801-1800
52.252-1 SOLICITATION PROVISIONS
INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation
provisions by reference, with the same force and effect
as if they were given in full text. Upon request, the
Contracting Officer will make their full text available.
The offeror is cautioned that the listed provisions may
include blocks that must be completed by the offeror
and submitted with its quotation or offer. In lieu of
submitting the full text of those provisions, the offeror
may identify the provision by paragraph identifier and
provide the appropriate information with its quotation
or offer. Also, the full text of a solicitation provision
may be accessed electronically at this/these
address(es): www.farsite.hill.af.mil
52.252-2 CLAUSES INCORPORATED BY
REFERENCE (FEB 1998)
This contract incorporates one or more clauses by
reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting
Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at
this/these address(es): BOTH FAR AND DFARS
www.farsite.hill.af.mil
52.252-6 AUTHORIZED DEVIATIONS IN
CLAUSES (APR 1984)
(a) The use in this solicitation or contract of any
Federal Acquisition Regulation (48 CFR Chapter 1)
clause with an authorized deviation is indicated by the
addition of "(DEVIATION)" after the date of the
clause.
(b) The use in this solicitation or contract of any (48
CFR Defense Federal Acquisition Regulation
Supplement Chapter 2) clause with an authorized
deviation is indicated by the addition of
"(DEVIATION)" after the name of the regulation.
(End of clause)
52.222-4503 CONSOLIDATED WAGE
DETERMINATION (SEP 1997)
The DOL wage determinations required for this
solicitation and any resulting contract are incorporated
by reference with full force and effect as required by
FAR 52.222-41, Service Contract Act of 1965, as
Amended (for commercial items see FAR 52.212-5,
Contract Terms and Conditions Required to
Implement Statutes or Executive Orders - Commercial
Items, paragraph (c)(1)). If there is any discrepancy
between the consolidated wage determination and the
DOL wage determination, the DOL wage
determination shall prevail. Complete copies of the
DOL wage determinations are available from the
issuing office.
DoL ûWage Det # / Revision 94-2087 REV 29(New
London, CT)
Labor CategoryLabor Rate
Dispatcher $13.55
Security Guard II$16.68
H&W (hourly)$2.87
Statement of Equivalent Rates for Federal Hires
Security Guard IILabor Rate $15.52
Dispatcher Labor Rate $15.52
P) The Defense Priorities and Allocations Systems
(DPAS) rating is N/A.
Q) There are no numbered notes applicable to this
solicitation.
R) Offers will be accepted at the DEFENSE
COMMISSARY AGENCY, CONTRACTING
BUSINESS UNIT / CICDS, 1300 E. AVENUE, FORT
LEE, VA 23801-1800 and must be received NO
LATER THAN 2:30 PM local time ON December 2,
2005.
S) The point of contact for this solicitation is LynneÆ
F. Belle, 804-734-8247.
T) STATEMENT OF WORK
DEFENSE COMMISSARY AGENCY (DeCA)
STATEMENT OF WORK
ARMORED CAR SERVICES
1. SCOPE OF WORK: The contractor shall provide
all personnel, supervision, transportation (armored car
vehicles), and labor (armed professional guards) and
other items and services necessary to perform the
driving, pick-up and delivery of cash and other
monetary documents (i.e. checks, change orders etc.)
from the location(s) specified. The contractor shall
perform to the standards and specifications in this
contract.
2. SCHEDULE OF SERVICES:
COMMISSARY LOCATION AND PICK-UP
SCHEDULE
PICK û UP
SCHEDULE
BANK DELIVERY ADDRESS
CHANGE FUND AMOUNT
(ESTIMATE)
DEPOSIT AMOUNT (ESTIMATE)
Commissary address:
New London NSB 484 Crystal Lake Road
Groton, CT 06340Between 1:00 p.m. û 3:00 p.m.
Tues. û Sat.Bank Address: Bank of America
738 Long Hill Road
Groton, CT 06340$3,000-$4,000
Per day*$80,000 to $100,000 Per day
The commissaries are open on the following holidays
and the contractor shall provide service, if required.
Martin Luther King, Jr's Birthday
Labor Day
George Washington's Birthday
Columbus Day
Memorial Day
Veterans Day
Independence Day
3. CHANGE ORDERS: Commissary personnel will
call Change Orders into the bank as early as possible.
The armored car contractor shall pick-up the Change
Order when the deposits are taken to the bank. The
armored car contractor will deliver the Change Order
back to the commissary on the next scheduled pick-up
day as specified in the Schedule of Services listed in
item 2 above. If the bank is not open on that day, then
the next day the bank is open. NOTE to Commissary
Personnel: always ensure you have adequate change to
last you until the next day.
4. DEPOSITS: The contractor is required to
pick-up/deliver the deposit to the financial institution
designated in the schedule of services listed in item 2
above and in accordance with item 3 above.
5. TIME SCHEDULE: The Store Director or his
designated representative may request that the
contractor provide service during other than normal
duty hours (to include weekends and holidays) based
on an assessment of the situation and its impact on the
commissary operation. If the contractor arrives at the
commissary earlier than designated in the schedule of
services for pick-up and the commissary personnel are
not ready, the contractor's representative shall wait
until the scheduled hours of pick-up.
The contractor shall be paid the appropriate cost per
run amount, as set forth in the line items indicating
Additional Fee for Pick-ups of this contract: if the
contractor is required to provide service other than
stated in the Pick-up schedule identified in paragraph
2 above or if the contractor must return to the
commissary due to the fault of commissary personnel
not being ready for the scheduled pick-up.
6. RECEIPTS: The armored car guard(s) shall report
to the Store Director or designated representative(s)
who shall sign, date, and obtain a copy of the
Contractor's properly completed standard pick-up
receipt. The contractor agrees to give a receipt for
every deposit received and made for the designated
commissary at the time of pick-up. Such receipt,
when signed by the contractor shall constitute
evidence that the distinctively and securely sealed
container(s) has been received, and that the contractor
accepts, as stated, carriage of the distinctively and
securely sealed container(s). Any and all liabilities
which arise or may arise under this agreement begins
with the proper delivery of the distinctively and
securely sealed container(s) to the contract carrier and
terminate with the delivery of the distinctively and
securely sealed container(s) by the contractor to the
designated consignee (financial institution) named in
this agreement and the receipt given to the contract
carrier by the consignee.
7. PERSONNEL: The contractor shall provide
personnel who possess the skills, knowledge, and
training to satisfactorily perform the services required
by this contract. The contractor has the sole
responsibility of training, providing uniforms,
equipping, supervising and discharging of all
employees.
8. SECURITY: The contractor shall be responsible
for obtaining installation passes and inspections for
armored vehicles and armed personnel. The contractor
shall submit a list of designated individuals or ensure
contractor employees are wearing security badges for
individuals who will be responsible for the
pick-up/delivery of monies to the Store Director or
designated representative. Contractor employees shall
observe and adhere to all applicable federal, state and
municipal laws, codes and regulations in connection
with the performance of this contract. All employees
shall be subject to a security clearance by the
appropriate base security activity.
An armored car vehicle shall be used for transporting
monetary documents. The contractor shall transport
necessary documentation indicating amounts
transported and any return deposit documents.
9. TRAINING: The contractor shall ensure that all
employees are qualified to use the type of weapon
issued by the firm in accordance with state and local
regulations. The contractor is also responsible for
weapon re-qualification. A copy of the individual
qualification/re-qualification shall be made available
to the Store Director or designated representative upon
request. All cost associated with this training shall be
borne by the contractor.
INSURANCE REQUIREMENTS: Contractor shall
maintain the minimum state required insurance of
properties on board of any one conveyance covered
under this contract and shall furnish a certificate
thereof to the Contracting Officer. Contractor shall
ensure that the contract number is annotated on the
insurance forms.
INVOICES: Contractor shall submit invoices to the
address in Block 18a of the Standard Form (SF) 1449,
contract award document. One additional copy of the
invoice shall be forwarded to the commissary and one
additional copy shall be forwarded to the Contracting
Office.
*NOTE from Paragraph 2: DeCA does not retain
information reflected in the checks transported by
Armored Car. The estimate provided is the cap on the
amount the contractor is responsible for.
URL:
http://www.fbo.gov/spg/ODA/DeCA/DeCA-CICS/HD
EC08-05-T-0068/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ADDRESS: New London NSB Commissary,
Groton, CT
======================================
NAICS Code: 519190
15
Department of the Navy, Naval Supply Systems
Command, FISC NORFOLK DETACHMENT
PHILADELPHIA, 700 Robbins Avenue, Building 2B,
Philadelphia, PA, 19111-5083
SUBJECT: R -- Flashline Maintenance
SOLICITATION: N0014006Q0210
RESP DATE: 11/21/05
CONTACT: Vicki Morris, Contract Negotiator,
Phone 215-697-9636, Fax 215-697-9569, Email
vicki.morris@navy.mil - James Swizewski,
Contracting Officer, Phone 215-697-9630, Fax
215-697-9569, Email james.swizewski@navy.mil
DESC: This is a COMBINED
SYNOPSIS/SOLICITATION for commercial items
prepared in accordance with the information in FAR
Subpart 12.6 and 13.5, as supplemented with the
additional information included in this notice. This
announcement constitutes the only solicitation; a
written solicitation will not be issued. PAPER
COPIES OF THIS SOLICITATION WILL NOT BE
AVAILABLE. Proposals are hereby being requested
and a written solicitation will not be issued. Refer to
solicitation as RFQ N00140-06-Q-0210. This
solicitation document and incorporated provisions and
clauses are those in effect through FAC 97-11 and
DFARS 19990503. It is the contractorÆs
responsibility to be familiar with the applicable clauses
and provisions. The clauses may be accessed in full
text at these addresses: www.arnet.gov/far and
www.dtic.mil/dfars. A firm fixed price contract is
contemplated. The NAICS is 511210 and the Small
Business Standard is 100. This is a sole source action
with Flashline, Inc., since they are the only sources
capable of providing the required software
maintenance support. The Philadelphia Division,
Contracting Department, FISC Norfolk requests
responses from qualified sources capable of providing
maintenance renewal for 400 seats of the Flashline
registry (with Advanced Asset Management) for date
of award through 12 months thereafter. NOTE: ALL
QUOTES MUST BE PROVIDED ON A MONTHLY
OR QUARTERLY BASIS.
URL:
http://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHI
LA/N0014006Q0210/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Mechanicsburg, PA 17055-0791
======================================
NAICS Code: 541930
Defense Logistics Agency, Logistics Operations,
Defense Distribution Center, 2001 Mission Drive
DDC CSS-A, Bldg 81, New Cumberland, PA,
17070-5001
SUBJECT: R -- Sign Language Interpretation at
DDJC
SOLICITATION: SP3100-06-Q-0002
RESP DATE: 12/09/05
CONTACT: SETH CUSTER, CONTRACT
SPECIALIST, Phone 717-770-5356, Fax
717-770-7591, Email seth.custer@dla.mil
DESC: * Contact Seth Custer, seth.custer@dla.mil,
717-770-5356 for .pdf version of solicitation.
Period of performance: 01 January 2006-31 December
2006
Contractor shall provide American Sign Language
Interpretation for the Defense Distribution Depot, San
Joaquin, CA per the Statement of Work.
Inquiries regarding this RFQ shall be directed to Seth
Custer, DDC-A, 2001 Mission Drive, Bldg 81, New
Cumberland, PA 17070. Phone: 717-770-5356, Fax:
717-770-7591, Email: seth.custer@dla.mil.
Contractor shall quote to the SOW in the following
format:
Hourly Charges (normal bus hrs):______________
Overtime Rate: _____________
Cancellation Fee/Terms:_______________________
GSA Schedule (if applicable):_________________
GOV Visa Accepted? _____Yes _____No
CAGE Code:________ DUNS #:______________
Federal Tax #:___________________________
STATEMENT OF WORK
AMERICAN SIGN LANGUAGE INTERPRETATION
SERVICES DDJC - SAN JOAQUIN, CA
Provide interpreter services for Defense Distribution
Depot San Joaquin, CA (DDJC), to include
interpreting spoken English into signed English or
American Sign Language (ASL) and ASL or signed
English into spoken English.
Contractor will receive and book each assignment after
consultation with the Government. Appointments may
be arranged via phone or email. Additional
interpreters are permitted, after consulting with the
Government, when the length of the appointment is
such that a single interpreter cannot provide adequate
service without frequent or lengthy breaks. The
number of additional interpreters will be kept to the
minimum necessary to provide good service.
Interpreters will have, at a minimum, a proficiency
level of 3 unless the nature of the assignment requires
a higher level. Contractor will have a working
knowledge of and daily access to email and the
internet.
Appointments during normal business hours
(Monday-Friday, 0800-1630) will be charged at the
regular hourly rate. Appointment outside normal
business hours will be charged at the overtime rate.
Contractor shall coordinate all appointments with the
Government Requirements Representative (GRR) and
notify the representative of any changes. If the
contractor cannot attend a scheduled event, 48 hours
notice shall be given to the GRR. The Government
will not incur any charges and the event will be
rescheduled. For kept appointments, chargeable time
will begin at the designated appointment time and end
when contractor is released by the person who
requested services. If additional travel is required,
mileage will be reimbursed in accordance with the
Joint Travel Regulation.
Contractor will submit monthly invoices for actual
hours worked on the 3rd day of each month for work
performed the previous month to be paid by
Government Credit Card.
URL:
http://www.fbo.gov/spg/DLA/J3/DDC/SP3100-06-Q-0
002/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: usa
POP ZIP: 95376-5000
POP ADDRESS: Defense Distribution Depot San
Joaquin, CA
Bldg 100, Room 1
Tracy, CA
======================================
NAICS Code: 541512
Department of Health and Human Services, Center for
Disease Control and Prevention, Procurement and
Grants Office (Atlanta), 2920 Brandywine Road,
Room 3000, Atlanta, GA, 30341-4146
SUBJECT: R -- Customize Extyles
SOLICITATION: 000hcr14-2006-27685
RESP DATE: 11/30/05
CONTACT: Diane Childs, Contract Specialist,
Phone 770-488-2611, Fax 770-488-2670, Email
dec6@cdc.gov - Diane Childs, Contract Specialist,
Phone 770-488-2611, Fax 770-488-2670, Email
dec6@cdc.gov
DESC: The contractor shall provide the following
services:
Extyles Cusomization for EID, License and
Maintenance of system The Government intends to
make these a sole source procurement to
Inera Inc.,815 Washington St. STE 3.,Newton, MA
02460-1690.
A firm fixed price type Purchase Order will be
submitted for
1 year. This procurement is not set-aside for small
business.
NAICS is 541512
URL:
http://www.fbo.gov/spg/HHS/CDCP/PGOA/000hcr142006-27685/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Fulton
POP ZIP: 30333
POP ADDRESS: Centers for Disease Control and
Prevention
2820 Brandywine Rd.
Atlanta, GA
======================================
Attn: Department of Veterans Affairs Medical Center,
VISN 7 Network Logistics Office, 1 Freedom Way,
Augusta, Georgia 30904-6285
SUBJECT: R--R -- Courier Service for Six
Community Based Outpatient Clinic
SOLICITATION: 247-0124-06
RESP DATE: 12/21/05
CONTACT: Point of Contact - Michael Tempero,
Contract Specialist, Ph: (706) 733-0188 ext. 6011,
Fx:(478) 274-5606, Contracting Officer - Michael
Tempero, Contract Specialist, Ph:(706) 733-0188 ext.
6011, Fx:(478) 274-5606
DESC: Contractor will provide all travel, equipment
and personnel necessary to perform courier services to
six clinics which are listed in the statement of work
(SOW) on Monday, Tuesday, Wednesday, Thursday
and Friday of each week, excluding all federal
holidays. The solicitation will be released on or about
November 19, 2005.
URL:
http://www.fbo.gov/spg/VA/AuVAMC/VAMCCO802
20/247-0124-06/listing.html
Desc: Link to FedBizOpps document.
EMAIL: michael.tempero@med.va.gov
Desc: Michael Tempero
SETASIDE: 8a Competitive
POP COUNTRY: United States
POP ZIP: 35233
POP ADDRESS: VA Medical Center 700 South 19th
Street, Birmingham, AL
======================================
NAICS Code: 515120
United States Postal Service, Supplies and Services
Purchasing, Professional Printing & Creative Sercives
CMC, 475 L'Enfant Plaza SW Room 4541,
Washington, DC, 20260-6255
SUBJECT: R -- Television Production Support for
United States Postal Service Bolger Media Unit
SOLICITATION: 2ACCSR-05-A-3003
RESP DATE: 12/14/05
CONTACT: Phyllis Solomon, Purchasing Specialist,
Phone 202-268-2104, Fax 202-268-2595, Email
phyllis.solomon@usps.gov - Trent Ensley, Purchasing
Specialist, Phone 202-268-5787, Fax 202-268-2595,
Email Trent.Ensley@.usps.gov
DESC: This contract will require the supplier to
provide the technical and production staff required for
production of television distance learning broadcasts
and taped video productions at the United States
Postal Service (USPS) Employee Development Media
Unit in Potomac, Maryland.
URL:
http://www.fbo.gov/spg/USPS/SSP/PPHQ/2ACCSR-0
5-A-3003/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 20854-4436
POP ADDRESS: The William F. Bolger Center for
Leadership Development
9600 Newbridge Drive
Potomac, MD
======================================
DOT/Maritime Administration, MAR-380 400
Seventh Street, SW., Room 7310 Washington DC
20590
SUBJECT: R--RRF Engineering Support Services
SOLICITATION: DTMA1R05008
RESP DATE: 12/01/05
CONTACT: Rilla Gaither Contracting Officer
2023661942 ;
16
DESC: PRE-SOLICITATION NOTICE The Maritime
Administration's (MARAD), Office of Ship
Operations, has a requirement for engineering support
services in support of the Ready Reserve Force (RRF)
vessels. This support shall also include analytical,
technical and management support services. Specific
tasks under this requirement include: conducting naval
architecture studies; maintenance analysis of
shipboard machinery; operational reliability, safety
and economy of operations studies; development and
maintenance efforts for operations manual; database
development and maintenance efforts; project
planning and management efforts for integration of
new ships; turnkey type ship modification efforts;
mechanical, electrical and structural design efforts as
well as mechanical, electrical and structural
troubleshooting efforts. This requirement is restricted
to small and small disadvantaged, minority,
veteran-owned and women-owned business concerns
that are eligible in accordance with the Small Business
Administration's (SBA) 8(a) program. The North
American Industrial Classification System (NAICS)
code to be used under the resultant solicitation is
541330, size standard $15,500,000. Major milestones
for this requirement are tentatively set as follows and
may be revised prior to issuance of solicitation: 1)
release of solicitation, 2 Dec 2005; 2) due date for
questions in response to solicitation, 9 Dec 2005; 3)
pre-proposal conference (if deemed necessary), 16 Dec
2005; 4) solicitation closes/proposals due, 3 Jan 2006;
5) discussions, 27 Jan 2006 and 6) contract award, 3
Feb 2006. The solicitation will also be uploaded on
MARAD's Virtual Office of Acquisitions website
(VOA) at http://voa.marad.dot.gov. It should be noted
that the prospective solicitation will be issued without
further notice upon SBA acceptance of the
requirement under the 8(a) program. Interested firms
are encouraged to download the solicitation as soon as
possible upon release.
URL:
http://www.fbo.gov/spg/DOT/MARAD/HQOA/DTM
A1R05008/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: 8a Competitive
======================================
DOT/Maritime Administration, MAR-380 400
Seventh Street, SW., Room 7310 Washington DC
20590
SUBJECT: R--Accounting Service
SOLICITATION: DTMA1R06001
CONTACT: Judy Bowers Program Analyst
2023661913 judy.bowers@dot.gov;
DESC: The Maritime Administration (MARAD)
intends to issue solicitation DTMA1R06001 for
Accounting Support Services on or about December
02, 2005. The solicitation will be set aside for small
business only. The period of performance will be a
base year followed by four (4) option years. Services
will include maintenance of reimbursable agreement
allotments; reconcile trading partner's financial
activies; U.S. Bank purchase card interface and
maintain U.S. Bank segments and cross-validation
rules, process obligation intereface between
FreeBalance and Delphi, such as (1) reconciling, (2)
accounts payable, (3) Reimbursable Interest G
schedules, (4) non-224 payment transactions; process
labor distribution system activies interface and
maintenance; reconcile fund balance with the
Department of Treasury and the Office of Management
and Budget Cash Management Scorecards; credit
reform accounting, such as Credit Reform Act Task
Force and transactions; and fixed asset and CIP
accounting.
URL:
http://www.fbo.gov/spg/DOT/MARAD/HQOA/DTM
A1R06001/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 20590
POP ADDRESS: Department of Transportation
Maritime Administration Office of Accounting
Operations 400 Seventh Street, SW, Room 7325
Washington, DC
======================================
NAICS Code: 541611
Department of the Air Force, Direct Reporting Units,
11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200,
Bolling AFB, DC, 20032-0305
SUBJECT: R -- SAF/XC's A&AS
SOLICITATION: FA7014-06-R-0002
CONTACT: Lynne Hanson, Contracting Officer,
Phone 202-767-7943, Fax 202-767-7814, Email
lynne.hanson@bolling.af.mil
DESC: THIS IS THE FORMAL PRESOLICITATION
NOTICE IN ACCORDANCE WITH FAR 5.204. The
purpose of this synopsis is to announce the
forthcoming electronic release of the final Request for
Proposal (RFP) for SAF/XCÆs Advisory and
Assistance Services (AAS) contract(s). This
acquisition was previously posted to the FedBizOpps
under Reference Number RFI-FA7012-SAF-NWI-CIO,
AAS in support of SAF/XC, which included ten (10)
subsequent Amendments. Under Amendment 05 to
this RFI-FA7012-SAF-NWI-CIO, Solicitation Number
FA7012-05-R-0034 was assigned. From this date
forward, interested offerors seeking information
regarding this acquisition should use Solicitation
Number FA7014-06-R-0002, as any subsequent
postings shall be listed under this Solicitation Number
only. The Office of the Secretary of the Air Force,
Chief of Warfighting Integration and Chief
Information Officer (SAF/XC) has a requirement for
comprehensive AAS to support its staff. The
Government intends to award two contracts to prime
contractors for SAF/XC AAS, but reserves the right to
award more or fewer if the SSA determines it is in the
Government's best interest, considering the
Government's expected volume of work over the
period of the task order contracts, available funding,
the need to sustain adequate competition, and the
availability of best-value proposals following
completion of evaluation of the proposals received.
The Government contemplates award of an
Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract
with Firm Fixed Price (FFP), Time & Material (TM),
and Labor-Hour (LH) Task Orders resulting from this
solicitation. The North American Industry
Classification System (NAICS) Code for this
acquisition is 541611 with an applicable size standard
of no more than $6M gross annual revenue. This size
standard applies for the establishment of eligibility as
a small business. This acquisition will be procured on
an unrestricted basis. Source selection procedures will
be followed as prescribed in FAR Part 15, as
supplemented. Multiple contract awards are
anticipated with a total program ceiling of $392
million. Terms of contract(s) include a five-year basic
ordering period. A draft of the RFP was released
under Amendments 05 and 10 to RFP
FA7012-05-R-0034 (previously known as
RFI-SAF-NWI-CIO). The Government anticipates
releasing the final RFP on or about 5 Dec 05. The
RFP will be issued via FedBizOpps under Solicitation
Number FA7014-06-R-0002. All contractors
interested in receiving information on this acquisition
are encouraged to register with the FedBizOpps
website. No hard copies of this solicitation shall be
issued. Offerors who determine that the technical
requirements of this RFP require clarification(s) to
permit submittal of a responsive proposal shall submit
all questions in writing to the Contracting Officer
within ten (10) days of publication of the final RFP.
All responsible sources may submit a proposal, which
will be considered by the agency. Fascimile or
alternate proposals are not acceptable. Contractors
must be registered in Central Contractor Registration
(CCR) database prior to award. Contractors may
access CCR at the following URL www.bpn.gov.
Also, effective January 1, 2005 the Federal
Acquisition Regulation (FAR) requires that all
contractors use the Online Representations and
Certifications Application (ORCA) in federal
solicitations as part of the proposal submission. You
may access ORCA via the following URL,
www.orca.bpn.gov. Potential offerors will be
responsible for downloading the solicitation and
monitoring this website for amendments, if any, to the
solicitation. 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 source of the concern. The
Ombudsman does not participate in the evaluation of
proposals or in the source selection process. Interested
parties are invited to call the Ombudsman at (202)
767-4033. DO NOT CALL THIS NUMBER FOR
SOLICITATION REQUESTS. All proposals must be
received by the due date and time specified in the
RFP. The due date will be no less than 30 calendar
days after the release of the final RFP. It is the
contractorÆs responsibility to check the RFP for the
actual issuance date, proposal due date/time, and
delivery address. Inquiries regarding this notice shall
be directed to Lynne.Hanson@bolling.af.mil, voice
(202) 767-7943.
URL:
http://www.fbo.gov/spg/USAF/DRU/11CONS/FA701
4-06-R-0002/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: United States
POP ZIP: 22209
POP ADDRESS: Arlington VA 22209 and Hampton
VA 23666
======================================
NAICS Code: 561612
DHS - Border and Transportation Security,
Immigration & Customs Enforcement, Headquarters
Procurement Division, Wash DC, 425 I Street, NW,
Washington, DC, 20536
SUBJECT: R -- Guard Services
SOLICITATION: HSCEOP-06-R-00045
CONTACT: Ronald Jean-Baptiste, Contract
Specialist, Phone 202-307-9935, Fax 202-514-3353,
Email ronald.jean-baptiste@dhs.gov - Vicky Short,
Contracting Officer, Phone 202-514-1959, Fax
202-514-3353, Email victoria..short@dhs.gov
DESC: The U. S. Department of Homeland Security
(DHS), Immigration and Customs Enforcement (ICE),
Federal Protective Service (FPS), has a requirement for
Security Guard Services at various locations within
Washington D.C. The requirement involves providing
and maintaining all management, supervision,
manpower, training, equipment, supplies, licenses,
permits, certificates, insurance, pre-employment
screenings, reports, and files necessary to accomplish
security guard services, 24 hours per day/7 days per
week. The successful offerors will provide all
necessary uniforms, equipment, communication
capabilities, vehicles, and weapons. This is an
acquisition for commercial services. ICE intends to
acquire these services by awarding a multiple award
small business set-aside competitive fixed rate,
indefinite delivery/indefinite quantity contract with a
base period of one year and four option periods of one
year each. Services are expected to commence
immediately on April 1, 2006. The NAICS Code is
561612. The solicitation will be published on or about
November 28, 2005 with a closing date of January 05,
17
2006. A pre-proposal conference is planned on or
about December 13, 2005. Interested parties must
access the solicitation at http://www.fedbizopps.gov.
Questions regarding this procurement may be directed
to Ronald Jean-Baptiste at 202-514-4441, Victoria
Short at 202-514-4441 or Jan Wisor at 202-514-4441.
URL:
http://www.fbo.gov/spg/DHS-BT/INS/COW/HSCEOP
-06-R-00045/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: 810, 811 and 1120 Vermont Avenue,
NW, Washington, DC
1722 Eye Street, NW, Washington, DC
1800 G Street, NW, Washington, DC
950 LÆEnfant Plaza, SW, Washington, DC
1440 New York Ave, NW, Washington, DC 401 14th
Street, SW, Washington, DC
======================================
Dept of the Interior - National Business Center
Acquisition Branch PO Box 272040 Denver CO
80227
SUBJECT: R--This office intends to issue a
solicitation for appraisal services on the Ft,
Independence Indian Reservation in Inyo County,
California
SOLICITATION: NBCQ06062
RESP DATE: 11/25/05
CONTACT: Amber Swenson Acquisitions Clerk
(KTR) 3039695623 amber_n_swenson@nbc.gov;
URL:
http://www.fbo.gov/spg/DOI/OS/DAB/NBCQ06062/li
sting.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
======================================
Dept of the Interior - National Business Center
Acquisition Branch PO Box 272040 Denver CO
80227
SUBJECT: R--This office intends to issue a Request
for Quote for two appraisals at the Navajo
Reservation, Navajo County, Arizona.
SOLICITATION: NBCQ06063
RESP DATE: 11/30/05
CONTACT: Janet L. Keck Contractor Administrator
3039695653 janet_l_keck@nbc.gov;
URL:
http://www.fbo.gov/spg/DOI/OS/DAB/NBCQ06063/li
sting.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
======================================
Dept of the Interior - National Business Center
Acquisition Branch PO Box 272040 Denver CO
80227
SUBJECT: R--This office intends to issue a
solicitation for appraisal services on the Morongo
Indian Reservation, Pala Indian Reservation and a
property adjecent to the Pala Reservation
SOLICITATION: NBCQ06064
RESP DATE: 11/25/05
CONTACT: Amber Swenson Acquisitions Clerk
(KTR) 3039695623 amber_n_swenson@nbc.gov;
URL:
http://www.fbo.gov/spg/DOI/OS/DAB/NBCQ06064/li
sting.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
======================================
Contracts Management Division 26 W. Martin Luther
King Drive Cincinnati, OH 45268
SUBJECT: R--Improving Risk Analysis
SOLICITATION: PR-CI-06-10116
RESP DATE: 12/02/06
CONTACT: LYNNE W. LEWIS, Placement
Contracting Officer, Phone: (513) 487-2040, E-Mail:
Lynne.Lewis@epa.gov
DESC: The U. S. EPA, Office of Research and
Development (ORD), intends to negotiate on a
noncompetitive basis with the National Academy of
Sciences (NAS) to provide scientific and technical
recommendations for improving the human health risk
assessment approaches used by the U.S. EPA. Under
the proposed procurement, the National Academy of
Science will establish a committee that shall have
expertise in human health risk assessment; human
toxicology; pharmacokinetics; pharmacokinetic
modeling; computational toxicology; epidemiology;
exposure assessment; biostatistics, sosimetry,
occupational health; and public health. This
committee shall consider past evaluations, ongoing
studies by the National Research Council (NRC) of
NAS, and others, and also conduct a scientific and
technical review of EPA?s current risk assessment
concepts and practices. NAS will consider analysis
applied to contaminants in all environmental media
(water, air, food, soil) and all routes of exposure
(ingestion, inhalation, and dermal aborption). The
period of performance anticipated for this contract is
24 months. This notice is not a Request for Proposal.
Sources wishing to be considered must submit
documentation that demonstrate its qualifications
within 15 days after posting of this notice.
Information received will be considered solely for the
purpose of determining whether to conduct a
competitive procurement or to proceed on a
noncompetitive basis. A determination not to compete
this proposed requirement is solely within the
discretion of the Government. You may submit your
information to Lynne W. Lewis at the above address or
by fax by (513) 487-2109.
URL:
http://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-06-101
16/listing.html
Desc: The Environmental Protection Agency
EMAIL: Lynne.Lewis@epa.gov
Desc: LYNNE W. LEWIS
SETASIDE: N/A
======================================
NAICS Code: 541690
Other Defense Agencies, NATO, HQ Supreme Allied
Commander Transformation, Purchasing &
Contracting, Norfolk, VA, 7857 Blandy Rd., Norfolk,
VA, 23511-2490
SUBJECT: R -- RFP01-06
SOLICITATION: RFP01-06
RESP DATE: 12/18/05
CONTACT: Curtis Day, Research and Development
Contracting Specialist, Phone 757-747-3856, Fax
757-747-3525, Email day@act.nato.int - Alex
Macdonald, Deputy Contracting Officer, Phone
757-747-3695, Fax 757-747-3525, Email
macdonald@act.nato.int
DESC: Offerors are hereby invited to submit a price
and technical proposal for the enclosed contractor
support to the Headquarters, Supreme Allied
Commander Transformation (HQ SACT) in support of
the above requirement. Proposals will be received
until 4 oÆclock p.m. Sunday, 18 December, 2005.
Proposals received after that time cannot be
considered. Please see the attached enclosures, which
outline the Request for Proposal (RFP) documentation
submission instructions, and the Statement of Work,
which includes the scoring criteria. HQ SACT reserves
the right to cancel this Request for Proposal, partially
or in its entirety, at any time. In such an event, no
claims for proposal preparation and related costs will
be considered. Please direct any inquiries to Mr. Curt
Day, Research & Development Contracting Specialist,
on Telephone Number (757) 747-3856 E-mail:
day@act.nato.int).
URL:
http://www.fbo.gov/spg/ODA/SACLANT/SACLANT
HQ/RFP01-06/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 23551-2490
POP ADDRESS: HQ, Supreme Allied Commander
Transformation
7857 Blandy Rd, Suite 100
Norfolk, Va
======================================
NAICS Code: 923120
Department of Health and Human Services, Program
Support Center, Federal Occupational Health, 233
North Michigan Avenue Suite 270, Chicago, IL,
60601-5519
SUBJECT: R -- EAP Specialist
SOLICITATION: Reference-Number-EAP-0021
RESP DATE: 12/01/05
CONTACT: Barbara Stegbauer, FOH Consultant,
Phone 312-886-3952, Fax 312-353-2376, Email
bstegbauer@psc.gov
DESC: DHHS/PSC/Federal Occupational Health
(FOH) has need for EAP professional(s) to serve as
independent contractor(s) to provide programmatic
advice and operations management services for a
national EAP. Qualified individuals must have MSW,
PhD/PsyD, MSN, MPH, or MA/MS or equivalent
degree in a behavioral health counseling field and a
minimum of 5 years experience in EAP or other
behavioral health positions encompassing functions
such as operations, sales and marketing, policy
development, program development, information
systems, and account management. Send solicitation
request no later than December 1, 2005 to
bstegbauer@psc.gov OR fax to 312-353-2376. Only
respondents expressing interest in this manner will be
sent solicitation materials needed for submission of a
proposal. All offerors will receive equal consideration
without regard to race, religion, national origin, sex,
sexual orientation, political affiliation, age, or any
other factor not related to the evaluation process
URL:
http://www.fbo.gov/spg/HHS/PSC/FOH/Reference-Nu
mber-EAP-0021/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Continental USA
======================================
NAICS Code: 923120
Department of Health and Human Services, Program
Support Center, Federal Occupational Health, 233
North Michigan Avenue Suite 270, Chicago, IL,
60601-5519
SUBJECT: R -- Associate EAP Specialist
SOLICITATION: Reference-Number-EAP-0022
RESP DATE: 12/01/05
CONTACT: Barbara Stegbauer, FOH Consultant,
Phone 312-886-3952, Fax 312-353-2376, Email
bstegbauer@psc.gov
DESC: DHHS/PSC/Federal Occupational Health
(FOH) has need for an individual to serve as
independent contractor to provide administrative and
program assistance for a national EAP. Qualified
individual must have BA/BS or equivalent degree and
a minimum of 3 years experience in EAP or other
behavioral health positions encompassing functions
such as operations, sales and marketing, program
development, information systems, and account
management. Send solicitation request no later than
December 1, 2005 to bstegbauer@psc.gov OR fax to
312-353-2376. Only respondents expressing interest
in this manner will be sent solicitation materials
needed for submission of a proposal. All offerors will
receive equal consideration without regard to race,
religion, national origin, sex, sexual orientation,
political affiliation, age, or any other factor not related
to the evaluation process.
URL:
http://www.fbo.gov/spg/HHS/PSC/FOH/Reference-Nu
18
mber-EAP-0022/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Continental USA
======================================
NAICS Code: 611620
Department of the Air Force, Air Force Materiel
Command, Tinker AFB OC-ALC - (Base
Contracting), OC-ALC/PKO 7858 5th Street Ste 1,
Tinker AFB, OK, 73145-9106
SUBJECT: R -- Aerobic Instructional Services at the
Gerrity Sports & Fitness Center, located at Tinker
AFB, OK
SOLICITATION:
Reference-Number-F3Y0AK5166A100
RESP DATE: 09/06/05
CONTACT: Sandy Scalzo, Contract Negotiator,
Phone (405) 739-3517, Fax (405) 739-7582, Email
sandy.scalzo@tinker.af.mil
DESC: Services Non-Personal: Contractor shall
provide all labor, transportation and incidentals
necessary to provide Aerobic Instructional Services for
the Gerrity Sports & Fitness Center at Tinker Air Force
Base, OK. The period of performance is 1 Oct 05 û 30
Sep 06. In accordance with the Federal Acquisition
Regulation (FAR) Availability of Funds Clause
52.232-18, Funds are not presently available for this
contract. The GovernmentÆs obligation under this
contract is contingent upon the availablility of
appropriated funds from which payment for contract
purposes can be made. No legal liability on the part of
the Government for any payment may arise until funds
are made available to the Contracting Officer for this
contract and until the Contractor receives notice of
such availability, to be confirmed in writing by the
Contracting Officer. Point of contact is Sandra
Scalzo, (405) 739-3517, or email at
sandra.scalzo@tinker.af.mil . The approximate issue
date for this solicitation is 26 Aug 05. It should be
noted that all contractors are required to be registered
in the DoD Central Contractor Registration (CCR)
Database prior to award. Contractors can obtain
additional information by calling 1-888-227-2423 or
may register electronically at http://www.ccr.gov.
North American Industry Classification System
(NAICS): 611620. Size Standard: $6.0M. The
approximate response date will be 6 Sep 05.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCBC/Ref
erence-Number-F3Y0AK5166A100/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 73145
POP ADDRESS: Tinker AFB OK
======================================
NAICS Code: 541611
United States Trade and Development Agency,
USTDA Contracts Office, USTDA, 1000 Wilson
Boulevard, Suite 1600, Arlington, VA, 22209-3901
SUBJECT: R -- Contractor Support for the Latin
America and Caribbean Region
SOLICITATION: USTDA-06-Q-51-006
RESP DATE: 12/02/05
CONTACT: Lynda Kindrick, Contracts Specialist,
Phone 703-875-4357, Fax 703-875-4009, Email
lkindrick@ustda.gov - Della Glenn, Contracts Officer,
Phone 703-875-4357, Fax 703-875-4009, Email
contract@ustda.gov
DESC: SOLICITATION: USTDA-06-Q-51-006
Advisory Assistance Services for the USTDA Latin
America and Caribbean Region is being issued as a
RFQ. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Federal Acquisition Regulation (FAR)
subpart 12.6, as supplemented with additional
information included in this notice. This
announcement constitutes the only solicitation; offers
are being requested and a written solicitation will not
be issued. Two copies of your offer are due no later
than 4:00 p.m., Eastern Time on December 2, 2005 to
Contracting Office, U. S. Trade and Development
Agency, 1000 Wilson Boulevard, Suite 1600,
Arlington, VA 22209-3901. This procurement is a
small business set aside with a small business size
standard of less than $6M annual sales under NAICS
code 541611. Award is limited to U. S. citizens or
non-U. S. citizens lawfully admitted for permanent
residence in the United States. The GovernmentÆs
estimate for this procurement does not exceed
$46,000. The Government contemplates award of a
labor hour contract. Proposals submitted by email to
contract@ustda.gov or by facsimile (703-875-4009)
will be accepted. All contractors must be registered in
Central Contractor Registration (www.ccr.gov) in
order to receive a contract award. For additional
information regarding this solicitation, email
contract@ustda.gov, telephone calls will not be
accepted. SERVICES AND PRICES: Line Item 1 The
U.S. Trade and Development Agency (USTDA) has a
need for contractor support in its Latin America and
Caribbean Regional Program Office. THE
OBJECTIVE IS TO PROVIDE DAY-TO-DAY
SUPPORT NEEDED BY THE OFFICE TO
SUCCESSFULLY PERFORM ITS ONGOING
REGIONAL OPERATIONS.
DESCRIPTION/SPECIFICATIONS/STATEMENT
OF WORK: Please see the FEDBIZOPPS modification
to this solicitation. INSPECTION AND
ACCEPTANCE. Albert W. Angulo has been
designated as the Contracting OfficerÆs Technical
Representative (COTR) for this requirement. All
services are subject to the COTRÆs final approval. All
work will be inspected and accepted at USTDAÆs
Office, Arlington, VA. DELIVERIES OR
PERFORMANCE: The performance of this contract
shall start within two weeks after the effective date of
award and completion is expected within
approximately one-year from that date. Performance of
this contract shall be on-site at USTDAÆs office in
Arlington, VA, or at other locations in the U.S., and/or
the designated host country. SPECIAL CONTRACT
REQUIREMENTS: This solicitation includes the
following additional contract requirements and terms
and conditions- CONTRACTOR PERFORMANCE
REQUIREMENTS AND KEY PERSONNEL. The
contractor shall provide the key personnel listed in its
proposal to perform the work. Changes in key
personnel may only be made with the Contracting
Officers prior written approval. CONTRACT
CLAUSES: The Solicitation document and
incorporated provisions and clauses are those in effect
through FAC 2005-06. The clause at 52.212-5,
Contract Terms and Conditions--Commercial Items
(available at www.arnet.gov), applies to this
acquisition. The following additional clauses are
included: FAR 52.228-3, Workmans Compensation
Insurance (Defense Base Act); and FAR 52.232-33,
Payment by Electronic Funds Transfer Central
Contractor Registration. The clause at 52.212-5,
Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial
Items, and the following additional clauses are
included: FAR 52.219-14, Limitations on
Subcontracting; FAR 52.222-1, Prohibition of
Segregated Facilities; FAR 52.222-26 Equal
Opportunity; FAR 52.222-35, Equal Opportunity for
Special Disabled Veterans, Veterans of the Vietnam
Era, and other Eligible Veterans; FAR 52.222-36,
Affirmative Action for Workers with Disabilities; and
FAR 52.222-37, Employment Reports on Special
Disabled Veterans, Veterans of the Vietnam Era, and
other Eligible Veterans..
INSTRUCTIONS/CONDITIONS AND NOTICES TO
OFFERORS OR RESPONDENTS: The Provision at
Federal Acquisition Regulation 52.212-1, Instructions
to Offerors-Commercial (available at www.ustda.gov
under DM Solicitation forms), applies to this
acquisition with the following addition: Presentation
of technical merit: The offeror will submit a document
that describes her/his prior work experience, relevant
foreign language skills, computer skills. This
information should be in the form of a personal
narrative statement that describes the candidateÆs
qualifications for this work and that clearly explains
how her/his education and/or work experience is
relevant to this assignment. This statement will be
used by USTDA to evaluate writing and analytical
ability as well as interest in the position. Be sure to
discuss any education, professional experience,
language skills, computer skills, or other relevant
qualifications in international trade issues related to
middle-income and/or developing countries
(preferably related to Latin America and the
Caribbean). Also, discuss your availability/timeframe
to start to work. Presentation of technical merit should
not exceed (3) pages. In addition, the contractor shall
provide a completed Contractor Employee
Biographical Data Sheet, (available at
www.ustda.gov). EVALUATION FACTORS FOR
AWARD: FAR 52.212-2, Evaluation, Commercial
Items (available at www.arnet.gov under FAR), is
being used. The following factors, in descending order
of importance, will be used to evaluate all offers. All
evaluation factors, other than cost or price, when
combined, are significantly more important that cost or
price. Relevant Education and Experience;
Communication Skills; Relevant Foreign Language
Skills; and Computer Skills.
URL:
http://www.fbo.gov/spg/TDA/TDACO/TDACO/USTD
A-06-Q-51-006/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 22209-3901
POP ADDRESS: U.S.Trade and Development Agency
USTDA Contracts Office, 1000 Wilson Boulevard,
Suite 1600
Arlington, VA
======================================
S - Utilities and Housekeeping Services
======================================
NAICS Code: 561720
Department of Agriculture, Forest Service, R-4
Geospatial Service & Technology Center, 2222 West
2300 South, Salt Lake City, UT, 84119
SUBJECT: S -- JANITORIAL SERVICES/ HEBER
RANGER DISTRICT
SOLICITATION: AG-84N8-S-06-0005
RESP DATE: 12/16/05
CONTACT: Tori Blunt, Contract Specialist, Phone
435-781-5123, Fax 435-781-5142, Email
tblunt@fs.fed.us - Dara Lucero, Purchasing Agent,
Phone (801) 975-3496, Fax (801) 975-3483, Email
dlucero@fs.fed.us
DESC: This is a service project for the Heber Ranger
District office on the Uinta National Forest. The
project requires the contractor to perform janitorial
and cleaning services. The contractor is to furnish all
labor, equipment, supervision, materials,and supplies,
(except for Government-furnished items) necessary to
perform the services. The space consists of
approximately 5200 square feet of office and storage
space. This janitorial service is a base with four option
years project. The solicitation is set aside for small
business and will be uploaded to this same website on
approximately 12/2/2005. Quotes will be due on
12/16/2005 at 4:30 p.m.
URL:
http://www.fbo.gov/spg/USDA/FS/84N8/AG-84N8-S06-0005/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: US
POP ADDRESS: Heber Ranger District
======================================
NAICS Code: 561740
Department of the Air Force, Pacific Air Forces, 354
CONS - Eielson, 354 Broadway St, Unit 5B, Eielson
19
AFB, AK, 99702-1887
SUBJECT: S -- Carpet and Flood cleaning Services
SOLICITATION: FA5004-06-T-R001
RESP DATE: 12/01/05
CONTACT: Lance Belcher, Contract Administrator,
Phone 907-377-5080, Fax 907-377-2389, Email
lance.belcher@eielson.af.mil - Suzanne Martella,
Contracting Officer, Phone 907-377-3169, Fax
907-377-2389, Email suzanne.martella@eielson.af.mil
DESC: Eielson AFB, AK has a requirement for Carpet
Cleaning Services. Specifics are identified in the
solicitation. The request for quotation number is
FA5004-06-T-R001 and can be downloaded at
www.fedbizopps.gov. This action is 100 percent
set-aside for small business concerns. The applicable
North American Classification System (NAICS) code
is 561740, with a small business size standard of $4
Mil. This solicitation will be issued electronically. It
will be available only via the Federal Business
Opportunities web site (www.fedbizopps.gov).
Potential offerors are responsible for downloading
their own copy of the solicitation package. No paper
copies will be furnished. Potential offerors should
register at www.fedbizopps.gov in order to receive
notification and/or changes to the solicitation.
Interested contractors are encouraged to submit their
contact information by registering as an interested
vendor utilizing the ôVendor Notification Serviceö
link within the ôRegister to Receive Notificationö
function. No bidders mailing list will be maintained.
Offers will be submitted on the Standard Form 1449
and must include as a minimum the items listed in
FAR Clause 52.212-1 (b) (1-11) ôInstructions to
Offerors - Commercial Itemsö. This clause may be
viewed at http://farsite.hill.af.mil. All Offerors must be
registered in the Central Contractor Registration
database. Offerors may obtain information on
registration and annual confirmation requirements via
the Internet at http://www.ccr.gov or by calling
1-888-227-2423 or 269-961-5757. Any questions
concerning this solicitation MUST be submitted in
writing (fax or email) to the point of contact listed
below. Offers must be received no later than 1
December 2005, 12:00pm local time. Points of
Contact for this Solicitation are: Primary: SSgt Lance
Belcher, phone 907-377-5080, Alternate: MSgt
Suzanne Martella, phone 907-377-3169. Offers may
be faxed to 907-377-2389 or emailed to
Lance.Belcher@eielson.af.mil or
Suzanne.Martella@eielson.af.mil.The government
reserves the right to cancel this solicitation, either
before or after closing.
URL:
http://www.fbo.gov/spg/USAF/PAF/354CONS/FA500
4-06-T-R001/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 99702
POP ADDRESS: Eielson AFB, Alaska
======================================
NAICS Code: 488119
Department of the Navy, Naval Supply Systems
Command, Fleet and Industrial Supply Center
Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200,
Jacksonville, FL, 32212-0097
SUBJECT: S -- Air Terminal Operations Services
SOLICITATION: N68836-06-R-0008
RESP DATE: 01/12/06
CONTACT: Paulino Ison, Contract Specialist, Phone
(904) 542-1061, Fax (904) 542-1163, Email
Paulino.Ison@navy.mil - Jackie Jackson, Contract
Specialist, Phone (904) 542-1264, Fax (904)
542-1098, Email jacquelyn.s.jackson@navy.mil
DESC: The Fleet and Industrial Supply Center,
Jacksonville intends to solicit proposals for the Air
Terminal Operation Services located at Air Operations
Department, Bldg 279, Naval Air Station,
Jacksonville, FL. The service provider will furnish all
labor, transportation, supervision, equipment and
material necessary to provide passenger, baggage and
cargo handling services, aircrew member taxi service
and custodial service. The contract will be for a base
period upon award through 30 Sep 2006 and four-one
year options. The solicitation number for this
acquisition is N68836-06-R-0008 and will be issued
as a Request for proposal (RFP). This solicitation is
100% set aside for small business concerns. This
acquisition will be conducted under the North
American Industry Classification Systems (NAICS)
code is 488119, with a small business size standard of
$6 million. A firm fixed price contract is
contemplated. The solicitation resulting from this
announcement will be issued on or about 5 Dec 2005
and will be available to view and download to
interested parties on the Federal Business
Opportunities (fedbizopps) website. No hard copy
solicitation or amendment document will be
distributed by the Government. The Government will
not mail, fax or e-mail the solicitation or any
amendment thereto. Subsequent amendments to the
solicitation, if any will be promulgated only via
fedbizopps website. All potential offerors must
monitor the website periodically for any amendments
or other information pertaining to the solicitation.
Contractors must also register in the Central
Contractor Registration (CCR) database prior to
receiving a contract. The CCR website is
http://www.ccr.gov.
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N688361/N6
8836-06-R-0008/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 32213
POP ADDRESS: Air Operations Department
Building 279
Naval Air Station
Jacksonville, FL
======================================
NAICS Code: 221210
Department of Labor, Employment Training
Administration, Gary Job Corps Center, 2800 Airport
Highway 21 East P.O. Box 967 (78667-0967), San
Marcos, TX, 78666
SUBJECT: S -- Natural Gas Fixed Rate Commercial
Services
SOLICITATION: RFQGJCC-2005-NG
RESP DATE: 12/09/05
CONTACT: Marion See, Purchasing Manager, Phone
512-396-6610, Fax 512-396-6655, Email
see.marion@jobcorps.org - Janie Sauseda, Buyer,
Phone 512-396-6611, Email
sauseda.janie@jobcorps.org
DESC: Management & Training Corporation is
soliciting cost proposals from qualified Natural Gas
Marketers to provide subcontracted services at the
Gary Job Corps Center in San Marcos, TX. Cost
proposals are being accepted for Natural Gas
Commercial Fixed Rate. Subcontract will be awarded
for the period of March 1, 2006 through October 31,
2007 with three one year pre-priced option years. To
obtain a bid packet provide your physical address
w/phone number and contact information to Marion
See, Purchasing Manager or Janie Sauseda, Buyer via
email or fax. Bid closing date is December 9, 2005 at
5:00 PM. Job Corps is a national training and
employment program administered by the U.S.
Department of Labor.
URL:
http://www.fbo.gov/spg/DOL/ETA/GaryJCC/RFQGJC
C-2005-NG/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 78666
POP ADDRESS: Gary Job Corps, 2800 Airport Hwy
21 East, San Marcos, Texas
======================================
NAICS Code: 561612
Department of State, East Asian & Pacific Posts,
American Consulate General Hong Kong, PSC 461,
Box 9, FPO, AP, 96521
SUBJECT: S -- Local Guard Program Hong Kong
SOLICITATION: S-HK300-06-R-0058
CONTACT: William Boyle, Contracting Officer,
Phone (852) 2841-2233, Fax (852) 2845-1598, Email
BoyleWH@state.gov - Ray Chan, Procurement Agent,
Phone (852) 2841-2260, Fax 852) 2845-1598, Email
ChanRY@state.gov
DESC: Please note that this solicitation is not ready to
be issued as of this date. The Consulate General of the
United States in Hong Kong will launch the
solicitation on FedBizOps with the FBO web address.
This solicitation to require operation and management
of Local Guard Services in order to prevent
unauthorized access, protect life, maintain order, deter
criminal attacks against employees, dependents and
property and terrorist acts against all US assets and
prevent damages to Government property. The
contractor shall furnish managerial, administrative and
direct labor personnel to accomplish all work as
required in the contract. The estimated number of
annual hours for guards is 118,612. These
requirements may change depending on funding
availability in forth coming periods. Anticipated
performance is for one base period and four one-year
periods at the option of the Government. Major duties
and responsibilities are to perform access control to
limit entry to only authorized personnel or visitors, the
operation of walk-through metal detectors, hand-held
detectors and special monitoring devices. Services
include Surveillance Detection Operation. All
responsible sources may submit an offer, which shall
be considered. The Government plans to issue the
solicitation on or about December 28, 2005. Again,
this solicitation will be issued via the FEDBIZOPS no paper copies will be mailed. Note: The response
date in this FEDBIZOPS is not a firm date please see
the RFP for the actual date.
URL:
http://www.fbo.gov/spg/State/EAP/Hongkong/S-HK30
0-06-R-0058/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Hong Kong
POP ADDRESS: American Consulate Hong Kong
======================================
T - Photographic, Mapping, Printing, and
Publication Services
======================================
NAICS Code: 323119
Government Printing Office, Printing Procurement
Department, Columbus Regional Printing Procurement
Office, 1335 Dublin Road, Suite 112-B, Columbus,
OH, 43215-7034
SUBJECT: T -- Original and Duplicate COM
Microfiche
SOLICITATION: 1598-S-CY-2006
RESP DATE: 12/19/05
CONTACT: Linda Price, Printing Specialist, Phone
614-488-4616 x 22, Fax 614-488-4577, Email
lprice@gpo.gov - Steven Boortz, Assistant Manager,
Phone 614-488-4616, Fax 614-488-4577, Email
sboortz@gpo.gov
DESC: Single award term contract for 1 year (base
year period of January 1, 2006 through December 31,
2006) and 2 option year periods (January 1, 2007
through December 31, 2007 and January 1, 2008
through December 31, 2008). These specifications
cover the production of microfiche requiring such
operations as pickup, microfilming, duplicating,
collating, labeling and marking, packing and
distribution that are maintained within the
contractorÆs quality assurance system.
Approximately 106 orders requiring various quantities
of masters and duplicates per order. Material to be
picked up from and delivered to Columbus, Ohio.
Deliver f.o.b. destination to Columbus, Ohio and
distribute f.o.b. contractorÆs city utilizing
Government Federal Express Account Number.
20
Production of the microfiche will be required on a
daily and as required basis. Contractor must be
available for call 24 hours per day, 7 days per week.
Telephone/Telegraph requests are not acceptable.
Complete specifications available at:
http://www.gpo.gov/bidopps/regions/columbus/index.s
html. Complete abstract is available at:
http://winapps.access.gpo.gov/ppd/abstracts/columbus
/default.asp. GPO Bid Form 910 is available at:
http://www.gpo.gov/printforms/index.html.
URL:
http://www.fbo.gov/spg/GPO/PPD/COLUMBUSOH/1
598-S-CY-2006/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 43215
POP ADDRESS: 1335 Dublin Road, Suite 112B
Columbus, OH
======================================
12155 W. Alameda Parkway Lakewood, CO
80228-2802
SUBJECT: T--Aerial/Video Photography with BPS
data Collection
SOLICITATION: DE-RP65-06WN71134
RESP DATE: 12/02/05
CONTACT: Sharon Bates, Contracting Officer,
916-353-4469, sbates@wapa.gov;Sharon Bates,
Contract Specialist, 916-353-4469, sbates@wapa.gov
DESC: Western Area Power Administration,
Sierra-Nevada Regional Office (SNR) intends to
acquire, on a sole source basis IAW Far Part 6.302-1
aerial/video phtography with GPS data collection from
Linear Vision, LLC, 198 Van Buren St., Ste 120,
Herndon, VA 20170. This is a follow-on to the initial
purchase as SNR's GIS video/still photo and aerial
imagery of transmission lines is usable only with
LinearVision Viewer (proprietary software). This is
not a solicitation for proposals. The anticipated award
date is 8 Dec 2005. However, interested parties
having all the capabilities to provide the services
described above may e-mail capability statements by 2
Dec 2005 to sbates@wapa.gov. The NAICS code for
this effort is 541922 with a size standard of $6
Million.
URL:
http://www.fbo.gov/spg/DOE/PAM/HQ/DE-RP65-06
WN71134/listing.html
Desc: Click here for further details regarding this
notice.
EMAIL: sbates@wapa.gov
Desc: Sharon Bates, Contract Specialist
SETASIDE: N/A
======================================
NAICS Code: 323117
Government Printing Office, Printing Procurement
Department, Agency Publishing Services - Teams 3, 7,
8, 12, Stop: CSAA, 732 North Capitol Street, NW,
Washington, DC, 20401
SUBJECT: T--AIR FORCE BAND RECORDING
PRINTED PRODUCTS
SOLICITATION: Program274S
RESP DATE: 11/29/05
CONTACT: Bid Room, Area Responsible for Bid
Solicitation Questions, Phone 202-512-0526, Email
ppdkcodes@gpo.gov
DESC: Single award term contract for period
12-01-05 to 11-30-06. Compact disc jewel box insert
cards (5-29/32 x 4-5/8ö) and information booklets
(4-3/4 x 4-3/4ö), printing in four-color process plus up
to two additional ink colors, and binding in various
styles, including perforating, scoring, and
saddle-stitching. Anticipating up to 10 orders per year
for approximately 1,000 to 11,000 copies of up to 16
pages (plus cover) per order. Operations include
electronic prepress, printing, binding, packing, and
distribution. Copy pickup in Washington, DC.
Quality Level II. Bid opening November 29, 2005.
Complete specifications available online via
www.access.gpo.gov/procurement/bids/synopsis.shtml
or from the Point of Contact below.
URL:
http://www.fbo.gov/spg/GPO/PPD/WashingtonDC112
6/Program274S/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 323117
Government Printing Office, Printing Procurement
Department, Agency Publishing Services - Teams 3, 7,
8, 12, Stop: CSAA, 732 North Capitol Street, NW,
Washington, DC, 20401
SUBJECT: T--DEFENSE AQUISITION
UNIVERSITY GUIDEBOOKS
SOLICITATION: Program372S
RESP DATE: 11/29/05
CONTACT: Bid Room, Area Responsible for Bid
Solicitation Questions, Phone 202-512-0526, Email
ppdkcodes@gpo.gov
DESC: Single award term contract for period
12-01-05 to 11-30-06. Separate-covered books and
pamphlets, various trim sizes, printing in four-color
process, and binding in various styles, including
perfect binding and saddle-stitching. Anticipating up
to 24 orders per year for approximately 200 to 8,000
copies of 20 to 400 pages per order. Operations
include electronic prepress, printing, binding, packing,
and distribution. Copy pickup in Ft. Belvoir, VA.
Quality Level III. Bid opening November 29, 2005.
Complete specifications available online via
www.access.gpo.gov/procurement/bids/synopsis.shtml
or from the Point of Contact below.
URL:
http://www.fbo.gov/spg/GPO/PPD/WashingtonDC112
6/Program372S/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 323117
Government Printing Office, Printing Procurement
Department, Agency Publishing Services - Teams 3, 7,
8, 12, Stop: CSAA, 732 North Capitol Street, NW,
Washington, DC, 20401
SUBJECT: T--JOINT FORCE QUARTERLY
SOLICITATION: Program821S
RESP DATE: 11/28/05
CONTACT: Bid Room, Area Responsible for Bid
Solicitation Questions, Phone 202-512-0526, Email
ppdkcodes@gpo.gov
DESC: Single award term contract for period
12-01-05 to 11-30-06. Perfect-bound books, 8-3/8 x
10-7/8ö, printing in four-color process plus one
additional ink color. Anticipating four orders per year
for approximately 25,000 to 28,000 copies of 96 to
112 pages per order. Operations include electronic
prepress, printing, liquid coating, binding, packing,
mailing, and distribution. Copy pickup in
Washington, DC. Quality Level II. Bid opening
November 28, 2005. Complete specifications
available online via
www.access.gpo.gov/procurement/bids/synopsis.shtml
or from the Point of Contact below.
URL:
http://www.fbo.gov/spg/GPO/PPD/WashingtonDC112
6/Program821S/listing.html
Desc: Link to FedBizOpps document.
======================================
U - Education and Training Services
======================================
NAICS Code: 611512
Department of the Air Force, Air Combat Command,
ACC CONS, 130 Douglas Street, Suite 401, Langley
AFB, VA, 23665-2791
SUBJECT: U -- ACC CONS Fighter CAT/CAT
Services
SOLICITATION: FA4890-06-R-0157
RESP DATE: 12/02/05
CONTACT: Ryan McCauley, Sr Contract Manager,
Phone 757-225-1951, Fax 757-764-9695, Email
ryan.mccauley@langley.af.mil - Walda Patton,
Contracting Officer, Phone 757-764-7583, Fax
757-764-9695, Email walda.patton@langley.af.mil
DESC: A previous sources sought noticed was posted
on FEDBIZOPPS under ôFA4890-05-CAT/CWD.ö
All current and future postings will now occur under
the solicitation number ôFA4890-06-R-0157.ö
As a result of the earlier sources sought notice and
careful small business capability evaluation, it has
been decided to keep this follow-on contract
requirement as FULL AND OPEN COMPETITION
rather than set-aside solely for small businesses. All
vendors, regardless of size are encouraged to provide
proposals for this requirement.
Accompanying this posting is a DRAFT Statement of
Work (revised from earlier posting), DRAFT DD 254,
and DRAFT Solicitation. At this time, we are
requesting INDUSTRY COMMENTS on everything
posted including: perceived errors, clarifications,
suggestions (contract CLIN format, SOW wording,
evaluation factors, instructions, etc.). This is an
excellent opportunity for contractors to provide the
Government with constructive feedback, which could
affect the structure and format of the final version RFP
that is scheduled to be posted in January 2006. DO
NOT PROVIDE PROPOSALS AT THIS TIME!
The final RFP is estimated to be posted to
FEDBIZOPPS o/a January 9, 2006. However, if time
allows, the final RFP may be posted earlier during the
month of December. Proposals based on the final RFP
are scheduled to be due 14 Feb 2006. It will be the
responsibility of the offerors to monitor the
FEDBIZOPPS site for further postings. The
government plans to use the Internet (FEDBIZOPPS)
and e-mail as the primary means of disseminating and
exchanging information throughout this acquisition
process.
A synopsis of the Fighter Contracted Aircrew Training
and Courseware Development (CAT/CWD)
requirement is included below:
Air Combat Command (ACC) is purchasing
CAT/CWD services for the F-15C, F-15E, F-16, and
F/A-22 aircraft at locations within the Continental
United States (CONUS). The aircrew training will
consist of academic and ground device instruction.
Seymour Johnson AFB, NC is the primary place of
performance for courseware development and will
support the F-15E Formal Training Unit (FTU).
Aircrew training and limited courseware development
will occur at Mission Training Center (MTC) and Full
Mission Trainer (FMT) sites in support of Distributed
Missions Training (DMT). These sites include
Seymour-Johnson AFB NC (F-15E MTC), Eglin AFB
FL (F-15C MTC), Langley AFB VA (F-15C MTC and
F/A-22 FMT), Shaw AFB SC (F-16 CJ MTC),
Mountain Home AFB ID (F-16 CJ and F-15E MTCs).
Other aircrew training places of performance with
older legacy systems include Cannon AFB NM (F-16
UTD), Mountain Home AFB ID (F-15C WST), Hill
AFB UT (F-16 UTD).
The successful offeror will assume full training and
courseware commitments for the basic contract year
on 1 Oct 06 through 30 Sep 07. (Phase-in will be
accomplished prior to 30 Sep 06.) Four one-year
options are planned for the period beginning 1 Oct 07
and ending 30 Sep 11.
Comments may be mailed to: ACC CONS/LGCB,
Attn: Ryan McCauley, 130 Douglas Street, Suite 401,
Langley AFB, VA 23665. The cutoff date for receipt
of comments is 2 Dec 2005 COB. The preferred
method of receiving comments is via email.
Comments may be emailed in Microsoft Word or in
the body of the email to:
ryan.mccauley@langley.af.mil. Point of Contact:
Ryan McCauley, Contract Manager, Phone
757-225-1951, Fax 757-764-9695. Email:
ryan.mccauley@langley.af.mil
URL:
http://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4
890-06-R-0157/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Cannon AFB, NM
Eglin AFB, FL
Hill AFB, UT
21
Langley AFB, VA
Mountain Home AFB, ID
Seymour Johnson AFB, NC
Shaw AFB, SC
======================================
V - Transportation, Travel and Relocation
Services
======================================
NAICS Code: 488991
Department of the Air Force, Air Combat Command,
355 CONS, 3180 S Craycroft Rd, Davis Monthan
AFB, AZ, 85707-3522
SUBJECT: V -- Packing & Crating Services
SOLICITATION: FA4877-06-R-0001
CONTACT: Nell Hitchye, Contract Specialist, Phone
520-228-5448, Fax 520-228-5284, Email
nell.hitchye@dm.af.mil - Romeo Reyes, Contract
Specialist, Phone 520-228-2214, Fax 520-228-5284,
Email romeo.reyes@dm.af.mil
DESC: This is a pre-solicitation notice for synopsis of
Packing, Containerization, and Local Drayage of
Direct Procurement Method (DPM) Personal Property
Shipments at Davis-Monthan (D-M) AFB, AZ and the
surrounding designated areas. This is a commercial
service; therefore, FAR Part 12, Acquisition of
Commercial Items, shall apply to this acquisition.
Services include but are not limited to preparation,
tagging, inventoring, packing, loading,
containerization, identification, delivery, unloading,
and unpacking of personal property shipments. The
contractor shall furnish all plant, labor, materials,
equipment and tools necessary to perform a
comprehensive packing and crating service at D-M
AFB and surrounding designated areas. The
contractor shall perform these duties in accordance
with the Statement of Work (SOW). This acquisition
will be solicited as a Request for Proposal (RFP)
utilizing FAR Part 15, Contracting by Negotiation. A
Firm Fixed Price Performance Based contract will
result from this solicitation. Award selection will be
based on Performance Price Trade-off procedures.
Period of performance will be for a base period and
four (4) one-year option periods. This acquisition is a
100% Small Business Set-Aside. The North American
Industry Classification System Code is 488991; and,
the small business size standard is $21.5 million. The
RFP Number FA4877-06-R-0001 will be issued on or
about 24 Nov 05, posted electronically on the Federal
Business Opportunity website (http://www.eps.gov).
No paper copies will be issued; no telephone request
will be honored and no bidders mailing list will be
maintained. Potential offerors are responsible for
monitoring this site for the release of the solicitation
package. To be eligible for contract award, offerors
must be registered in the DoD Central Contractor
Registration (CCR). Register via the CCR website
(http://www.ccr.gov) or by contacting CCR Customer
Service Contact Information at 1-888-227-2423. All
responsible small businesses may submit a proposal to
the 355th Contracting Squadron. Any questions
regarding this notice should be directed to Ms. Nell L.
Hitchye, (520)228-5448.
URL:
http://www.fbo.gov/spg/USAF/ACC/355CONS/FA48
77-06-R-0001/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 85707
POP ADDRESS: DAVIS-MONTHAN AIR FORCE
BASE
PIMA COUNTY
TUCSON, AZ
======================================
W - Lease or Rental of Equipment
======================================
NAICS Code: 531190
Department of the Air Force, Air Education and
Training Command, Lackland AFB - 37th Contracting
Squadron, 1655 Selfridge Avenue, Lackland AFB, TX,
78236-5253
SUBJECT: W -- TRINITY UNIVERSITY LAURIE
AUDITORIUM RENTAL
SOLICITATION: 6TC091
RESP DATE: 11/23/05
CONTACT: Juan Dehoyos, Contract Specialist,
Phone 210-671-1761, Fax 210-671-5064, Email
juan.dehoyos@lackland.af.mil - Arthur Mitchell,
Contract Specialist, Phone 210-671-1765, Fax
210-671-5064, Email arthur.mitchell@lackland.af.mil
DESC: The 37th Contracting Squadron is intending to
award a sole-source purchase order to Trinity
University for the rental/lease of Laurie Auditorium for
the Holiday in Blue and Fiesta in Blue Concert. This
purchase will be made under simplified acquisition
procedures and Other than Full and Open Competition
as authorized by FAR 6.302-1. The anticipated award
date is 24 Nov 05. This notice is neither a request for
competitive proposals nor a solicitation of offers. A
determination by the government not to compete this
requirement based on responses to this notice is solely
within the discretion of the Government. Information
received will be considered solely for the purpose of
determining whether to conduct a competitive
procurement. For information regarding this purchase,
please contact Mr JJ DEHOYOS at 210-671-1761 or
via email at: juan.dehoyos@lackland.af.mil.
URL:
http://www.fbo.gov/spg/USAF/AETC/LackAFBCS/6T
C091/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 78212-7200
POP ADDRESS: TRINITY UNIVERSITY LAURIE
AUDITORIUM
715 STADIUM DR
SAN ANTONIO, TX
======================================
NAICS Code: 532120
Department of the Air Force, Air Education and
Training Command, Tyndall AFB Contracting
Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall
AFB, FL, 32403-5526
SUBJECT: W -- Lease of Trucks
SOLICITATION: FA4819-05-T-0032
RESP DATE: 11/21/05
CONTACT: Otis Nattiel, Contract Specialist, Phone
850-283-0137, Fax 850-283-1033, Email
otis.nattiel@tyndall.af.mil - Karen Jack, Contracting
Officer, Phone 850-283-8637, Fax 850-283-3963,
Email karen.jack@tyndall.af.mil
DESC: This procurement is for the lease of two 2006
Ford F350 Crew Cabs IAW specifications and
attachments identified in the solicitation. A firm-fixed
price contract award is contemplated. This action will
be set aside for small businesses. The applicable North
American Industry Classification System (NAICS)
code is 532120 with a small business size standard of
$21,000,000. It is anticipated the solicitation will be
issued electronically on or about 17 Nov 2005 on the
Federal Business Opportunities web page at
http://www.fedbizopps.gov. Paper copies will not be
available. Once the solicitation is posted, it is
incumbent upon the interested parties to review this
site frequently for any updates/ amendments to any
and all documents. Any prospective contractor must be
registered in the Central Contractor Registration
(CCR) in order to be eligible for award. Information
concerning CCR registered requirements may be
viewed via the Internet at http://www.ccr.gov or by
calling the CCR Registration Center at
1-888-227-2423. The government reserves the right to
evaluate and give evaluation credit for proposed
features that exceed either the stated thresholds or
objectives. The lowest price may not necessarily
receive the award; likewise, the highest technically
rated offer may not necessarily receive the award.
P.O.C is MSgt Otis Nattiel at (850) 283-0137 or
e-mail: otis.nattiel@tyndall.af.mil.
URL:
http://www.fbo.gov/spg/USAF/AETC/TynAFBCS/FA
4819-05-T-0032/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: United States
POP ZIP: 32403
POP ADDRESS: 650 Florida Ave
Bldg 486
Tyndall AFB, FL
======================================
NAICS Code: 532412
Department of the Air Force, Pacific Air Forces, 374
CONS - Yokota, Unit 5228, Yokota AB, APO Japan,
., 96328-5228
SUBJECT: W -- Forklift Rental Services To Support
Yama Sakura 49
SOLICITATION: FA5209-06-T-0041
RESP DATE: 12/02/05
CONTACT: Kenneth Fields, Contract Specialist,
Phone 81-42-551-6120, Fax 81-42-551-0973, Email
kenneth.fields@yokota.af.mil - Geoffrey Diehl,
Contracting Officer, Phone 81-42-551-6120, Fax
81-42-551-0973, Email geoffrey.diehl@yokota.af.mil
DESC: The contractor shall provide all necessary
personnel, supervision, management, tools, equipment,
transportation, materials and any other items or
services necessary to support the U.S. Army/Japanese
Ground Self Defense Forces (JGSDF) bilateral
Command Post Exercise (CPX) Yama Sakura 49
(YS49) in accordance with this Performance-Based
Work Statement (PWS), the attached appendices and
with commercial standards, local standards, Japanese
ordinances and Japanese laws. These services shall be
performed at the same levels as in the commercial
marketplace to the maximum extent possible.
Note 1: Solicitation issuance and closing dates are
tentative. It is the offeror's responsibility to check the
firm dates at block 6 & 8 of SF 1449, once the
solicitation is released, to ensure submission of your
offer in a timely manner. If you have any questions
about the release date of a solicitation please contact
the Contract Administrator or Contracting Officer
listed in this announcement.
Note 2: This project will be performed in its entirety
in the country of Japan. The successful offeror must
be licensed and registerd to perform work in the
country of Japan.
Note 3: Solicitation issuance and closing dates are
tentative. It is the offeror's responsibility to check the
firm dates at block 6 & 8 of SF 1449, once the
solicitation is released, to ensure submission of your
offer in a timely manner. If you have any questions
about the release date of a solicitation please contact
the Contract Administrator or Contracting Officer
listed in this announcement
URL:
http://www.fbo.gov/spg/USAF/PAF/374CONS/FA520
9-06-T-0041/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Japan
POP ZIP: 862-0901
POP ADDRESS: Camp Kengun Higashi-Machi
Kumamoto-Ken
======================================
NAICS Code: 532412
Department of the Air Force, Pacific Air Forces, 36
CONS - Andersen, Unit 14040, Andersen AFB, GU,
96543-4040
SUBJECT: W -- Rental of a 72K Toploader
SOLICITATION: FA5240-06-T-0002
RESP DATE: 11/22/05
CONTACT: Tory Hardy, Contract Specialist, Phone
(671)366-2358, Fax (671)366-1103, Email
tory.hardy@andersen.af.mil - Sonja Ervin, Contract
Specialist, Phone 671-366-4257, Fax 671-366-1103,
Email sonja.ervin@andersen.af.mil
DESC: The synopsis is to notify contractors of a
requirement for the rental of a 72K Top Loader to be
delivered to Andersen AFB, Guam. The rental period
is for 28 November to 23 December 2005. Please
22
review the attache solicitation for additional
specifications and information.
URL:
http://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240
-06-T-0002/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: Guam
POP ZIP: 96543
POP ADDRESS: Andersen AFB
======================================
NAICS Code: 532299
Department of the Air Force, United States Air Force
Europe, 700 CONS, Ramstein AB UNIT 3115, APO,
AE, 09094-3115
SUBJECT: W -- Rental container, disposal paper and
cardboard
SOLICITATION: FF561252946018
RESP DATE: 11/25/05
CONTACT: Inge Boese, Ms., Phone (49) 631 3539
240, Fax (49) 631 3539 250, Email
Inge.Schwarz@ramstein.af.mil - Ursula Nabinger,
Ms., Phone (49) 631-536-7616, Fax (49) 631
536-8414, Email Ursula.Nabinger@ramstein.af.mil
DESC: Rental of containers and disposal of paper and
cardboard products
Interested vendors can submit fax or e-mail requests to
the primary person of contact.
Only local sources will be solicited.
URL:
http://www.fbo.gov/spg/USAF/USAFE/ROB/FF56125
2946018/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Germany
POP ZIP: 76726
POP ADDRESS: Defense Distribution Depot Europe
Germersheim
======================================
NAICS Code: 532310
Department of the Navy, United States Naval
Academy, Supply Department, U.S. Naval Academy,
181 Wainwright Road, Annapolis, MD, 21402-5007
SUBJECT: W -- W-RENTAL OF TENTS
SOLICITATION: N42082-06-Q-0024
RESP DATE: 11/21/05
CONTACT: Wilma Phoebus, Contract Specialist,
Phone 410-293-1373, Fax 410-293-5293, Email
phoebus@usna.edu - Wilma Phoebus, Contract
Specialist, Phone 410-293-1373, Fax 410-293-5293,
Email phoebus@usna.edu
DESC: ANY REQUESTS MUST BE WITH YOUR
COMPANY NAME, ADDRESS, TELEPHONE AND
FAX NUMBER, PLEASE NO EMAILS. The Naval
Support Activity located at Navy Yard in Washington
DC has a requirement from 29 November 2005 for
set-up and 2 December 2005 for take down for rental
of various sizes of tents, tent walls, lights, heaters, coat
racks, marquees dimmers, flooring, carpet, tables,
chairs, and table skirts. The reception tent size shall be
120 by 70. Coat Check tent shall be 30 by 20, Caterers
tent shall be 15 by 15. All tents, side walls, doors,
tables, chairs, and skirts shall be white. This
solicitation shall close on Monday 21 November 2005,
at 3:30 PM local time. To receive a complete package
of the solicitation, fax your request to 410-293-5293
attention Mrs. Wilma Phoebus, voice number is
410-293-1373. NO ORAL REQUEST OR
QUESTIONS SHALL BE HONORED. Your quote
shall be completely filled out and returned with bid.
Failure to do so shall deem bid to be unacceptable and
rejected without notice. This is 100% small business
set-a-side.
URL:
http://www.fbo.gov/spg/DON/USNA/N00161/N42082
-06-Q-0024/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
NAICS Code: 532412
USPFO for Maine, Camp Keyes, Augusta, ME
04333-0032
SUBJECT: W--Lease, Glycol Recovery Vehicle
(GRV), 6 Month
SOLICITATION: W912JD-06-T-2001
RESP DATE: 12/01/05
CONTACT: Patrick Nott, 207-990-7419
DESC: Services Non-Personal: Contractor shall
provide the following -- Rental of a Glycol Recovery
Vehicle (GRV). Intended Use: The intended use of the
GRV is to remove deicing fluid from airport ramp
surfaces. The Maine Air National Guard currently
uses AMS 1424 Type I Propylene glycol-based deicing
fluid, NSN: 6850-01-435-6471. Maintenance: --The
successful contractor shall be responsible for
maintaining all maintenance requirements of the
vehicle. --The Government shall only be responsible
maintaining fuel levels and performing operator
preventive maintenance and inspections as outlined by
the manufactures operating manuals. --Contractor shall
be capable of providing maintenance service calls at
the Maine Air Nation Guard Base, Bangor, ME. Shop
space will typically not be authorized for repairs to the
vehicle on the Base. --The contractor will provide
breakdown service calls 24 hours a day, 7 days a week,
365 days a year within 4 hours of receiving a call for
service when vehicle is not capable of operating as
designed. General Characteristics: --It is preferred that
the vehicle is new and more technical weight will be
given to a new vehicle. The Government will not
consider offers of vehicles that are not in a like-new
condition or older than 5 years. --Vehicle must have a
vacuum capacity sufficient to remove a slush mixture
(ice, snow and glycol-based deicing fluid) from airport
ramp surfaces. --The vehicle must be capable picking
up the slush mixture at a minimum speed of 15 mph,
leaving the cleaned surface only damp and without
puddles or loose debris left on the surface. --Vehicle
must be capable of discharging collected material over
a 16 inch vertical wall and have a hydraulic dumped
collection body with a large hydraulically operated
hatch with controls in the vehicle cab. --Vehicle will
be required to maneuver around aircraft during
operations. --Vehicle shall be capable of an 8 foot
cleaning path at a minimum. --Vehicle must be
capable of operating at temperatures down to negative
40 degrees Celsius. --Vehicle will be equipped with
one or more flashing strobe devices visible from 360
degrees around the vehicle. Vehicle Setup and
Training --Contractor will be responsible for providing
vehicle setup upon delivery. --Contractor will provide
full operator training on all vehicle controls and
systems. Training shall include procedures for proper
use as a GRV. Passed Experience: --Interested parties
shall provided the Government with at lease three
references of other northern tier Air National Guard or
Air Force Bases that have either purchased or leased
the vehicle, for the same intended purpose, that this
being proposed in thei r offer. --The Maine Air
National Guard has in the pasted leased an Elgin
Crosswind GRV and was satisfied with its
performance. While offerors are not required to
propose the same vehicle, its general characteristics
should be consider when determining what to pro pose
to the Government.
URL:
http://www.fbo.gov/spg/USA/NGB/DAHA17/W912J
D-06-T-2001/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Patrick.Nott@mebngr.ang.af.mil
Desc: USPFO for Maine
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 04401
POP ADDRESS: Maine Air National Guard 101
CES/DE, 106 Ashley, Ste 486 Bangor ME
======================================
X - Lease or Rental of Facilities
======================================
NAICS Code: 531120
General Services Administration, Public Buildings
Service (PBS), NB Contractor - The Staubach
Company, 8484 Westpark Drive, Suite 150, McLean,
VA, 22102
SUBJECT: X -- The US Government is seeking to
lease approximately 61,565 Rentable Square Feet of
contiguous warehouse and office space in New York
City to yield between 49,250 to 50,479 ANSI/BOMA
Usable Square Feet
SOLICITATION: 5NY0205
RESP DATE: 12/15/05
CONTACT: Blanche Horst, Contractor - GSA NB,
Phone 703-287-0485, Fax 703-448-6685, Email
Blanche.Horst@Staubach.com
DESC: REQUIREMENT: The US Government is
seeking to lease approximately 61,565 Rentable
Square Feet to yield between 49,250 to 50,479
ANSI/BOMA Usable Square Feet of contiguous
warehouse and office space, first floor or above, in the
Chelsea Piers/West Village/Tribeca area for use by
tenant as a property and storage facility. Site will be
primarily a storage facility with very little office space
(no more than 1,000 USF). Below grade or basement
space will not be considered. All perimeter windows
less than 18 feet from the ground or an accessible
platform will be considered first floor windows and
will require steel bar installation to prevent entry from
the outside. For proposals of space in existing
buildings, a 20-foot standoff distance is required from
the property line to the facade of the building. On-site
parking requirement is for 15 reserved surface spaces
in an area that can be made secure. The requested
space must be in a building capable of being altered to
meet the Government's needs and security
requirements. The building must meet Federal
Government standards for fire safety, be capable of
being fully accessible to the physically challenged, and
be located outside a 100-year floodplain. All services,
supplies, utilities, partitioning and tenant alterations
are desired as part of the rental consideration. The
building offered must not contain sprayed on
fireproofing or acoustical treatment containing
asbestos. Space offered must have potential for
efficient layout and be ready for occupancy on or
before September 1, 2006. Brokers or agents may
represent the prospective landlord, but any properties
or proposals submitted by brokers/agents must be
accompanied by written evidence that they are
authorized to represent the building's ownership.
Subleases will not be considered.
DELINEATED AREA: Space must be located within
the area bounded by West 23rd Street to 9th Avenue
and Hudson Street to Harrison Street along West Street
back to West 23rd.
LEASE TERM: Lease term is ten (10) years with a
firm term of five (5) years.
EXPRESSIONS OF INTEREST: If you desire to
submit a location for consideration, please forward
information by 5:00 PM EST, December 15, 2005.
Expressions of interest should include building name
and address, legal description, 1/8 inch scale drawing
of space offered, rentable square feete offered and
rentable rate per square foot (specifying services and
utilities included), method of measurement used to
determine rentable square feet (Common Area Factor),
and contact information for owner or authorized agent.
Fax or mail all replies to Authorized Representative of
the General Services Administration (GSA) at:
The Staubach Company - Northeast, Inc.
Attention: Blanche Horst
8484 Westpark Drive, Suite 150
McLean, VA 22102
Phone: 703.287.0485
Fax: 703.448.6685
Email: blanche.horst@staubach.com
URL:
http://www.fbo.gov/spg/GSA/PBS/NBSC/5NY0205/li
sting.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 10278
23
POP ADDRESS: General Services Administration
PBS, Realty Services Division
26 Federal Plaza
Room 16-100
New York, NY
======================================
NAICS Code: 531120
General Services Administration, Public Buildings
Service (PBS), Arkansas/East Texas Service Center
(7PEA-FW), 819 Taylor Street, Room 12A08, Fort
Worth, TX, 76102-6181
SUBJECT: X -- General Services Administration
needs Office and Laboratory Space in Houston, Texas
SOLICITATION: 5TX0461
RESP DATE: 11/25/05
CONTACT: Nora Ashwander, Realty Technician,
Phone 817-978-7308, Fax 817-978-7194, Email
nora.ashwander@gsa.gov - Nancy Lopez, Contracting
Officer, Phone 817-978-7168, Fax 817-978-7194,
Email nancy.lopez@gsa.gov
DESC: General Services Administration is interested
in leasing minimum of 21,917 rentable square feet of
office and laboratory space in Houston, Texas. The
space will consist of 5,818 square feet of office space,
13,240 square feet of laboratory space and four
secured parking spaces. Rentable space must yield
20,000 to 19,058 BOMA usable square feet of space.
U.S. Customs and Border Protection will occupy the
space. LEASE TERM: 5 years, 3 years firm.
UNIQUE REQUIREMENTS: Space must be a single
block of contiguous space, not separated by public
corridors, is required. A loading dock is required for
deliveries of laboratory supplies. The loading dock
will also serve as a staging area for laboratory mobile
operations. If located in a high-rise office building,
close proximity to the roof should be a factor because
of ductwork from exhausts hoods and special HVAC
equipment. Office and Parking shall be accessible 24
hours a day, seven days a week. A minimum of four
(4) secured, reserved inside parking spaces are
required for official government vehicles. These
spaces must be oversized to accommodate vans (cargo
and passenger) and one (1) mobile baboratory (24Æ
and 38ö long). A minimum clearance of 13Æ is
required. LOCATION: Houston, TX Metro area
SUBMITTAL: Must include building name and
address; rentable square feet; rate per rentable square
foot; method of measurement used and common area
factor. Submit name, address, and telephone number
of individual to contact and evidence of authority to
represent the owner. AUTHORIZED CONTACTS: In
no event shall the offeror enter into negotiations
concerning the space to be leased with representatives
of Federal Agencies other than the officers and
employees of General Services Administration.
Issuing center deadline for receipt of bids, proposals or
responses.
Leave Month and Day boxes empty if there is no close
date.
ResponseDate: Month: November Day: _29____
Year: __2005________
Select one or more name(s) for point of contact. This
will post on your ad with your telephone number, fax
number, e-mail address.
Primary Point of Contact:
____ KIMBERLY WILSON-ASHLEY, REALTY
SPECIALIST; 1919 Smith Street, Suite 1600,
Houston, TX 77002 713-209-3250; FAX û
713-209-3066; EMAIL Kimberly.wilson-ashley@gsa.gov________________
_____________________
URL:
http://www.fbo.gov/spg/GSA/PBS/7PEA-FW/5TX046
1/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 77002
POP ADDRESS: General Services Administration,
Public Buildings Service (PBS), Realty Services
(7PEG), 1919 Smith Street, Suite 1600 Houston, TX
77002
======================================
NAICS Code: 721110
Other Defense Agencies, Department of Defense
Education Activity, DoDEA Pacific Procurement
Office (DPPO), Unit 35007, APO, AP, 96376-5007
SUBJECT: X -- Conferences
SOLICITATION: HE1260-06-T-1002
RESP DATE: 11/23/05
CONTACT: Miyoko Hokama, Contract Specialist,
Phone 011 81 611 744 5871, Fax 011 81 989 574 535,
Email miyoko.hokama@pac.dodea.edu
DESC: The DoDDS-P/DDESS-G Director's Office has
a requirement for a hotel that can provide the
necessary services for a conference to be held in Tokyo
Japan on November 28, 2005 through December 2,
2005 and on December 5, 2005 through December 9,
2005. The facility must be able to accommodate 60
rooms for the nights of the conference. (Please see the
schedule for more details). The facility must be able to
provide meeting room/ballroom space to accommodate
60 participants for plenary sessions, three training
rooms, and audiovisual equipment to include
projectors, screens, electrical cords, carts, microphone
and podium, flipcharts, and flipchart paper and
markers. The facility must also provide meals for
breakfast, lunch, dinner and light snacks. Prospective
contractors shall be registered in the Central
Contractor Registration database prior to award of a
contract. Information regarding this registration can
be found at http://www.ccr.gov/. Offerors will be
required to complete either a paper copy of the
Representations and Certifications or may complete
them online at http://orca.bpn.gov) in responding to
this requirement. This acquisition is being conducted
under Federal Acquisition Regulation (FAR) Part 12
regarding the acquisition of commercial items. The
North American Industry Code (NAIC) is 721110.
The solicitation number HE1260-06-T-1002. This
solicitation is intended only for local sources in
accordance with federal acquisition regulation
5.202(a)(12) . Local sources are those sources
normally resident, licensed and registered to conduct
business in Japan. Offeres from non-local sources will
not be considered under this.
Please submit your offer to
miyoko.hokama@pac.dodea.edu no later than
November 23, 2005 at 11:30 AM GMT +9:00 (Tokyo,
Japan Time).
URL:
http://www.fbo.gov/spg/ODA/DoDEA/FPOAP/HE126
0-06-T-1002/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Japan
POP ADDRESS: Tokyo
======================================
NAICS Code: 531120
General Services Administration, Public Buildings
Service (PBS), Office of Customer Solutions, Treasury
Client Delivery Team, Rm 3622 (5PC), 230 S.
Dearborn Street, Rm 3622, Chicago, IL, 606004
SUBJECT: X -- Rental of Space
SOLICITATION: Project4WI0036
RESP DATE: 12/08/05
CONTACT: John Dawson, Realty Specialist, Phone
312-353-5905, Fax 312-353-9628, Email
john.dawson@gsa.gov - Diana George, Realty
Specialist Team Leader, Phone 312 886-9509, Fax 312
353-9628, Email diana.george@gsa.gov
DESC: U.S. GOVERNMENT SEEKS OFFICE
SPACE IN RACINE, WI
REQUIREMENT:
The General Services Administration (GSA) is
interested in leasing space in Racine, Wisconsin for
Solicitation for Offer number Project # 4WI0036
consisting of approximately 4,050 rentable square feet
with on site parking for 23 cars for the Internal
Revenue Service. The rentable space must yield a
minimum of 3,481 usable square feet to a maximum of
3,830 usable square feet, available for use by tenant
for personnel, furnishing and equipment. The space
must be located within the following delineated
boundaries: City of Racine, WI.
Due to the soon to expire lease, the Government is
interested in alternate locations of equal size and
quality that are economically advantageous. Alternate
locations must include all costs associated with the
physical relocation costs, alterations, and costs to
move data and telecommunication lines. Lease term:
Five (5) years, Three (3) firm term. Owners or their
exclusive listing agent ONLY may submit properties
for inspection. Submission no later than 4PM CST on
December 8, 2005date.
Original Point of Contact
John B. Dawson, Contracting Officer, Phone
312-353-5905, Fax 312-353-5910, Email
john.dawson@gsa.gov , address General Services
Administration, Office of Customer Solutions, 230
South Dearborn St., Suite 3622, Chicago, IL
60604-1696.
URL:
http://www.fbo.gov/spg/GSA/PBS/Treas5PC/Project4
WI0036/listing.html
Desc: Link to FedBizOpps document.
POP ZIP: 60604-1696
POP ADDRESS: Genereal Services Administration
OCS
230 South Dearborn St. Suite 3622
Chicago, IL
======================================
Environmental Protection Agency, Headquarters
Procurement Operations Division, 1200 Pennsylvania
Avenue, Nw, Washington, DC 20460
SUBJECT: X--Lodging Requirement
SOLICITATION: RFQ-DC-06-00058
RESP DATE: 11/21/05
CONTACT: Point of Contact, Sandra Caesar,
Purchasing Agent, Phone (202) 564-5390
DESC: NAICS Code: 721110 The U.S.
Environmental Protection Agency intends to award a
competitive Purchase Order for Hotel Rooms within
the downtown city limits of New Orleans, Louisiana
for a period of 60 days and two optional periods of 30
days each if necessary. The period of performance
will begin approximately November 27, 2005 and run
through March 31, 2006. The Hotel must be
compliant with the Hotel and Motel Fire Safety Act of
1960 15 U.S.C. 2201 et seq.(Public Law 101-391),
hold an FEMA certification number, compliant with
Americans w/Disabilities Act, 42 U.S.C. Section
12101 et seq. (ADA), and registered in the Central
Contractor Registration Database (CCR). The
Statement of Work is available from the Contracting
Officer, please contact Ms. Sandra Caesar at (214)
665-6445 or send an e-mail to caesar.sandra@epa.gov.
The Request for Quote will be issued by November
18, 2005 with a written response due by Monday,
November 21, 2005 at 12:00 p.m. Central Time. If
your company can provide, the required services
please contact the above mention.
URL:
http://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-06-0
0058/listing.html
Desc: Link to FedBizOpps document.
EMAIL: caesar.sandra@epa.gov
Desc: U.S. Environmental Protection Agency
======================================
NAICS Code: 531120
General Services Administration, Public Buildings
Service (PBS), NB Contractor - Julien J. Studley - NY,
300 Park Avenue 3rd Floor, New York, NY,
10022-5313
SUBJECT: X -- U.S. GOVERNMENT SEEKS TO
LEASE APPROXIMATELY 4,600 RSF (YIELDING
AT LEAST 4,000 USF) OF OFFICE SPACE IN
SOUTH BRUNSWICK, NJ
SOLICITATION: Reference-Number-P0206CV5003
RESP DATE: 12/02/05
CONTACT: Bowen Allison, NB Contractor - Studley,
Phone 212-326-8620, Fax 212-750-6281, Email
24
abowen@studley.com - Bowen Allison, NB Contractor
- Studley, Phone 212-326-8620, Fax 212-750-6281,
Email abowen@studley.com
DESC: REQUIREMENT:
The U.S. Government is interested in leasing
approximately 4,600 rentable square feet (4,000
ANSI/BOMA Office Area square feet) of contiguous
office space. The space must meet requirements for
fire and life safety plus handicapped access in
accordance with PL-90-480. Six (6) surface parking
spaces are required, along with additional space for
visitor parking. Occupancy is required by April 1,
2006.
LEASE TERM:
Ten (10) Years, FIVE (5) years firm term.
DELINEATED AREA:
South Brunswick, NJ and vicinity as described by the
area below:
US Route 1 from Major Road in South Brunswick, NJ
to US Route 1 no farther South than Carnegie Center
Boulevard, Princeton, NJ. No farther East than the
New Jersey Turnpike and no farther West than 1 mile
or Route 27.
EXPRESSIONS OF INTEREST MUST BE
SUBMITTED IN WRITING NO LATER THAN
DECEMBER 2, 2005 AND SHOULD INCLUDE
THE FOLLOWING INFORMATION:
1)Building name and address, and location of space in
the building.
2)Legal description
3)One-eighth inch scale drawing of space offered.
4)ANSI/BOMA defined Office Area Square Feet
5)Rentable Square Feet Offered and Rental Rate per
Square Foot. (Specifying services, utilities, and tenant
improvement allowance included)
6)Percentage of Common Area Factor used to
Determine the Rentable Square Feet
7) Name, address, telephone number, and email
address of individual to be contacted.
Submission by other than the owner or manager of a
property must be accompanied by a letter from the
ownership granting permission to make a general
offering of space. In instances where the Offeror is
representing more than one property, the Offeror is
hereby notified that they may only participate in
negotiations on behalf of one owner.
AUTHORIZED CONTACTS:
In no event shall the Offeror enter into negotiations or
discussions concerning the space to be leased with
representatives of any Federal Agency other than the
officers and employees of General Services
Administration (GSA) or their authorized
representative, Studley, Inc.
E-MAIL, FAX OR MAIL INFORMATION FOR
RECEIPT NO LATER THAN DECEMBER 2, 2005
TO:
Allyson Bowen STUDLEY, INC
300 Park Avenue
New York, NY 10022
Tel: (212) 326-8620
Fax: (212) 750-6281 Email: abowen@studley.com
Point of Contact
Allyson Bowen Contractor, Phone (212) 326-8620,
Fax (212) 750-6281, Email abowen@studley.com
URL:
http://www.fbo.gov/spg/GSA/PBS/NBJJSNY/Referen
ce-Number-P0206CV5003/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 08852
POP ADDRESS: South Brunswick, NJ
======================================
Y - Construction of Structures and Facilities
======================================
NAICS Code: 238910
Department of Agriculture, Forest Service, R-4 SW
Idaho/Nevada Acquisition Office, 1249 S. Vinnell
Way, Suite 200, Boise, ID, 83709
SUBJECT: Y--FORMER NEL PROPERTY
DECOMMISSIONING ON THE
HUMBOLDT-TOIYABE NATIONAL FOREST
SOLICITATION: AG-9360-06-0001
CONTACT: Steve Roehr, Contracting Officer, Phone
702-839-5575, Fax 702-839-5599, Email
sroehr@fs.fed.us - Ethel Hill,
Procurement%252BAssistant, Phone 208-373-4150,
Fax 208-373-4150, Email
R4_Boise_contracting@fs.fed.us
DESC: THE SOLICITATION FOR THIS PROJECT
IS AVAILABLE TO VIEW AND PRINT. Work
includes the removal, by means of deconstruction, of 8
standing buildings of differing types and sizes.
Deconstruction is not to include the removal of any
concrete footings or slabs throughout the site. All
masonry and retaining walls are included in demolition
- deconstruction for all buildings and site work. It also
includes the demolition of some site utilities, removal
and disposal of site debris and trash, partial demolition
of a miniature golf course and finish site grading.
Work shall include all required grading, filling, and
erosion control measures and the installation of a fence
with required gate. The project is located on the
Humboldt-Toiyabe National Forest, Spring Mountains
National Recreation Area. Project can be reached by
traveling from Las Vegas, Nevada, North on US
Highway 95 to Kyle Canyon Highway (State Route
157), thence travel west for approximately 16 miles to
project site. Estimated start date is 11/01/06 with 90
calendar days for completion. Estimated price range is
between $250,000.00 and $500,000.00. NAICS Code:
238910 Size Standard: $ 12.0 Million. This proposed
procurement is under the Small Business
Competitiveness Demonstration Program, which is not
a small business set aside.
URL:
http://www.fbo.gov/spg/USDA/FS/0261/AG-9360-060001/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ADDRESS: Las Vegas, NV
======================================
US Army Corp of Engineers, Alaska, CEPOA-CT, P.
O. Box 6898, Elmendorf AFB, AK 99506-6898
SUBJECT: Y--Design/Build Construction Services
and/or Construction Services
SOLICITATION: W911KB-06-R-0007
RESP DATE: 01/04/06
CONTACT: James E. Holloway, (907)753-2528
DESC: A previous Sources Sought announcement
(W911KB-05-R-0034) for Design/Build Construction
Services and/or Construction Services, various
locations, including Alaska, Hawaii, Japan, and Korea
(Regional MATOC), posted on August 11, 2005, is
revised to Design/Build Construction Services and/or
Construction Services, various locations, Alaska. All
interested sources that have not responded to the
previous sources sought may make inquiry to this
presolicitation notice. Description: Design-Build
Construction Services and/or Construction Services,
Various Locations, Alaska. The contract will be for
projects classified under NAICS category 236.
Construction services to include repair and
design-build construction or const ruction from
Government-furnished design to include but not
limited to military family housing; barracks and
dormitories; administrative, operations and training
facilities; and industrial facility requirements and other
requirements related to mission. A multiple schedule
Indefinite Delivery Indefinite Quantity Type (IDIQ)
contract consisting of a 3-year base period of
performance with 1 two-year optional period of
performance. A Multiple Award Task Order Contract
(MATOC) will be made if sufficient qualif ied offers
are received with two or more of the contract awards
set-aside under the authority of Section 8(a) of the
Small Business Act, 15 U.S.C 637(a) for qualified 8(a)
offerors and two or more contract awards for large or
small business offerors (full and open). MATOC
award selection will be from 8(a), and large and small
offerors in each respective category using the
best-value source selection method. For individual
competitive Task Orders best-value, low-price
technically acceptable, or low-price selection met hods
may be used to select awardees. Past performance on
Task Orders shall be a factor in determining whether
an additional period of services shall be awarded under
a proposed IDIQ. Exercise of options are solely at the
discretion of the Government. A small business
utilization plan shall be required of large business
offerors. Requests for proposals (RFPs) for Task
Orders shall require IDIQ contract awardees to prepare
a technical proposal from specified criteria for
function and size of facility in accordance with
specified Military technical standards and/or
prescribed industr y standards. RFPs may be issued in
varying states of design completion ranging from a
narrative request for a concept design, a 10 percent to
35 percent, or a 65 percent design to 100 percent
design. RFPs for new construction or facility
rehabilitation o f low complexity may consist of a
simple narrative scope of work and an on-site review
of the requirement. This is not a request for proposal.
Note: The bid schedule may also include additional
work as option items; however, there is no guarantee
the options will be exercised. Bid Bonds and
Performance and Payment Bonds will be required.
ORDERING PLANS AND SPECIFICATIONS: A
future solicitatio n may be made available for
download at no charge on the Alaska District
Contracting Division website at
https://ebs.poa.usace.army.mil/AdvertisedSolicitations.
asp. Please note that all contractors and potential
contractors must be registered with the Central
Contractor Registration (CCR) database. For
instructions on registering with the CCR please visit
www.ccr.gov. RESPONDERS ARE ADVISED
THAT ANY FUTURE AWARD OF THIS PROJECT
IS SUBJECT TO THE AVAILABILITY OF FUNDS
AND THE REQUIREMENTS MAY BE DELAYE D,
CANCELLED OR REVISED AT ANYTIME
DURING THE SOLICITATION AND/OR FINAL
AWARD PROCESS. THE POINT OF CONTACT:
For questions concerning this solicitation, please
contact James E. Holloway, Contract Specialist by
telephone at (907)753-2528 or by email at ja
mes.e.holloway@poa2.usace.army.mil Original Point
of Contact: Carolyn Hayes, (907)753-2545 Email
your questions to US Army Corps of Engineers,
Alaska at Carolyn.I.Haynes@usace.army.mil Address:
US Army Corps of Engineers, Alaska, CEPOA-CT,
P.O. Box 6898, Elmendorf AFB, Alaska Postal Code:
99506-6898 Country: United States
URL:
http://www.fbo.gov/spg/USA/COE/DACA85/W911K
B-06-R-0007/listing.html
Desc: Link to FedBizOpps document.
EMAIL: James.E.Holloway@poa2.usace.army.mil
Desc: US Army Corp of Engineers, Alaska
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 99506-6898
POP ADDRESS: US Army Corp of Engineers, Alaska
CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
======================================
NAICS Code: 237990
US Army Engineer District, Vicksburg, ATTN:
CEMVK-CT, 4155 Clay Street, Vicksburg, MS
39183-3435
SUBJECT: Y--Gahagan Reinforcement, Red River
Waterway, Mississippi River to Shreveport, Louisiana,
Mile 223.4 to Mile 226.2, Red River Parish, Louisiana
SOLICITATION: W912EE-06-B-0003
RESP DATE: 01/24/06
CONTACT: Glen Smith, 601-631-5350
DESC: Description of Work: The work consists of
furnishing all plant, labor, materials and equipment,
and constructing the Gahagan Reinforcement on the
Red River, Mile 223.4 to Mile 226.2, in Red River
Parish, Louisiana. Principal features of work includ e,
mobilization and demobilization, approximately
25
279,000 tons of graded stone B, using the
Government-furnished software (RMS) for electronic
exchange of information and management of the
contract (See Section 01312 QUALITY CONTROL
SYSTEM), and environm ental protection. The
estimated value of the proposed work is between
$5,000,000.00 and $10,000,000.00. Plans and
specifications will be available at
http://www.mvk.usace-.army.mil/contract/ on the
Vicksburg Consolidated Contracting Office (VCCO)
Web Page. Congress has appropriated limited funds
through a stop-gap Continuing Appropriations act.
Accordingly, pending enactment of the FY 06 Energy
and Water Development Appropriations Act and
subsequent apportionment, we must reserve funds for
your contract on a limited basis. The amount reserved
for your contract through November 18, 2005 is
$1,000.00 After enactment of the Act and
apportionment, we will advise in writing of the amount
reserved for your contract. Funds are not presently
available for this ac quisition. No contract award will
be made until appropriated funds are made available.
AFARS 1.602-2 Compact discs and hardcopies will
not be available. Bidders should check the VCCO
Web Page often for new solicitations and/or changes
(AMENDMENTS) to existing ones. Issue date on or
about 21 December 05. Bid opening date on or about
24 Jan 2006 at 1430 hou rs, local time at place of bid
opening.
URL:
http://www.fbo.gov/spg/USA/COE/DACA38/W912EE
-06-B-0003/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Glen.E.Smith@mvk02.usace.army.mil
Desc: US Army Engineer District, Vicksburg
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 39183-3435
POP ADDRESS: US Army Engineer District,
Vicksburg ATTN: CEMVK-CT, 4155 Clay Street
Vicksburg MS
======================================
Z - Maintenance, Repair or Alteration of Real
Property
======================================
NAICS Code: 236220
General Services Administration, Public Buildings
Service (PBS), San Francisco Project Executive
Branch (9PCE), 450 Golden Gate Avenue, 3rd Floor
West, San Francisco, CA, 94102
SUBJECT: Z -- U.S. Appraisers Buildings, San
Francisco, Ca Tenant Realignment Phase III
SOLICITATION: GS09P06KTC0011
CONTACT: Connie Russell, Contracting Officer,
Phone 415-522-3130, Fax 415-522-3112, Email
connie.russell@gsa.gov - Connie Russell, Contracting
Officer, Phone 415-522-3130, Fax 415-522-3112,
Email connie.russell@gsa.gov
DESC: The General Services Administration (GSA)
has a requirement for a qualified prime contractor to
provide all labor, equipment, material, and incidentals
needed for the construction of tenant realignment
within the U.S. Appraisers Building located at 630
Sansome Street in San Francisco, California. For the
purposes of this solicitation, the work for this tenant
improvement package is defined as Phase III of the
Tenant Realignment for this building. The scope of
this project is to provide tenant improvements to
approximately 132,000 gross square feet of space in an
occupied building for the Citizenship and Immigration
Services (CIS), Customs and Border Protection (CBP),
and Immigration and Customs Enforcement (ICE) of
the Department of Homeland Security (DHS) and
Executive Office of Immigration Review (EOIR) of
the Department of Justice (DOJ). It also includes
modernization of existing building systems to the
extent possible as to consider the Historic significance
of the building. The construction package includes,
but is not limited to the following:
Demolition of approximately 132,000 gross square
feet of existing vacant space, which will include
removal of hazardous asbestos containing, lead-based
paint and PCB containing materials.
Provide new tenant improvement spaces, which will
include installing new suspended ceilings with
integrated lighting, carpet, flooring materials, wall
partitions, doors and hardware, casework, laboratory
equipment, transaction windows and counters, paint
and signage, and restoration of existing finishes that
take into account the Historic significance and
preservation of the building,
Provide plumbing, fire protection, mechanical and
limited HVAC spaces for DHS-CBP Customs
Laboratory and DOJ-EOIR, electrical power, lighting,
communications and security systems for the new
tenant improvement spaces.
Laboratory renovations spaces are to be accomplished
to meet current codes to the extent possible as not to
significantly alter the Historic nature of the building.
Install a new fire alarm system for the space being
renovated. This new fire alarm system for these floors
will be connected into the existing system at the
terminal cabinets located on each of these renovated
floors that was recently installed.
All newly renovated space constructed under this
project will comply with the latest Uniform Building
Code (UBC), National Fire Protection Association
(NFPA), Uniform Federal Accessibility Standards
(UFAS)/American Disability Act (ADA) standards,
etc.
The estimated cost range is $15,000,000 $20,000,000. The prime contractor shall be required
to demonstrate a certain level of expertise and
capability. This solicitation is being made under FAR
15.1 Source Selection. Award will be made to the
offeror whose proposal conforms to all requirements of
the solicitation and is considered to be most
advantageous to the Government, cost or price and
other factors considered. As technical proposals
become more equal in their technical merit, the
evaluated cost or price becomes more important. All
prospective primes will need to first be found
technically acceptable prior to submitting a price.
This Request for Proposal (RFP) will consist of two
phases: Phase I: Issuance of an informational set of
documents with a request for technical proposals.
Technical proposal will consist of the offerors
establishing their qualifications as prime contractors in
accordance with the following Evaluation Standards:
(1)Past Performance on Similar Projects, (2)
Experience on Similar Projects, (3) Experience of Key
Personnel on Similar Projects, (4) Management Plan
Other Minimum Qualifications: (1) Surety and
Bonding Statement (2) Insurance and Safety Record.
Offerors must have an existing, active office, other
than a jobsite office, located within the geographic
area of Northern California (defined as the area north
of but not including Santa Barbara, Kern and San
Bernardino Counties) and Nevada. At least one
principal member of any proposed joint venture must
have an existing office within the geographic area
specified herein. Respondents must demonstrate
capability to perform 80% of all contract services in
the existing offices within the geographic area
specified herein. Phase 2: Issuance of full sets of plans
and specifications, evaluation of price proposals and
award to the offeror with the best value. At Phase 2, a
20% Bid Bond will be required. Performance and
Payment Bonds will be required prior to receipt of the
Notice to Proceed. The prime contractors are to
submit a written request for a copy of the RFP to:
Constance Russell, GSA, PBS, Property Development
Division (9PCE), 450 Golden Gate Avenue, 3rd
Floor-West, San Francisco, CA 94102-3434. Written
request is due November 28, 2005, no phone request
or fax request will be accepted. Refer to RFP
GS-09P-06-KTC-0011. The procurement is open to
both large and small businesses under the Small
Business Competitive Demonstration Program. Before
the award of the contract the selected firm shall be
required to present an acceptable Small Business
Subcontracting Plan in accordance with Public Law
95-507. As part of its commitment to socioeconomic
initiatives of the Federal Government, the General
Services Administration has established national
subcontracting goals of 40% for Small Businesses, 5%
for Small Disadvantaged Businesses, 5% for Small
Women-owned Business, and 2% for HUB Zone
Small Businesses, 3% for Small Veteran-owned
Businesses. In support of the agencyÆs effort, firms
seeking consideration for this contract shall
demonstrate a proactive effort to achieve the above
goals. The use of subcontractor consultants will be
reflected in a Small Business Subcontracting Plan to
be submitted with the Phase 2 submittal and included
in the final contract. Firms must provide a brief
written narrative of outreach efforts made to utilize
Small Disadvantaged, Women-owned, HUB Zone, and
Veteran-owned businesses. An agreeable
subcontracting plan must be agreed to prior to award.
This is not an Invitation for Bids.
URL:
http://www.fbo.gov/spg/GSA/PBS/9PCE/GS09P06KT
C0011/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: usa
POP ADDRESS: 630 Sansome Street, San Francisco,
Ca
======================================
NAICS Code: 238160
DHS - Direct Reports, United States Coast Guard
(USCG), Commanding Officer (fcp), U.S. Coast
Guard Training Center Cape May, Administration
Building Room 212A, Cape May, NJ, 08204-5092
SUBJECT: Z -- ROOF RECOATING, JAMES HALL
BUILDING #258
SOLICITATION: HSCG42-06-Q-3WN032
RESP DATE: 01/06/06
CONTACT: Shirley Green, Contracting Officer,
Phone 609-898-6342, Fax 609-898-6811, Email
sgreen@tracencapemay.uscg.mil - James Dwyer,
Contracting Officer, Phone (609)898-6452, Fax
(609)898-6811, Email
jdwyer@tracencapemay.uscg.mil
DESC: Contractor shall provide all necessary labor,
materials, equipment, transportation and supervision
for ROOF RECOATING as specified at JAMES
HALL BUILDING #258, United States Coast Guard
Training Center Cape May, New Jersey (Cape May
county).
In general the work includes but is not limited to the
following:
1.1.Repair existing roof system as indicated on the
contract drawings.
1.2.Re-muck areas indicated on contract drawings
1.3.Recoat Roof with silicone coating and granules.
1.4.Re-Coat rubber roofs with UV protection.
Period of Performance shall be 90 day after issuance of
Notice to Proceed. This procurement is estimated
between $25,000.00 and $100,000.00. This
procurement is a Total Set-Aside for Small Business
Firms. The NAICS code for this procurement is
238160 with a size standard of $12.0M. All
responsible sources may submit an offer that will be
considered by the agency. All solicitation document
files will be available for download on or after 6
December 2005 exclusively from the Internet by
accessing the government-wide Federal Business
Opportunities (FedBizOpps) website at
http://www.fbo.gov. Interested parties are encouraged
to register at the FedBizOpps website to be notified
when information on this project becomes available.
Any amendments issued to this solicitation will be
posted solely to the FedBizOpps website. Contractors
are required to register in the Central Contractor
Registration (CCR) database and have a Marketing
Partner Identification Number (MPIN). For
information on CCR and the MPIN, access the website
at: http://www.ccr.gov/vendor/cfm. NOTE: NO
TELEPHONE, FACSIMILE, E-MAIL AND/OR
26
WRITTEN REQUESTS FOR SOLICITATIONS OR
POSTING STATUS SHALL BE ACCEPTED.
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/COUSCGTC
CM/HSCG42-06-Q-3WN032/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 08204
POP ADDRESS: 1 Munro Avenue,
James Hall Building #258,
Cape May, New Jersey,
======================================
NAICS Code: 237130
DHS - Direct Reports, United States Coast Guard
(USCG), Commanding Officer, USCG Civil
Engineering Unit Providence, 300 Metro Center
Boulevard, Warwick, RI, 02886
SUBJECT: Z -- CARIBOU, ME - REPLACEMENT
OF TOWER LIGHTING SYSTEM
SOLICITATION: HSCGG1-06-R-3WK028
RESP DATE: 01/04/06
CONTACT: Daniel Walker, Contract Specialist,
Phone (401)736-1762, Fax (401)736-1704, Email
dwalker@CEUProvidence.uscg.mil - Daniel Walker,
Contract Specialist, Phone (401)736-1762, Fax
(401)736-1704, Email
dwalker@CEUProvidence.uscg.mil
DESC: ISSUE DATE: 12/05/05. Contractor shall
provide all labor, materials, equipment, transportation,
supervision and disposal necessary for replacement of
tower lighting system at the U. S. Coast Guard Loran
C Station Caribou, 68 Green Ridge Rd. Caribou Maine
(Aroostook County). The project entails replacement
of the existing incandescent tower lighting system for
the four (4) 700 ft LORAN-C communication towers
with one of two FAA Approved ôhigh intensityö
strobe light systems. The work shall include but is not
limited to providing installation drawings, replacing
the existing lights, associated wiring, and controls and
incidental related work. The estimated cost range of
this project is $250,000 to $500,000. Solicitation
packages will be available on or about 12/05/05. The
due date for receipt of proposals is scheduled for
01/04/06 at 2:00 pm. This solicitation is issued in
accordance with FAR Part 19, and is 100% set-aside
for small business. The applicable NAICS code is
237130 and the size standard is $28.5 million. All
relevant solicitation documents, including
specifications and drawings may be accessed for
download beginning on the date of issue at the
following site: http://www.fbo.gov. Companies not
having the capability to download solicitation
documents may contact Rhode Island Blue Print, 335
Webster Avenue, Cranston, RI 02920 for a copy of the
solicitation package for a non-refundable deposit.
Please fax your request to RIBP at (401) 946-6550 and
include your credit card number and expiration date
along with the Solicitation Number. RIBP accepts
Visa, MasterCard, and American Express. Please do
not call in your requests. Orders will be shipped UPS
unless you request overnight delivery. A bidders list is
only available by registering electronically for this
solicitation below.
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/USCGCEUP
/HSCGG1-06-R-3WK028/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 04736
POP ADDRESS: Coast Guard Loran C Station
Caribou,
68 Green Ridge Rd.
Caribou, ME
======================================
Shenandoah National Park Contracting Officer 3655
US Hwy 211 East Luray VA 22835
SUBJECT: Z--Demolition/Removal of site
improvements at Gettysburg NMP
SOLICITATION: I440006035
RESP DATE: 12/19/05
CONTACT: Marc Pratt 7173345533
marc_pratt@nps.gov;
DESC: Furnish all labor, equipment, tools, and
materials necessary to demolish and remove the
structures and all other site improvements known as
the Adams County Motors and/or Davidson Ford
within the Gettysburg National Military Park (GNMP)
at 720 Biglerville Road, Gettysburg, Pennsylvania.
Demolish and remove one concrete block, steel-framed
structure and all other inorganic site improvements on
the property (see attached photos for complete
description).
URL:
http://www.fbo.gov/spg/DOI/NPS/APC-IS/I44000603
5/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 17325
POP ADDRESS: Gettysburg, PA
======================================
SER - National Park Service Contracting & Property
Mgt. 100 Alabama St., SW Atlanta GA 30303
SUBJECT: Z--Preservation of Ebenezer Baptist
Church Martin Luther King Jr., National Historic Site
SOLICITATION: N5560060300
CONTACT: Dianne Mitchell Contracting Officer
4045623163575 dianne_mitchell@nps.gov;
DESC: In accordance with FAR Part 15, Contracting
by Negotiation and Subpart 19.10 Small Business
Competitiveness Demonstration Program (Public Law
100-656) the National Park Service intends to issue a
Request for Proposal (RFP) for Preservation of
Ebenezer Baptist Church at Martin Luther King Jr.,
National Historic Site, Atlanta, GA. This requirement
is total Hub-Zone set aside. The North American
Industry Classification System (NACIS) is 236220.
The size standard is $28.5 million. Estimated price
range is between $1,000,000.00 and $5,000,000.00.
There will be a base bid and additives. AWARD IN
THE BEST INTEREST OF THE GOVERNMENT
MAY BE MADE ON THE BASE BID AND BID
ADDITIVES FOR WHICH FUNDS ARE
AVAILABLE AT THE TIME OF THE AWARD. The
BASE BID consist of preservation work on the church
and grounds, including but not limited to: structural
reinforcements to the floors and balcony; minor
limited modifications to HVAC, electrical, plumbing
and fire suppression systems; installation of an ADA
lift; restroom upgrades and related appurtenances;
limited preservation of historic plaster, masonry,
doors, hardware and woodwork including furniture
and finishes; and stained glass window preservation.
BID ADDITIVES are expected to include limited
restoration of wood furniture; a baptismal pool;
historic organ conservation; and exterior site work.
The construction work focuses on the Sanctuary, the
Fellowship Hall and limited portions of the exterior of
the historic Ebenezer Baptist Church, located at 407
Auburn Avenue, in the historic "Sweet Auburn"
neighborhood, near downtown Atlanta. The building is
readily accessed via city streets. In addition to federal,
state and local requirements, all work must be
performed in strict compliance with National Park
Service guidelines for protection of historic resources
including the Secretary of the Interior's Standards for
historic preservation. The work must be performed
under the direct supervision of a contractor with
previous successful experience on projects of similar
type and complexity. References will be verified and
evaluated. A pre bid meeting will be scheduled for all
interested bidders. The date and time of the meeting
will be included in the solicitation. All interested
bidders are encouraged to attend the pre bid meeting.
The tentative issue date is December 6, 2005. All
interested parties desiring to conduct business with
DOI are required to register at the following websitesThe Department of Interior's (DOI) National Business
Center (NBC) - http/ideasec.nbc.gov/ and the Central
Registration System (CCR) - http//www.ccr.gov. You
must register at both websites. RFP documents will be
available in Microsoft Word, HTML and Adobe PDF
formats. HARD COPIES WILL NOT BE
AVAILABLE. To request a Duns number, please
contact Dun and Bradstreet at 1-800-333-0505 or
website http://dnd.com/. A firm fixed price contract
will be issued, with a performance period of 496
calendar days from the Notice to Proceed. Anticipated
award date is February 3, 2006. NO TELEPHONE
OR E-MAIL REQUESTS WILL BE ACCEPTED.
The government reserves the right to cancel this
solicitation. This serve as a Pre-Solicitation Notice.
URL:
http://www.fbo.gov/spg/DOI/NPS/APC-IS/N55600603
00/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total HUB-Zone
POP COUNTRY: USA
POP ZIP: 30303
POP ADDRESS: Martin Luther King Jr., National
Historic Site Atlanta, GA 30303
======================================
NAICS Code: 236220
ACA, Fort McPherson GA , Southern Region
Contracting Center-East, 1301 Anderson Way SW,
Fort McPherson, GA 30330-1096
SUBJECT: Z--Multiple Award IDIQ Task Order
Contracts (MATOCs) for Construction Services for
Fort McPherson, Fort Gillem and Lake Allatoona,
Georgia
SOLICITATION: W911SE-05-R-0007
RESP DATE: 06/21/05
CONTACT: Diane Biddy, 404-464-4409
DESC: The Southern Region Contracting Center-East,
Fort McPherson, Georgia intends to solicit offers in
response to Request for Proposal (RFP)
W911SE-05-R-0007 for construction services to be
covered under Indefinite Delivery-Indefinite Quantity
Multiple A ward Task Order Contracts (MATOCs) in
support of the Directorate of Public Works and
Logistics (DPWL) located at Fort McPherson, Fort
Gillem and Lake Allatoona, Georgia. The awards will
result in a suite of contracts using contractors that fall
into the Small Business categories of 8(a), HUBZone
and Service-Disabled Veteran-Owned Small Business
(SDVOSB). A requirement for offerors is to have an
established headquarters or bonafide working office
within a 150-mile radius of Fort McPherson, Georgia.
Work includes, but is not limited to, the 16 major
construction disciplines. All work shall be completed
in accordance with individual task order requirements;
specifications and drawings will be provided with each
project or master specification. The awarded
contracts will consist of a Base Period of twelve (12)
months with two 2-Year Option Periods. Total
contract period, to include all options, shall not exceed
five (5) calendar years. The applicable North
American Industry Classification System (NAICS) c
ode is 236220. The Small Business size standard is
$28.5 million annual receipts for the past three years.
Task Orders will range in price from $2,000.00 to
$3,000,000.00. The total magnitude for this
requirement to include all contracts awarded is betw
een $25,000,000.00 and $100,000,000.00 over the
five-year period. The Government intends to award a
maximum of six (6) individual MATOC contracts,
providing a sufficient number of qualified contractors
propose. Awards will be made to those offerors who s
ubmit proposals that are technically highly qualified
with a fair and reasonable price. There will not be a
scheduled site visit for this requirement. A test project
will be used for pricing purposes. This RFP will be
27
issued in electronic format only an d will be available
on or about 18 May 2005 on Army Single Face to
Industry (ASFI) or Federal Business Opportunities
(FedBizOps) websites. Please address any questions
to Diane Biddy, Contracting Officer, at
Diane.T.Biddy@us.army.mil.
URL:
http://www.fbo.gov/spg/USA/DABK/DABK01/W911
SE-05-R-0007/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Diane.T.Biddy@us.army.mil
Desc: ACA, Fort McPherson GA
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 30330-1096
POP ADDRESS: ACA, Fort McPherson GA Southern
Region Contracting Center-East, 1301 Anderson Way
SW Fort McPherson GA
======================================
NAICS Code: 237310
US Army Engineer District, Sacramento, 1325 J.
Street, Sacramento, CA 95814
SUBJECT: Z--Amedee Army Airfield Improvements,
ARMY, Sierra Army Depot, Herlong, California
SOLICITATION: W91238-06-R-0004
RESP DATE: 01/18/06
CONTACT: Timothy F. Boyd, 916-557-5226
DESC: PROJECT TITLE AND LOCATION: Amedee
Army Airfield Improvements, ARMY, at Sierra Army
Depot, Herlong, CA. This Invitation For Bids (IFB) is
UNRESTRICTED. Job Description: Construction is
to extend the current 7000-foot runway to 10,000 feet
for ful ly loaded take offs and landings of heavily
loaded C-17 and C-5 cargo aircraft. Work will extend
the existing 7400-foot runway 1000 feet to the west
and 2000 feet to the east and to provide 1000-foot
overruns at both ends. Additionally, the existing 7000
foot asphalt concrete runway keel has developed high
severity transverse cracking and will require rebuilding
to provide the same load capacity as the new addition
section Runway lighting, including ILS, and switching
will be provided-for with an airfield lighting vault and
a small electrical control building (sheet-metal Butler
building) to be located near the existing fire station
facility. This procurement will be conducted under
NAICS code: 237310. The size standard for this
NAICS code is $28.5 Million. SIC Code: 1611 and
FSC Code: Z199. Estimated cost range is between
$10,000,000.00 and $25,000,000.00. The acquisition
method is an unre stricted Request For Proposal (RFP)
and all qualified businesses may respond. All
responsible sources may submit an offer which will be
considered by the agency. Please note that all offers
will be due on 18 January 2006 at 3:00pm, Pacific
Standard Time. . Please note that all offerors are
advised that this project may be delayed, cancelled, or
revised at any time during the solicitation, selection,
evaluation, negotiation and/or final award process.
For more information on the solicitation please contac
t Thomas Hart at 916-557-5208 or fax 916-557-7854.
E-mail address: Thomas.E.Hart@usace.army.mil
PLANS AND SPECIFICATIONS: The solicitation for
this project will be available on the Sacramento
District Contracting Division Internet Home Page at
http://e bs.spk.usace.army.mil/ for downloading.
Information on the site visit will be found in Section
00100 of the specifications. Any future amendments
to the solicitation will also be available for download
from this website. If you experience problems regi
stering for the plan holders list or have problems
downloading plans and specifications or amendments,
please contact Tim Boyd at 916-557-5226. It is
important that you first go to this website and under
Contracting Division homepage click on the adverti
sed solicitation you are interested in. Go to Plan
Holder Registration. This will require you to establish
a user name and password. Keep the user name and
password and share it with anyone else in your
organization who is responsible for registering yo ur
firm on planholders lists. With our new system you
only have to do the full registration one time. If you
have your user name and password you can always go
back into the system and register for other jobs without
having to go through the entire regis tration process.
However, you can only do this by using your initial
user name and password. In order to receive
notification on any amendments to the solicitation you
are required to register for the plan holder list. Please
complete all required infor mation. The Solicitation
(RFP) will be available for downloading to your
computer from Sacramento District website on or
about 01 December 2005. To download the
solicitation, please go to the Sacramento Districts
Contracting Division Internet Homepage a t:
http://ebs.spk.usace.army.mil/ From there click on
Sacramento District, then it will take you to a list of
advertised solicitations and from there click on the
desired solicitation number, on the bottom of this page
there will be a bar that says downl oad/view
solicitation files. Select plans or specs from the drop
down box and press go button. On the next page, right
click on the File Name and a menu pop up appears.
Choose Save Target As. Left click Save Target As and
a Save As Window appears. At this Window ch oose
location on your computer for file download. To
download amendments: Access the list of advertised
solicitations. Select the desired solicitation and then
click on the amendment number. On next page, right
click on the File Name and a menu pop up a ppears.
Choose Save Target As. Left click Save Target As and
a Save As Window appears. At this Window choose
location on your computer for file download. Please
note that all contractors and potential contractors must
be registered with the Central Con tractor Registration
(CCR) database. For instructions on registering with
the CCR please see our web page. Please not that ALL
contractors and potential contractors must have
completed the annual representations and certifications
electronically via the Online Representations and
Certifications Application (ORCA) website at
http://orca.bpn.gov
URL:
http://www.fbo.gov/spg/USA/COE/DACA05/W91238
-06-R-0004/listing.html
Desc: Link to FedBizOpps document.
EMAIL: timothy.f.boyd@usace.army.mil
Desc: US Army Engineer District, Sacramento
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 95814
POP ADDRESS: US Army Engineer District,
Sacramento 1325 J. Street, Sacramento CA
======================================
NAICS Code: 238330
US Army Corps of Engineer - Omaha District, 106 S.
15th Street, Omaha, NE 68102-1618
SUBJECT: Z--Construction of Administration
Building Elevator Installation, Garrison Project Office,
Riverdale, ND.
SOLICITATION: W9128F-06-B-0001
RESP DATE: 01/05/06
CONTACT: Neil Herman, (402) 221-4119
DESC: On or about 1 December 2005, this office will
issue Invitation for Bids for the construction of
Administration Building Elevator Installation,
Garrison Project Office, Riverdale, ND. Bids will be
opened on or about 9 January 2006. This solicitation
is unrestricted and open to both large and small
business participation. Contractors interested in
inspecting the site of the proposed work should contact
Shannon Jeffers or Beth Utecht, Garrison Project, P.O.
Box 527, Riverdale, North Dakota 58565 PHONE
NUMBER: 701-654-7411, ext 238 or 242
respectively. DO NOT submit requests for plans and
specifications to the site visit personnel listed above.
See Ordering below. The work will include the
following: (Approx. quantities) Work under this
contract consists of furnishing and installing a
standard model passenger elevator from an approved
elevator manufacturer. The work includes a legal
hoistway, pit, machine room and all other mechanical
and electrical components. Work will r equire project
layout and coordination of all necessary trades. Three
to five years of elevator installation experience is
required. The estimated construction cost of this
project is between $100,000 and $250,000.
Contractor's Quality Control will be a requirement in
this contract. Large business concerns submitting bids
for services exceeding $500,000 or for construction
exceeding $1,000,000, shall comply with Federal
Acquisition Regulation 52.219-9 regarding the
requirement for a subcontracting plan. The U.S. Army
Corps of Enginee rs considers the following goals
reasonable and achievable for fiscal year 2006: (a)
Small Business: 50.9% of planned subcontracting
dollars. (b) Small Disadvantaged Business: 8.8% of
planned subcontracting dollars*. (c) Women Owned
Small Business: 7.2% of planned subcontracting
dollars*. (d) Service-Disabled Veterans: 0.5% of
planned subcontracting dollars*. (e) Hubzones: 2.9%
of planned subcontracting dollars*. *- Small business
concerns owned and controlled by. The Contractor will
be required to commence work within 10 days after
notice to proceed and complete the work 270 calendar
days after receipt of Notice to Proceed. Provisions will
be included for liquidated damages in case of failure to
complete the work in the time allowed. Performance
and payment bonds will be required. Bonding
documents including the power of attorney shall bear
an original signature by an officer of the surety.
Bidders (Offerors): Please be advised of on-line
registration requirement in Central Contractor
Registration (CCR) database http://www.ccr.gov/ and
directed solicitation provisions concerning electronic
annual On-line Representations and Certifications
(ORCA) at http://orca.b pn.gov. Representations and
certifications are required to updated annually as a
minimum to keep information current, accurate and
complete. The electronic annual representations and
certifications are effective until one year from date of
submission or u pdate to ORCA. The plans and
specifications are available on Compact Disk
(CD-ROM) and will be provided free of charge. It has
been determined that the number of Compact Disks be
limited to one (1) per firm. Plans and Specifications
will not be provided in a printed hard copy format.
Contractors may view and/or download this project
from the Internet at the following Internet address:
http://ebs-nwo.wes.army.mil/ Ordering of plans and
specifications on CD-ROM shall be by registering on
the Omaha District website:
http://ebs-nwo.wes.army.mil/. To register on the
Omaha District website, go to the Solicitation
Registration section of the synopsis and click on the
link for Registering. If any of the information
changes during the advertisement period, you must
make changes through the Omaha District web
address. Failure to provide the above information and
any changes may cause a delay in receiving CD-ROM
and amendments. Questions regarding the ordering of
the same should be made to: 402-221-4119.
Telephone calls regarding Small Business matters
should be made to: 402-221-4110. Telephone calls on
contents of drawings and specifications should be
made to the Project Manager at: 402-221-3056 or
Specification Section at: 402-221-4411.
URL:
http://www.fbo.gov/spg/USA/COE/DACA45/W9128F
-06-B-0001/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Neil.F.Herman@usace.army.mil
Desc: US Army Corps of Engineer - Omaha District
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 68102-1618
POP ADDRESS: US Army Corps of Engineer Omaha District 106 S. 15th Street, Omaha NE
======================================
NAICS Code: 237310
ACA, ARMY RESERVE CONTRACTING CENTER,
28
218 BROOK STREET, BLDG 399, Fort Buchanan,
PR 00934
SUBJECT: Z--Road/Parking Repairs and Markings
SOLICITATION: W912C3-06-R-0001
RESP DATE: 01/12/06
CONTACT: Edwin Mendez, 787-707-2487
DESC: Procurement to provide all necessary
supervision, labor, tools, material and equipment to
perform the required for construction work for
Road/Parking Repairs and Markings at Fort Buchanan,
Puerto Rico. Procurement is a Firm-Fixed Price
Indefinite Qua ntity contract type for One (1) Base
Year Period and Four (4) One Year Option Periods.
The anticipated release date of the RFP is on or about
7 December 2005. The closing date of the RFP will be
30 days after the issuance date. This procurement
request i s a 100% Small Business Set-Aside restricted
for Puerto Rico and the US Virgin Islands Area Only.
The North American Industry Classification System
(NAISC) code is 237310. The estimated price range of
this requirement is between $1,000,000.00 and
$5,000,00 0.00. Hard copies of the solicitation
document will not be available. Request for
procurement package will be in writing or faxed to
787-707-3751 or e-mail to javier.cruz@us.army.mil.
Fax verification will be made by contacting Mr. Javier
Cruz at 787-707- 2494 and/or e-mail. All interested
parties are responsible for monitoring the FedBizOpps
website at http://www.fedbizopps.gov for status of
solicitations and amendments. The proposal and
amendments, if any, shall be submitted to the issuing
office specifi ed in the RFP on or before the closing
date. The solicitation will be posted and accessed
electronically by the public at
http://www.fedbizopps.gov. Solicitation will not be
mailed out. All proposals received from responsible
sources will be considered by this agency. Offerors
submitting an offer that are not registered in DOD
Central Contractor Registration database at
http://www.ccr.gov. will not be eligible for award. See
Number Note 1.
URL:
http://www.fbo.gov/spg/USA/DABJ/W912C3/W912C
3-06-R-0001/listing.html
Desc: Link to FedBizOpps document.
EMAIL: edwin.mendez@buchanan.army.mil
Desc: ACA, ARMY RESERVE CONTRACTING
CENTER
SETASIDE: Total Small Business
POP COUNTRY: PR
POP ZIP: 00934-4602
POP ADDRESS: ACA, ARMY RESERVE
CONTRACTING CENTER 218 BROOK STREET,
BLDG 399 Fort Buchanan PR
======================================
10 - Weapons
======================================
N00024 1333 Isaac Hull Avenue S.E. Washington
Navy Yard, DC
SUBJECT: 10--CONSOLIDATED UNDERSEA
WEAPONS HARDWARE PRODUCTION
CONTRACT
SOLICITATION: N0002404C6101
CONTACT: ReneeÆ Brooks 202-781-2827 Evelyn
Lamendola 202-781-2914
DESC: This synopsis is being posted to both the
Federal Business Opportunities(FBO) page located at
http://www.eps.gov and the Navy Electronic
Commerce on Line(NECO) site located at
http://www.neco.navy.mil. While it is understood that
FBO is the single point of entry for posting of synopsis
and solicitations to the internet, NECO is the
alternative in case FBO is unavailable. Please feel free
to use either site to access information posted by the
Navy Sea Systems Command. The Naval Sea System
Command, Washington Navy Yard, D.C., anticipates
awarding a sole source, cost-plus-incentive-fee (CPIF)
contract modification to Raytheon Company,
Integrated Defense Systems (IDS), Keyport, WA for
non-recurring engineering effort of the MK54 P2
Producibility Updated and Factory Automated Test
Equipment Design. It is anticipated that the resulting
effort will allow the Navy to procure an updated
configuration design to the MK54 Mod 0 torpedo
along with factory automated test equipment.
Raytheon Integrated Defense Systems (IDS) (Keyport)
is currently the developer and producer of the MK54
Mod 0 torpedo. It is the only source with the design
familiarity, proven vendor base, demonstrated
production processes and existing facilities and tooling
required to meet the NavyÆs requirements for this
effort. Firms interested in subcontract or subassembly
opportunities should contact Raytheon Company,
(IDS) directly. The subcontracting point of contact is
Mr. Tony ! Forrest and can be reached at
360-394-3411 or by e-mail at
Tony_E_Forrest@raytheon.com.****
URL:
http://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ
/N0002404C6101/listing.html
Desc: Link to FedBizOpps document.
======================================
N63394 4363 Missile Way Port Hueneme, CA
SUBJECT: 10--TACTICAL TOMAHAWK
WEAPON CONTROL SYSTEM (TTWCS)
ALTERATION AND INSTALLATION
SOLICITATION: N6339406R1279
CONTACT: NELSON NAILAT 805-228-0606
NELSON NAILAT 805-228-0606
DESC: The Port Hueneme Division (PHD), Naval
Surface Warfare Center (NSWC) intends to issue a
Cost Plus Award Fee (CPAF), Level of Effort,
Indefinite Delivery, Indefinite Quantity Contract on a
Nationwide Competitive 8(a) Program contract per
Section 8(a) of the Small Business Act (P.L. 15 USC
637(a)). This acquisition is for the contractor to
provide engineering resources to install, test and
integrate Tactical TOMAHAWK Weapon Control
System (TTWCS), TOMAHAWK Communication
Management System (TCOMMS), and Naval Fires
Control System (NFCS) equipment on U.S. Navy
ships. The TTWCS upgrade requires that the legacy
TOMAHAWK Weapon Control System (TWCS) and
Advanced TOMAHAWK Weapon Control System
(ATWCS) be removed, refurbished and provided as
Government Furnished Equipment (GFE) to the
contractor building and installing the TTWCS
equipment. The TCOMMS upgrade is installed in
conjunction with TTWCS systems. Mission Data
Systems (MDS) is installed in conjunction with
TCOMMS and is considered part of the TCOMMS
system. The NFCS equipment interfaces with TTWCS
and provides interface to the MK86 Gun Fire Control
System (GFCS). There is an aggressive schedule to
install these upgrades in the next three (3) years. In
order to accomplish this in an expeditious manner,
special teams called Alteration Installation Teams
(AITÆs) will do these removals and upgrades. The
AIT shall perform TTWCS installations and
TWCS/ATWCS removal onboard TICONDEROGA
(CG47) and ARLEIGH BURKE (DDG51) Class
Ships. The TTWCS, TCOMMS, and NFCS are being
updated to take advantage of modern commercial
off-the-shelf hardware and software to improve the
overall system operation and reduce costs over the life
cycle of the system. The TTWCS upgrade is required
for the deployment of the new TOMAHAWK BLK IV
Cruise Missile The total estimated direct labor hours
for this requirement are 53,740 regular hours and
20,985 premium overtime hours for the 24-month base
period. It is anticipated that the 12-month option
period when exercised will have an estimated 26,870
regular direct labor hours and 10,493 premium
overtime hours. The Government reserves the right to
make multiple awards. The anticipated issue date for
this solicitation is 6 December 2005 and will be
available for downloading AFTER 6 December 2005
from http://www.phdnswc.navy.mil/procurements.
The North American Industry Classification System
(NAICS) is 541330 and the size standard is $23M.
Federal Supply Classification (FSC) is K014. This will
be a Best Value Source Selection on the basis of
Technical and Management Capability and Past
Performance. All responsible parties may submit a
proposal, which shall be considered by the agency.
NOTES 1, 12, and 26 apply.
URL:
http://www.fbo.gov/spg/DON/NAVSEA/N63394/N63
39406R1279/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 332994
TACOM - Rock Island, ATTN: AMSTA-AQ-AR,
Rock Island Arsenal, Rock Island, IL 61299-7630
SUBJECT: 10--COVER ASSEMBLY, M242
AUTOMATIC CHAIN GUN NSN:
1005-01-088-4400, PN: 12524260
SOLICITATION: W52H0905R0066
RESP DATE: 01/18/06
CONTACT: Michelle Blocker-Rosebrough,
309-782-6514
DESC: COVER ASSEMBLY, M242 AUTOMATIC
CHAIN GUN NSN: 1005-01-088-4400, PN:
12524260. The solicitation, when issued, will result in
a 5 year Indefinite Delivery Indefinite Quantity
Contract. The guaranteed minimum quantity is 497
ay. This is a Federal Pr ison Industries item. Proposed
contract is 100% small business set-aside. FOB is
Destination. Estimated issue date is 19 December
2005. This solicitation will be issued electronically in
accordance with FAR 4.502 and 5.102, therefore,
hardcopies will not be provided. Vendors wishing an
electronic copy may download it on or af ter the issue
date by accessing the following address via the
internet:
https://aais.ria.army.mil/aais/SOLINFO/index.htm.
CAUTION: This solicitation will be issued
electronically as will any amendments thereto.
Because of this, the Government is under no
obligation and is in fact unable to maintain a bidders
mailing list. It is therefore incumbent upon any
interested parties to periodically access the above
internet address in order to obtain any amendments
which may be issued. Failure to obtain any sai d
amendments and to respond to them prior to the date
and time set for bid opening/receipt of proposals may
render your bid or proposal nonresponsive and result
in the rejection of same. This solicitation incorporates
a Technical Data Package (TDP) that cannot be
provided via the internet. Vendors who need this TDP
in order to prepare a bid or proposal are instructed to
request same by submission of an email request to:
tacom-ri-tdp@ria. army.mil. Any said requests should
contain the following information; CAGE Code (if
available), Company Name, Point of Contact
(optional), Street Address, City, State, Zip Code,
Telephone Number. A TDP will be provided by
normal mail after the solicitat ion has been released to
the internet. Note 26 applies.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/W52
H0905R0066/listing.html
Desc: Link to FedBizOpps document.
EMAIL: blocker-rosebroughm@ria.army.mil
Desc: TACOM - Rock Island
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 61299-7630
POP ADDRESS: TACOM - Rock Island ATTN:
AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
======================================
12 - Fire Control Equipment
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 12--COVER,FIRE CONTROL
SOLICITATION: SP090006T7298
RESP DATE: 12/01/05
CONTACT: Questions regarding this solicitation
29
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
1240014375408 COVER,FIRE CONTROL: Line
0001 Qty 00025 UI EA Deliver To: KOLLSMAN
By: 11/17/05 Approved source is SA383 40161101.
The solicitation is an RFQ and will be available at the
link provided in this notice. Hard copies of this
solicitation are not available. Specifications, plans, or
drawings are not available. All responsible sources
may submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP090006T72
98/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
NAICS Code: 332993
RDECOM Acquisition Center - Pine Bluff, ATTN:
AMSSB-ACP, 10020 Kabrich Circle, Pine Bluff, AR
71602-9500
SUBJECT: 12--Firing Scales for 60MM, 81MM, and
120MM munitions
SOLICITATION: W911RP-06-B-0002
RESP DATE: 12/02/05
CONTACT: Crystal G. Tubbs, 870-540-3054
DESC: Notice of Intent to award a sole source
contract. Under the authority of Federal Acquisition
Regulation, Part 6, Subpart 6.302-1, the RDECOM
Acquisition Center, Pine Bluff Contracting Division,
intends to contract with Rainbow Printing, 3711 Boettl
er Oaks Drive, Uniontown, OH 44685, on a sole
source basis for firing scales for various 60MM,
81MM, and 120MM munitions. Any response to this
notice must show clear and convincing evidence that
competition would be advantageous to the
Government. In do ing so, interested sources must
submit technical capabilities, pricing, and other
information that demonstrates their ability to meet the
Governments needs. Detailed capabilities must be
submitted to RDECOM Acquisition Center, 10020
Kabrich Circle, Buildi ng 17-120, AMSRD-ACC-P,
Attn: Crystal Tubbs, Pine Bluff, AR 71602-9500.
This synopsis is not considered a request for bid. No
solicitation document is available and telephone
requests will not be honored. No contract will be
awarded on a basis of offers received in response to
this notice, but offers will be used to determine if a
comparable source is available and more advantageous
to the Government. See Note 22.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAD21/W91
1RP-06-B-0002/listing.html
Desc: Link to FedBizOpps document.
EMAIL: crystal.tubbs@pba.army.mil
Desc: RDECOM Acquisition Center - Pine Bluff
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 71602-9500
POP ADDRESS: RDECOM Acquisition Center - Pine
Bluff ATTN: AMSSB-ACP, 10020 Kabrich Circle
Pine Bluff AR
======================================
13 - Ammunition and Explosives
======================================
NAICS Code: 325920
DEPARTMENT OF THE AIR FORCE; 84
MUSG/PK;6050 GUM LANE BLDG 1215; HILL AIR
FORCE BASE; UT; 84056
SUBJECT: 13--BOOSTER CARTRIDGE
SOLICITATION: FA8213-06-Q-60416
RESP DATE: 12/19/05
CONTACT: Linda Woodall, Phone 801-777-4107,
Email linda.woodall@hill.af.mil
DESC: PR Number(s): FD20200660416 Item: 0001
NSN: 1377010849358ES BOOSTER CARTRIDGE
P/N: 6010600, Description: THE BOOSTER
CARTRIDGE IS DESIGNED TO BOOST THE GAS
PRESSURE NECESSARY TO ACTIVATE THE
SCOT PARACHUTE RELEASE SYSTEM.
PREDOM MATL ALUM. LENGTH 0.46", DIA
0.378", NET EXPLOSIVE WEIGHT 0.0002 LBS.
Total Line Item Qty: 161.0000 EA Destn: FMS
COUNTRIES. Delivery: 30SEP2006, 161.00 EA The
anticipated award date will be:19DEC2005 Electronic
procedure will be used for this solicitation. To: SCOT
INCORPORATED, DOWNERS GROVE,
IL.,60515-4039. This part required engineering source
approval by the design control activity in order to
maintain the quality of the part. Existing unique
design capability, engineering skills, and
manufacturing knowledge by the qualified source(s)
require acquisition of the part from the approved
source(s). The approved source(s) retain data rights,
manufacturing knowledge, or technical data that are
not economically available to the Government, and the
data or knowledge is essential to maintaining the
quality of the part. An alternate source must qualify in
accordance with the design control activity's
procedures, as approved by the cognizant Government
engineering activity. The qualification procedures
must be approved by the Government engineering
activity having jurisdiction over the part in the
intended application. The requirements of FAR
9.202(A) have been completed and copies of the
qualification requirements and standards may be
obtained as described in this solicitation. Sources must
be qualified prior to being considered for award. The
solicitation will contain instructions of obtaining
further information on this requirement. Award will be
made only if the offeror, the product/service, or the
manufacturer meets qualification requirements at the
time of award in accordance with FAR clause
52.209-1. The solicitation identifies the office where
additional information can be obtained concerning
qualification requirements is cited in each individual
solicitation. 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. See Note(s) 26.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA82
13-06-Q-60416/listing.html
Desc: Link to FedBizOpps document.
EMAIL: linda.woodall@hill.af.mil
Desc: Linda Woodall
SETASIDE: N/A
======================================
15 - Aircraft and Airframe Structural
Components
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 15 -- ENGINE DUCT
SOLICITATION: FA8202-05-Q-23783
RESP DATE: 04/15/05
CONTACT: Mark McInnis, Contract Negotiator,
Phone 801-777-4699, Fax 801-775-5339, Email
mark.mcInnis@HILL.af.mil
DESC: SYNOPSIS NOT REQUIRED SOLICITATION IS POSTED
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA82
02-05-Q-23783/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336411
2590 Loop Rd West Wright-Patterson AFB, OH
SUBJECT: 15--Low Rate Initial Production for C-5
RERP
SOLICITATION: FA8625-06-R-6499
RESP DATE: 12/06/05
CONTACT: Vicki A. Fry, 937-255-1054
DESC: The C-5 Systems Group (C5SG/PK)
anticipates issuing, on or about 6 Dec 05, a sole source
solicitation to Lockheed Martin Corporation, 8 South
Cobb Dr, Marietta, GA 30063-3000 for Low Rate
Initial Production (LRIP) for the C-5M Reliability
Enhancements and Re-engining Program (RERP). Lot
1 is for one aircraft and encompasses: advance
procurement of long lead items and options for
fabrication and material; installation; initial spares;
studies and analyses; rapid repair and response; and
associated data. The period of performance for the
long lead items is FY 06 - FY 09. Options for Lot 2 (3
aircraft) and Lot 3 (five aircraft) will be added and
also will include training. This acquisition is a follow
on to System Development and Demonstration being
performed on a sole source basis by Lockheed Martin
Corporation (F33657-02-C-2000). A complete
reprocurement data package for either the C-5 or for
RERP is not available. See Note 22. Potential
offerors must: (1) possess or demonstrate the ability to
possess program management, program assembly,
engineering, financial, contracting, and quality
assurance personnel; (2) possess or demonstrate the
ability to possess the material, engineering, factory and
flight test equipment, physical facilities; (3) be a
responsible contractor with demonstrated, recent total
aircraft system responsibility; (4) be capable of
delivering fully qualified aircraft beginning in FY 09;
and (5) include in their response to this synopsis
evidence of these capabilities. The Lockheed Martin
Corporation has met the above requirements
satisfactorily. Potential subcontractors should contact
Lockheed Martin directly. The point of contact at
Lockheed Martin is Bruce Farmer, (770-494-2229).
The National American Industry Classification
System (NAICS) code for this procurement action is
336411. Please indicate the number of employees
relative to the size standard of 1,500 for determination
of small business status. Respondees shall include
their assigned DUNS number and their Commercial
and Government Entity (CAGE) code. A formal
solicitation is not available. Contact Vicki A Fry to
obtain copies of the anticipated contract terms and
conditions. The clause at 5352.201-9001,
Ombudsman, is applicable. For more information on
"Low Rate Initial Production for C-5 RERP", please
refer to:
http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id
=4174
URL:
http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-0
6-R-6499/listing.html
Desc: Low Rate Initial Production for C-5 RERP
EMAIL:
vicki.fry@wpafb.af.mil;suzanne.hensley@wpafb.af.mi
l
Desc:
vicki.fry@wpafb.af.mil;suzanne.hensley@wpafb.af.mi
l
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 30063
POP ADDRESS: Marietta, GA
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 15--BOBTAILASSY,TANK
SOLICITATION: SPM40006T5685
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
1560008343187 BOBTAILASSY,TANK: Line 0001
Qty 00038 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By:
14-MAY-07-07Approved sources are 4N727
106E006; 72429 106E006. The solicitation is an RFQ
and will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
30
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
006T5685/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 15--PANEL, STRUCTURAL
SOLICITATION: SPM40705Q1103
RESP DATE: 12/05/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
1560006527576 PANEL, STRUCTURAL: Line 0001
Qty 00011 UI EA Deliver To: XU
TRANSPORTATION OFFICER within 180 days
ADOThe solicitation is an RFQ and will be available
at the link provided in this notice. Hard copies of this
solicitation are not available. Digitized drawings and
Military Specifications and Standards may be
retrieved, or ordered, electronically. All responsible
sources may submit a quote which, if timely received,
shall be considered. Quotes may be submitted
electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
705Q1103/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 15--SUPPORT, IDLER
SOLICITATION: SPM4A706Q1145
RESP DATE: 11/22/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
1560011805731 SUPPORT, IDLER: Line 0001 Qty
00040 UI EA Deliver To: XU TRANSPORTATION
OFFICER within 414 days ADOThe solicitation is an
RFQ and will be available at the link provided in this
notice. Hard copies of this solicitation are not
available. Digitized drawings and Military
Specifications and Standards may be retrieved, or
ordered, electronically. All responsible sources may
submit a quote which, if timely received, shall be
considered. Quotes may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A
706Q1145/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 15--TUBE ASSEMBLY,AIR BLEE
SOLICITATION: SPM4A706Q1315
RESP DATE: 12/15/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
1560008637369 TUBE ASSEMBLY,AIR BLEE: Line
0001 Qty 00029 UI EA Deliver To: XU
TRANSPORTATION OFFICER within 200 days
ADOThe solicitation is an RFQ and will be available
at the link provided in this notice. Hard copies of this
solicitation are not available. Digitized drawings and
Military Specifications and Standards may be
retrieved, or ordered, electronically. All responsible
sources may submit a quote which, if timely received,
shall be considered. Quotes may be submitted
electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A
706Q1315/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
16 - Aircraft Components and Accessories
======================================
NAICS Code: 336413
DEPARTMENT OF THE AIR FORCE; 3001 STAFF
DR;BLDG 3001 STE 1AH100A; TINKER AFB; OK;
73145
SUBJECT: 16--Control
SOLICITATION: FA8103-06-Q-0215
RESP DATE: 12/19/05
CONTACT: Schoronda Y Green, Phone
405-739-4101, Fax 000-000-0000, Email
schoronda.green@tinker.af.mil
DESC: PR Number(s): Item: 0001 NSN:
1660006708317 Control P/N: A793-1, Description:
DIM 5 IN LONG, 3 1/2 IN WIDE, 3 IN HIGH. MATL,
STEEL OUTER BASE WITH ELECTRONIC
COMPONENTS. CONTROLS THE TEMP OF THE
WINDSHIELD Total Line Item Qty: 3.0000
Applicable to: B-52 STRATO FORTRESS Destn:
FB2039,Tinker AFB,OK.,73145-9013. Delivery:
31JUL2008, 3.00 The anticipated award date will
be:31DEC2005 Electronic procedure will be used for
this solicitation. Note: 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 source of the concern. The
Ombudsman does not participate in the evaluation of
proposals or in the source selection process. Interested
parties are invited to call the Ombudsman at (405)
736-3273. DO NOT CALL THIS NUMBER FOR
SOLICITATION REQUESTS. Request for Written
Quotation will be issued. The anticipated award date
will be 60 days after the issuance of this notice. The
proposed contract action is for supplies and services
for which the Government intends to solicit and
negotiate with only one, or a limited number of
sources under the authority of FAR 6.302. Interested
persons may identify their interest and capability to
respond to the requirement or submit proposals. This
notice of intent is not a request for competitive
proposals. However, all proposals received within
forty five-days (thirty days if award is issued under an
existing basic ordering agreement) after date of
publication of this synopsis will be considered by the
Government. A Determination by the Government not
to compete this proposed contract based upon
responses to this notice is solely within the discretion
of the Government. Information received will
normally be considered solely for the purpose of
determining whether to conduct a competitive
procurement. Award will be made only if the offeror,
the product/service, or the manufacturer meets
qualification requirements at the time of award in
accordance with FAR clause 52.209-1. The
solicitation identifies the office where additional
information can be obtained concerning qualification
requirements as cited in each individual solicitation.
Specifications, plans, or drawings relating to the
procurement described are incomplete or not available
and cannot be furnished by the Government. See
Note(s) 22, 23 and 26.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8103-06-Q-0215/listing.html
Desc: Link to FedBizOpps document.
EMAIL: schoronda.green@tinker.af.mil
Desc: Schoronda Green
SETASIDE: N/A
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 16 -- BYPASS VALVE
SOLICITATION: FA8103-06-Q-0216
RESP DATE: 01/03/06
CONTACT: Bruce Freeman, Contract Specialist,
Phone (405)739-9448, Fax (405)739-3462, Email
bruce.freeman@tinker.af.mil - Cindy Patterson, Buyer,
Phone (405)739-5502, Fax (405)739-3462, Email
cynthia.patterson@tinker.af.mil
DESC: Item 0001: NSN 4820-01-182-9736TP, P/N
60790-4, Bypass Valve, Bypass, 9 each. Item
dimensions: Height: 5.5 inches. Width: 3.75 inches.
Length: 9 inches. Material: Alum Alloy. The Bypass
Valve controls fluid flow to a heat exchanger
dependent upon fluid temperature. Destin: Tinker Air
Force Base OK 73145-3020. Delivery: 9 each, 30 Apr
07. The approximate issue/response date will be 13
Jan 06. Written procedures will be used for this
solicitation. To SOURCE(s): EATON AEROSPACE
LLC. Authority: 10 U.S.C. 2304 (C) (1), Justification:
Supplies required are available from only one or a
limited number of responsible source(s) and no other
type of supplies or services will satisfy agency
requirements. Specifications, plans, or drawings
relating to the procurement described are incomplete
or not available and cannot be furnished by the
Government. No telephone request. Only written or
faxed requests received directly from the requestor are
acceptable. All responsible sources solicited may
submit a bid, proposal, or quotation, which shall be
considered. Award will be made only if the offeror,
the product/service, or the manufacturer meets
qualification at the time of award in accordance with
FAR clause 52.209-1. Note: 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
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8103-06-Q-0216/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336413
DEPARTMENT OF THE AIR FORCE; OO-ALC/LGJ
BLDG 1215;6050 GUM LANE; HILL AIR FORCE
BASE; UT; 84056
SUBJECT: 16--DISC BRAKE
SOLICITATION: FA8203-05-Q-40834
RESP DATE: 06/08/05
CONTACT: Vicki Preston, Phone 801-777-4127,
Fax 801-777-6360, Email vicki.preston@hill.af.mil
DESC: PR Number(s): FD20200540834 Item: 0001
NSN: 1630-00-869-1784LE DISC BRAKE P/N:
2600312, Total Line Item Qty: 43.0000 EA
Applicable to: B-52 STRATO FORTRESS Destn:
FB2029,HILL AFB,UT.,84056-5713. Delivery:
30SEP2006, 43.00 EA The anticipated award date will
be:08JUN2005 Electronic procedure will be used for
this solicitation. To: HONEYWELL
INTERNATIONAL INC, SOUTH BEND,
IN.,46628-8137. Specifications, plans, or drawings
relating to the procurement described are incomplete
or not available and cannot be furnished by the
Government. 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. See Note(s) 26.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA82
03-05-Q-40834/listing.html
Desc: Link to FedBizOpps document.
EMAIL: vicki.preston@hill.af.mil
Desc: Vicki Preston
SETASIDE: N/A
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
31
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 16 -- LANDING GEAR CYLINDER
SOLICITATION: FA8203-06-Q-70128
RESP DATE: 12/09/05
CONTACT: Troy Stephens, Contract Negotiator,
Phone 801-777-6502, Fax 801-777-6451, Email
Troy.Stephens@hill.af.mil
DESC: SYNOPSIS NOT REQUIRED SOLICITATION IS POSTED
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA82
03-06-Q-70128/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 16 -- Plate Assembly applicable to the
UH-1N Helicopter
SOLICITATION: FA8509-06-Q-60083
RESP DATE: 12/17/05
CONTACT: Laura Peace, Contract Specialist, Phone
(478)926-7270, Fax (478)926-3360, Email
Laura.Peace@robins.af.mil - William (Bill) Walton,
Contract Negotiator, Phone (478)926-7525, Fax
(478)926-3360, Email William.Walton@robins.af.mil
DESC: This acquisition is to obtain a Three year
(basic year and two annual options) firm fixed price
contract for Plate Assemblies applicable to the
HH-60G Helicopter. NSN: 1615-00-070-6821GA,
P/N: 204-040-349-9, Noun: Plate Assembly. Basic
year quantity is 66 (1 EA First Article each, 65 EA
Production quantity), and quantities for Options I and
II are 1-66 each. Only newly manufactured materials
will be considered. Numbered note 22 applies.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
09-06-Q-60083/listing.html
Desc: Link to FedBizOpps document.
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 16--CAP ASSEMBLY,SHOCK STR
SOLICITATION: SPM4A706Q1326
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
1620011266031 CAP ASSEMBLY,SHOCK STR:
Line 0002 Qty 00016 UI EA Deliver To: XU
TRANSPORTATION OFFICER within 250 dayLine
0001 Qty 00001 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN within 250 days ADOLine
0001 Qty 00001 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN within 250 days ADOThe
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A
706Q1326/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 16--GRIP ASSEMBLY, CONTROL
SOLICITATION: SPM4A706Q1333
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
1680006256658 GRIP ASSEMBLY, CONTROL:
Line 0001 Qty 00023 UI EA Deliver To: XU
TRANSPORTATION OFFICER within 155 days
ADOApproved source is 81205 90-2924-4. The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A
706Q1333/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: N/A
======================================
NAICS Code: 336413
US Army Aviation and Missile Command (Aviation),
ATTN: AMSAM-AC, Building 5303, Martin Road,
Redstone Arsenal, AL 35898-5280
SUBJECT: 16--Fork Assy, Tail Rtr
SOLICITATION: W58RGZ-06-Q-0107
RESP DATE: 01/03/06
CONTACT: Milton Boddie, 256-955-9222
DESC: ****ATTENTION****FORMAL
COMMUNICATION RELATED TO THIS
ACQUISITION SHOULD BE DIRECTED TO TED
ARTERBERRY. You may fax or mail your request
ATTN: AMSAM-AC-AL-A, Ted Arterberry,
Contracting Officer, Fax 256-955-9220. PRON:
AX579690AX, NSN: 1615-01-508 -9558, PN:
7-211421008(-15), Quantity: 350 each, applicable to
AH-64 Airframe. Deliveries for quantities going to
New Cumberland, PA 17070-5001 and Stockton, CA
95296-0130. Required Delivery Schedule with First
Article Testing is 350 each, 413 Da ys After Contract
Award (DACA). Required Delivery Schedule without
First Article Testing is 350 each, 275 Days After
Contract Award (DACA). Required Delivery
Schedule with Alternate II is 350 each, 344 Days After
Contract Award (DACA). This item is re stricted to
McDonnell Douglas Helicopter Company, Cage Code
8V613. This part requires engineering source
approval by the design control activity in order to
maintain the quality of the part. Firms that recognize
and can produce the required item describ ed above
are encouraged to identify themselves. 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 f irms are
reminded that all requests for solicitation must be
processed through their respective embassies.
Adequate technical data is not available for this
acquisition. Firms are encouraged to seek source
approval in order to compete for future solicita tions
by accessing the website
www.redstone.army.mil/cmo/ and looking under
CAPSAR and Policy Relating to Source Approval
Request (SAR) for Aviation requirement. All
responsible sources may submit an offer which shall
be considered by the Agency. No telephone request
will be accepted. You may FAX or mail your request
ATTN: AMSAM-AC-AL-A, Ted Arterberry,
Contracting Officer, on FAX number 256-955-9220.
All offerors must meet prequalification requirements
in order to be eligible for award.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH23/W58
RGZ-06-Q-0107/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Milton.Boddie@Redstone.Army.Mil
Desc: US Army Aviation and Missile Command
(Aviation)
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 35898-5280
POP ADDRESS: US Army Aviation and Missile
Command (Aviation) ATTN: AMSAM-AC, Building
5303, Martin Road Redstone Arsenal AL
======================================
17 - Aircraft Launching, Landing, and Ground
Handling Equipment
======================================
NAICS Code: 336413
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 17 -- HEAD,TOWBAR,AIRCRAFT
SOLICITATION: SP044106R0304
RESP DATE: 01/09/06
CONTACT: Yvonne Bey, Contract Specialist, Phone
8042793959, Fax 8042795201, Email
yrbey@dscr.dla.mil - Jean Switzer, Contract
Specialist, Phone 8042795575, Fax 8042794493,
Email jswitzer@dscr.dla.mil
DESC: SOLICITATION FOR
NSN:1730008877234,HEAD,TOWBAR,AIRCRAFT.
CLASSIFICATION
CODE(FAR5.207(g).TECHNICAL DATA,Bidset
information is available on the Internet via
http://www.dscr.dla.mil/TDMD.
PRLI:0001,QTY:Est.Annual 236,U/I:Ea,Required
Del:113 DARO,Dest:FOB-DESTINATION WITH
INSPECTION & ACCEPTANCE-DESTINATION. 1
100% Set-Aside for Service Disabled Veteran-Owned
Small Business(SDVOSB). Automated Best Value
System (SBVS): The final contract award decision
may be based upon a combination of price,past
performance, and other evaluation factors as described
in the solicitation."A copy of the solicitation will be
available via the DLA Procurement Gateway at
http://progate.daps.dla.mil 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 requestors. The
solicitation issue date is December 9, 2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP044106R03
04/listing.html
Desc: Link to FedBizOpps document.
======================================
19 - Ships, Small Craft, Pontoons, and Floating
Docks
======================================
NBC - GovWorks 381 Elden Street, MS 2510
Herndon VA 20170
SUBJECT: 19--Sole Source to All County Industrial
and Marine
SOLICITATION: 0406AN60871
RESP DATE: 11/25/05
CONTACT: Don Clifton Purchasing Agent
7037871061 donald.clifton@mms.gov;
DESC: The U. S. Department of the Interior, National
Business Center/GovWorks, on behalf of Naval
Special Clearance Team ONE, Sandiego CA, intends
to make a firm-fixed price, sole source award to All
County Industrial and Marine, National City, CA.
Specifically, NSCT-1 has the need for spare parts kits
for thier 11 meter Zodiac Hurricanes with Yanmar
engies and Konrad out-drives. This announcement is
published as a Sole Source in accordance with FAR
6.302-1. This is NOT a request for competitive
quotes. The intent of this Pre-Solicitation Notice is for
informational purposes only. However, all information
received by 4:30 p.m. EST November 25, 2005 will be
considered by the Government. The anticipated award
date is November 28, 2005. POC: Don Clifton, NBC,
GovWorks, 381 Elden Street, MS 2510, Herndon, VA
20170. Questions must be e-mailed to Don Clifton at
Donald.Clifton@mms.gov. TELEPHONIC
QUESTIONS OR REQUESTS WILL NOT BE
ACCEPTED OR ACKNOWLEDGED.
URL:
http://www.fbo.gov/spg/DOI/MMS/GovWorks/0406A
N60871/listing.html
32
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: N/A
======================================
N00024 1333 Isaac Hull Avenue S.E. Washington
Navy Yard, DC
SUBJECT: 19--YP Training Patrol Craft For USNA
SOLICITATION: N0002406R2200
CONTACT: Stephen V. Piasecki 202-781-2969
Stephen V. Piasecki 202-781-2969
DESC: This synopsis is being posted to both the
Federal Business Opportunities(FBO) page located at
http://www.eps.gov and the Navy Electronic
Commerce on Line(NECO) site located at
http://www.neco.navy.mil. While it is understood that
FBO is the single point of entry for posting of synopsis
and solicitations to the internet, NECO is the
alternative in case FBO is unavailable. Please feel free
to use either site to access information posted by the
Navy Sea Systems Command. The Naval Sea Systems
Command intends to release a 100% Small Business
Set Aside Request For Proposal (RFP) on or about 29
November 2005 for the procurement of eight (8) YP
Training Patrol Craft. Of this total quantity, two (2)
YPs are the firm quantity; six (6) YPs are options. The
NAICS Code for this procurement will be 336611
(Shipbuilding), which constitutes a Small Business
Size Standard of 1000 employees. The contract type is
Firm-Fixed Price. The YP shall be new construction.
The delivery schedule requires the firm quantity of two
(2) YPs to be delivered over a 18-24 month period.
The solicitation will include a Performance
Specification. Technical and Price Proposals will be
required. Principal characteristics of the YP follow.
The YP will have a maximum length of 120Æ with a
maximum beam of 28Æ and a maximum draft of 8Æ.
Full load displacement is not to exceed 225 tons. The
YP will have twin diesels, twin screws and rudders
with a maximum speed of twelve kno! ts. The new
YP Class will be a multi-mission training craft
constructed with a robust steel hull and
Commercial-Off-The-Shelf (COTS) equipment.
Design features of the new YP will emphasize low
total ownership costs (TOC), habitability,
configuration of training areas, and an integrated
bridge system. The YP design will include a
functional Combat Information Center and a dedicated
training space with maneuvering/navigation sensor
repeaters from the bridge. YP equipment and systems
will be state-of-the art with open architecture and
modularity to facilitate system maintenance and
periodic upgrades. The YP will have accommodations
for forty personnel including instructors, crew, and
midshipmen of mixed gender. The YP will be capable
of unrestricted-ocean transit along the U.S. East coast.
The YP will be built and classed to American
Shipping Bureau (ABS) standards and will conform to
United States Coast Guard (USCG) requirements. The
YP will comply with international,! federal, and local
rules and regulations. The YP is used for the prof
essional development and training of USNA
midshipmen. The primary mission of the YP craft is
to supplement midshipmen professional development
with practical afloat training on a robust training
platform in a safe shipboard environment equipped
with systems essential to modern seamanship and
navigation. Such training is designed to develop
proficiencies in navigation and afloat operations. The
USNA YP craft are used on the Chesapeake Bay and
are deployed on training cruises offshore the East
Coast of the United States, including deployments to
Bermuda. If your firm is interested in this planned
procurement, it is advised that you monitor the Federal
Business Opportunities (FBO) website at
http://fedbizopps.gov . Any updates and/or changes
for this planned procurement, the posting of the RFP,
and any future Amendments to the RFP, will appear at
this FBO website. Inquires /Questions concerning this
announcement may be e-mailed to Contracting Officer
and Ms. Megan Fish. ! No Phone inquiries will be
honored. This synopsis, future synopses, and the RFP
when posted, will be posted to both the Federal
Business Opportunities (FBO) page located at
http://fedbizopps.gov and the Navy Electronic
Commerce on Line (NECO) site located at
http://www.neco.navy.mil. While it is understood that
FBO is the single point of entry for posting of synopsis
and solicitations to the internet, NECO is the
alternative in case FBO is unavailable. Please feel free
to use either site to access information posted by the
Navy Sea Systems Command!!
URL:
http://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ
/N0002406R2200/listing.html
Desc: Link to FedBizOpps document.
======================================
NSWC Panama City, Code XPS1, 110 Vernon Ave.,
Panama City, FL
SUBJECT: 19--OEM Replacement Parts for 11M
NSW Rigid Inflatable Boat (RIB)
SOLICITATION: N6133106T2754
RESP DATE: 11/25/05
CONTACT: Leslie O'Brien 850-230-7473 , or
Contracting Officer Allan Ziemba at 850-235-5197.
DESC: The Naval Surface Warfare Center Panama
City intends to issue a sole source purchase order to
Demaree Inflatable Boats, 410 Friendsville MD.
21531-0307 for replacement of 4 starboard and 4 port
side sponsons for the 11M NSW Rigid Inflatable
Boats (RIBS). Procurement of replacement Demeree
sponsons is required to maintain compatability with
existing sponsons and operational integrity of the
RIBS. Delivery date will be established at the time
the order is placed. The parts will be delivered to the
Naval Amphibious Base, Coronado, Special Boat
Team Twelve, 3402 Tarawa Dr. , San Diego, CA.
92155-5003. NAICS Code 326299 applies. SBA Size
Standard is 1000 employees. FSC is 2040.
URL:
http://www.fbo.gov/spg/DON/NAVSEA/N61331/N61
33106T2754/listing.html
Desc: NSWC Panama City Synopsis Table
======================================
20 - Ship and Marine Equipment
======================================
NAICS Code: 334519
Department of the Navy, Naval Supply Systems
Command, NAVOCEANO, CONTRACTS BRANCH
(N112) BLDG 9134, STENNIS SPACE CENTER,
MS, 39522-5001
SUBJECT: 20 -- MANUFACTURE AND
REFURBISH BENTHOS MODEL 865-A ACOUSTIC
RELEASES
SOLICITATION: N62306-06-Q-6006
RESP DATE: 11/21/05
CONTACT: Rebecca Mayeux, Contract Specialist,
Phone 228-689-8376, Fax 228-689-8392, Email
rebecca.mayeux@navy.mil - Jonathan Stanton,
Supervisory Contract Specialist, Phone 228-689-8367,
Fax 228-689-8392, Email jonathan.stanton@navy.mil
DESC: The Naval Oceanographic Office, Stennis
Space Center, MS intends to issue a sole source award
to Benthos, Inc. North Falmouth, MA under the
authority of 10 U.S.C. 2304(c) and in accordance with
FAR 6.302-1. The requirement is for the manufacture
of sixteen (16) 865A deep water acoustic releases and
the refurbishment of twenty-four (24) 865A deep water
acoustic releases. This action will be conducted in
accordance with FAR 12 Acquisition of Commercial
Items and FAR 13 Simplified Acquisition Procedures.
The resulting contract will be firm fixed-price.
NAICS Code 334519 and Business Size of 750
employees applies. This synopsis is published for
informational purposes only and is not a request for
competitive offers. Any inquiries concerning this
requirement are to be submitted in writing to the
Contracting Officer. A determination by the
Government not to compete this proposed action based
on responses to this notice is solely within the
discretion of the Government. See Note 22.
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N62306/N62
306-06-Q-6006/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 39522
POP ADDRESS: STENNIS SPACE CENTER, MS
======================================
25 - Vehicular Equipment Components
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 25--FRAME SECTION,STRUCTURAL
SOLICITATION: SP070006T2940
RESP DATE: 12/01/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
2510014625010 FRAME SECTION,STRUCTURAL:
Line 0001 Qty 00046 UI EA Deliver To: XU
TRANSPORTATION OFFICER By: 05/04/06
Approved source is 34623 5934955B1. The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP070006T29
40/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 16704;
COLUMBUS, OH 43216-5010
SUBJECT: 25--CONTROL CABLE, RAMP L
SOLICITATION: SP075006UA468
RESP DATE: 12/07/05
CONTACT: Point of Contact - Aric Allen, Contract
Specialist, 6923558
DESC: The Government desires to award an Indefinite
Delivery Purchase Order (IDPO) agreement for a
period of one year, with 1 one year options, for NSN
2590009918388, CONTROL CABLE, RAMP L.
Estimated value is 72720.00 (base and option years).
The aggregate total dollar value of all orders, including
the initial order, shall not exceed $100,000. This is a
source controlled drawing item. Approved source is
04638 612-C-0026-4. The solicitation is an RFQ and
will be available at the link provided in this notice.
Hard copies of this solicitation are not available. The
items furnished must meet the requirements of the
drawing cited in the solicitation. Digitized drawings
and Military Specifications and Standards may be
retrieved, or ordered, electronically. All responsible
sources may submit a quote which, if timely received,
shall be considered. Quotes must be submitted
electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP075006UA
468/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 16704;
COLUMBUS, OH 43216-5010
SUBJECT: 25--ARM, STEERING GEAR.
SOLICITATION: SP075006UA474
RESP DATE: 12/07/05
CONTACT: Point of Contact - Aric Allen, Contract
Specialist, 6923558
DESC: The Government desires to award an Indefinite
Delivery Purchase Order (IDPO) agreement for a
period of one year, with 1 one year options, for NSN
33
2530013318868, ARM, STEERING GEAR..
Estimated value is 25565.60 (base and option years).
The aggregate total dollar value of all orders, including
the initial order, shall not exceed $100,000. Approved
source is 98255 SW28173-1. The solicitation is an
RFQ and will be available at the link provided in this
notice. Hard copies of this solicitation are not
available. Specifications, plans, or drawings are not
available. All responsible sources may submit a quote
which, if timely received, shall be considered. Quotes
must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP075006UA
474/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 25--KINGPIN,WHEELSPIND
SOLICITATION: SPM70006TB337
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2530995356119 KINGPIN,WHEELSPIND: Line 0001
Qty 00031 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 16-AUG-06-06Approved
sources are 02978 26-0401-20; K7067 RBJQ428BY;
K7067 TRBJQ428BY. The solicitation is an RFQ and
will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB337/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 25--DRUM,BRAKE,CLUTCH
SOLICITATION: SPM70006TB364
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2520012143863 DRUM,BRAKE,CLUTCH: Line
0001 Qty 00423 UI EA Deliver To: XU
TRANSPORTATION OFFICER By:
29-JUN-06Approved sources are 73342 23018078;
T0534 23018078. The solicitation is an RFQ and will
be available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB364/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 25--DISK,CLUTCH,VEHICUL
SOLICITATION: SPM70006TB371
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2520006119503 DISK,CLUTCH,VEHICUL: Line
0001 Qty 01055 UI EA Deliver To: XU
TRANSPORTATION OFFICER By:
28-FEB-06Approved sources are 6H244 6758737;
79370 PP-919. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB371/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 25--BRAKEDRUM
SOLICITATION: SPM70006TB394
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2530007345295 BRAKEDRUM: Line 0001 Qty
00027 UI EA Deliver To: XU DEF DIST DEPOT
SAN JOAQUIN By: 31-AUG-06The solicitation is an
RFQ and will be available at the link provided in this
notice. Hard copies of this solicitation are not
available. Digitized drawings and Military
Specifications and Standards may be retrieved, or
ordered, electronically. All responsible sources may
submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB394/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 25--RING,CAMROTATING
SOLICITATION: SPM70006TB397
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2520007363584 RING,CAMROTATING: Line 0001
Qty 00013 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 20-MAY-06The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Digitized drawings and Military
Specifications and Standards may be retrieved, or
ordered, electronically. All responsible sources may
submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB397/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 25--RHINOHOOK ASSEMBLY
SOLICITATION: SPM70006TB444
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2540014715071 RHINOHOOK ASSEMBLY: Line
0001 Qty 00089 UI EA Deliver To: XU
TRANSPORTATION OFFICER By:
01-MAY-06Approved source is 09BG8 12468660.
The solicitation is an RFQ and will be available at the
link provided in this notice. Hard copies of this
solicitation are not available. Specifications, plans, or
drawings are not available. All responsible sources
may submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB444/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
NAICS Code: 336992
TACOM WARREN, WARREN, MICHIGAN
48397-5000
SUBJECT: 25--TRACK PAD FOR THE M9 ACE
SOLICITATION: W56HZV06R0116
RESP DATE: 01/05/06
CONTACT: ARTHUR AIGELTINGER,Contract
Specialist,(586)574-8136 or DARYL F.
WITTE,Contracting Officer,(586)574-7196
DESC: ITEM: T-164 TRACK PAD. NSN
2530-01-183-2643. QTY: 34,000. OPTION: 100%.
FOB: ORIGIN. SEE NOTE 22. THE OFFER DUE
DATE IS ON OR ABOUT 5 JAN 2006. SEE THE
SOLICITATION FOR THE ACTUAL OFFER DUE
DATE. DO NOT CONTACT THE BUYER FOR A
COPY OF THE SOLICITATION. PLEASE VISIT
TACOM'S WEB PAGE FOR THIS OR ANY OTHER
SOLICITATIONS THAT TACOM HAS POSTED.
THE WEB SITE IS
HTTPS://WWW.TACOM.ARMY.MIL/ACQCEN/OP
PORTUNITY.HTM
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE07/W56
HZV06R0116/listing.html
Desc: Link to FedBizOpps document.
EMAIL: AIGELTIA@TACOM.ARMY.MIL
Desc: TACOM WARREN SETASIDE: N/A
POP COUNTRY: USA
POP ZIP: 48397-5000
POP ADDRESS: TACOM WARREN, WARREN,
MICHIGAN 48397-5000
======================================
NAICS Code: 336399
TACOM - Red River, ATTN: AMSTA-RR-P, 100
Main Drive, Building 431, Texarkana, TX
75507-5000
SUBJECT: 25--HMMWV Repair Parts
SOLICITATION: W911RQ06T0036
RESP DATE: 11/30/05
CONTACT: Eugene Peterson Jr, 903-334-2206
DESC: Red River Army Depot has an urgent
requirement for the following HMMWV repair parts:
1920712342628 Reinforcement Cargo Floor, 3000
Each; 1920712342629 Reinforcement D Beam
Bracket, 3000 Each; 1920712342630 Reinforcement
RH Front, 4000 Each; 192071234 2631 Support RH,
1000 Each; 1920712342632 Reinforcement, 1500
Each; 1920712338654 Vertical A, 306 Each;
1920712338657 Pillar LH Outer, 547 Each;
2510012331141 Window Frame, 50 Each. Required
delivery 20% - 30 days ADC, 30% 60 days ADC and
the balance in 90 days ADC. Delivery is FOB
Destination, Red River Army Depot, Texarkana, TX
75507-5000. Request for quote W911RQ06T0036 will
issue on or about 21 November 2005 and will be
available on the RRAD website:
https://www.redriver.army.mil/contractingframes/cfaw
d_lst.cfm. Address all questions in writing to Pete
Peterson at ppeterson@redriver-ex.army.mil or fax to
903-334-2541 or 2628. The bid closing date is 30
November 2005, 5:00 PM Central Time.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE32/W91
1RQ06T0036/listing.html
Desc: Link to FedBizOpps document.
EMAIL: ppeterson@redriver-ex.army.mil
Desc: TACOM - Red River
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 75507-5000
34
POP ADDRESS: TACOM - Red River ATTN:
AMSTA-RR-P, 100 Main Drive, Building 431
Texarkana TX
======================================
26 - Tires and Tubes
======================================
NAICS Code: 811198
Department of the Navy, Naval Facilities Engineering
Command, NAVFAC Atlantic, Headquarters,
Hampton Roads IPT, 6506 Hampton Blvd Building
Z140, Room 320, Norfolk, VA, 23508-1278
SUBJECT: 26 -- Annual Regional Vehicle Tire
Repair/Replacement, All Sites
SOLICITATION: N40085-05-R-2467
CONTACT: Pamela Argilan, Contract Intern, Phone
757-322-8261, Fax 757-322-4611, Email
pamela.argilan@navy.mil - Veronica Squires, Lead
Contract Specialist, Phone 757-322-4597, Fax
757-322-4611, Email veronica.squires@navy.mil
DESC: provide the replacement and repair of tires and
associated equipment on base support vehicles and
equipment located at various Naval Installations in the
Tidewater area and any area within a hundred-mile
radius of Norfolk. The vehicles that will require tire
maintenance include; trailers and all self-propelled
motor vehicles designed for highway or cross-country
operations. Specifically included are buses, sedans,
trucks, carryalls, station wagons, ambulances,
refuelers, defuelers, truck trailers, brush, structural,
aircraft firefighting, and rescue operation trucks. All
mechanical equipment used in the construction,
alteration, or repair of buildings, bridges, roads, or
other kinds of real property. This includes pile drivers,
power shovels, and cranes with special attachments,
road rollers, tractors, scrapers, plows and street
sweepers. All self propelled material handling
equipment and conveyor equipment used in storage
and materials handling operations in and around
warehouses, shipyards, industrial plants, airfields,
magazines, depots, docks, terminals and on-board
ships. Included are warehouse tractors, forklifts, rough
terrain forklift trucks, platform trucks, pallet trucks,
conveyors and conveyor systems and straddle carrying
trucks. All weight handling equipment including
mobile or transportable trucks, crawlers and railway
mounted locomotive cranes normally used for lifting,
moving and placing heavy material or equipment.
Weight Handling Equipment does not include portal,
gantry, jib and other facility type cranes. The
Contractor shall perform maintenance and repair in
accordance with the time frames established in the
following priorities: Priority 1 û Base Support
Vehicles and Equipment (BSVE) includes emergency
vehicles (ambulances, fire trucks, police sedans and
pickups), utility boom bucket trucks, and automobiles
assigned to Commanding Officers and their staffs.
Response to BSVE in this category shall be within 2
hours after being reported down. Priority 2 - BSVE
includes designated buses, automobiles assigned to
base tenant activity staffs, emergency service vehicles,
cranes and material handling equipment. Response to
BSVE in this category shall be within 4 hours after
being reported down. The proposed contract will be
an Indefinite Quantity contract. The term shall be for
a period of one year. Task Orders can be issued on the
contract for a period not to exceed 60 months.
Response date is is to be determined at a later date.
URL:
http://www.fbo.gov/spg/DON/NAVFAC/N62470HR/
N40085-05-R-2467/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Norfolk, Virginia
======================================
28 - Engines, Turbines, and Components
======================================
DEPT OF THE INTERIOR, NBC, AVIATION
MANAGEMENT 300 E. Mallard Dr., Suite 200 Boise
ID 83706
SUBJECT: 28--Rebuilt Lycoming Aircraft Engine
SOLICITATION: 80RFQ60002
RESP DATE: 11/22/05
CONTACT: Helen Watson Contract Specialist
2084335024 Helen_Watson@oas.gov;
DESC: Purchase of two Lycoming-rebuilt Lycoming
aircraft engines with core exchanges. Engine
specification numbers IO-360-A1B6 and
IO-540-AC1A5, for government-owned and operated
aircraft. Requests for this RFQ must be in writing by
facsimile or email. This requirement is set-aside for
small business. Any responsible Lycoming-authorized
small business distributor may submit an offer, which
shall be considered. This RFQ is available here and at
www.oas.gov.
URL:
http://www.fbo.gov/spg/DOI/OS/BAMH/80RFQ6000
2/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 28 -- Disk & Hub Compressor
SOLICITATION: FA8104-06-R-0028
RESP DATE: 12/01/05
CONTACT: Margaret Howsmon, Contract
Negotiator, Phone (405)734-8739, Email
margaret.howsmon@tinker.af.mil
DESC: PR Number(s): 2840013113496NZ,
FA810406R0028
Item: 0001
NSN: 2840013113496NZNZ DISK AND
HUB,COMPRESSOR
P/N: 4070846, Description: SIZE/ DIMENSIONS:
APPROX. 17.30 INCHES DIAMETER AT AFT END
X 3.95 INCHES DIAMETER AT FWD END X 11.75
INCHES OVERALL HEIGHT
Supp. Description: FIT/FORM/FUNCTION: HOLDS
6TH STAGE COMPRESSOR BLADES AND AIR
SEAL PREDOMINANT MATERIAL OF
MANUFACTURE: TITANIUM ALLOY
Applicable to: F-100
Destn: FB2039,Tinker AFB,OK.,73145-9013.
Delivery: 01NOV2007, Quantity range 8/ 16/ 24
The approximate solicitation issue date will be 01
December 2005.
The approximate award date will be 03 January 2006.
Electronic procedure will be used for this solicitation.
To Pratt & Whitney (Cage code 52661). No telephone
requests. All responsible sources solicited may submit
a bid, proposal, or quotation which shall be
considered. First article required for newly qualified
sources. This part has been designated a reliability
critical part under a formal reliability program. the
probability of failure would be unacceptable from the
standpoint of safety personnel and/or equipment. Data
to control the reliability limits and/or define the
performance parameters that control these limits is not
defined nor can they be adequately drafted by the
government. Note: 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 source of the concern. The
Ombudsman does not participate in the evaluation of
proposals or in the source selection process. Interested
parties are invited to call the Ombudsman at (405)
736-3273. DO NOT CALL THIS NUMBER FOR
SOLICITATION REQUESTS.
This acquisition involves technology that has a
military or space application. The extent of foreign
participation has not yet been determined. Nothing in
this notice contradicts other
restrictions, identified in the synopsis notice or
solicitation, regarding eligible sources (e.g., if this is a
small business set aside, foreign sources may not
participate as potential prime contractors but could, if
otherwise eligible, participate as subcontractors).
Request for Written Quotation will be issued. The
anticipated award date will be 60 days after the
issuance of this notice.
The proposed contract action is for supplies and
services for which the Government intends to solicit
and negotiate with only one, or a limited number of
sources under the authority of FAR 6.302. Interested
persons may identify their interest and capability to
respond to the requirement or submit proposals. This
notice of intent is not a request for competitive
proposals. However, all proposals received within
forty five-days (thirty days if award is issued under an
existing basic ordering agreement) after date of
publication of this synopsis will be considered by the
Government. A Determination by the Government not
to compete this proposed contract based upon
responses to this notice is solely within the discretion
of the Government. Information received will
normally be considered solely for the purpose of
determining whether to conduct a competitive
procurement.
Award will be made only if the offeror, the
product/service, or the manufacturer meets
qualification requirements at the time of award in
accordance with FAR clause 52.209-1. The
solicitation identifies the office where additional
information can be obtained concerning qualification
requirements as cited in each individual solicitation.
AWARD WILL NOT BE WITHHELD AWAITING
QUALIFICATION. For qualification
information/source approval requests contact
OC/ALC/BC, 3001 Staff Drive, Ste #1AC85A, Tinker
AFB, OK 73145-3009.
See Note(s) 22, 23 and 26.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8104-06-R-0028/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 28 -- #4 Bearing Seal
SOLICITATION: FA8104-06-R-0067
RESP DATE: 01/02/06
CONTACT: Ben Jones, Contract Negotiator, Phone
(405)734-8759, Fax (405)734-8776, Email
benjamin.jones@tinker.af.mil
DESC: Spares
Pre-Solicitation Notice
Noun: #4 Bearing Seal
NSN: 2840-00-343-8336NZ
P/N: 4032669
Solicitation Number: Approved Sources: Pratt &
Whitney, Westfield Gage
NOTE: The Government intends to have a
firm-fixed-priced IDIQ contract with an ordering
period of three (3) years. The initial quantity ordered
upon contract award will be 251 each. Future orders
shall meet the quantities identified in Clause
52.216-19.
NOTE: Any resultant contract shall be in effect from
the effective date of the contract thru a 3-year
(36-month) period or until the maximum quantity is
exhausted, whichever comes first.
Approximate date solicitation will be released: 2
December 2005
The proposed contract action is for supplies and
services for which the Government intends to solicit
35
and negotiate with limited qualified sources under the
authority of FAR 6.302. Qualification Requirements
apply IAW FAR clause 52.209-1. The solicitation
identifies the office where additional information can
be obtained concerning qualification requirements as
sited in each individual solicitation.
It is suggested that small business firms or others
interested in subcontracting opportunities in
connection with the described procurement make
contact with the firms listed.
Based on 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 GovernmentÆs requirement
with a commercial item within 15 days of this notice.
NOTE: Hardcopies of the solicitation will not be sent
from this office. The solicitation will be available for
download only at www.fedbizops.com.
Questions concerning this synopsis or subsequent
solicitation can be directed to Ben Jones at (405)
734-8759, fax (405) 734-8781, or email
benjamin.jones@tinker.af.mil 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 source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the
source selection process. Interested parties are invited
to call the Ombudsman at 405-736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION
REQUESTS.
ôSee Note(s) 23, 26
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8104-06-R-0067/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 28 -- Support, Bearing, Aircraft
SOLICITATION: FA8104-06-R-0069
RESP DATE: 01/02/06
CONTACT: Ben Jones, Contract Negotiator, Phone
(405)734-8759, Fax (405)734-8776, Email
benjamin.jones@tinker.af.mil
DESC: Spares
Pre-Solicitation Notice
Noun: Support Bearing
NSN: 2840-01-308-4463NZ
P/N: 4075136
Solicitation Number: FA8104-06-R-0069
Approved Sources: Pratt & Whitney, Delta Industries
NOTE: The Government intends to have a
firm-fixed-priced IDIQ contract with an ordering
period of three (3) years. The initial quantity ordered
upon contract award will be 86 each. Future orders
shall meet the quantities identified in Clause
52.216-19.
NOTE: Any resultant contract shall be in effect from
the effective date of the contract thru a 3-year
(36-month) period or until the maximum quantity is
exhausted, whichever comes first.
Approximate date solicitation will be released: 2
December 2005
The proposed contract action is for supplies and
services for which the Government intends to solicit
and negotiate with limited qualified sources under the
authority of FAR 6.302. Qualification Requirements
apply IAW FAR clause 52.209-1. The solicitation
identifies the office where additional information can
be obtained concerning qualification requirements as
sited in each individual solicitation.
It is suggested that small business firms or others
interested in subcontracting opportunities in
connection with the described procurement make
contact with the firms listed.
Based on 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 GovernmentÆs requirement
with a commercial item within 15 days of this notice.
NOTE: 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 source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the
source selection process. Interested parties are invited
to call the Ombudsman at 405-736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION
REQUESTS.
ôSee Note(s) 23, 26ö
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8104-06-R-0069/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 28 -- Repair of Rear Disk Drum Rotor
SOLICITATION: FA8104-06-R-0070
RESP DATE: 01/03/06
CONTACT: Irene Mireles, Contract Negotiator,
Email irene.mireles@tinker.af.mil - Irene Mireles,
Contract Negotiator, Email
irene.mireles@tinker.af.mil
DESC: 28-Repair, SOLICITATION NUMBER
FA8104-06-R-0070, OC-ALC/PSG/PKB, TINKER
AFB OK 73135-3030, for addition information
contract Irene Mireles/PSG/PKB/405-734-8775,
Email: Irene.mireles@tinker.af.mil. This is a
Requirements Solicitation with a 2-Year Basic with 3
One-Year Options, Item 0001 NSN
2840-01-364-4446, Rear Disk Drum Rotor, Part
Number: 4080102-01, Qty: 32 each Basic Year, 16
each every option year. 0002 NSN
2840-01-318-4799, Hub Assy Compressor, Part
Number: 4069333, Qty: 32 each Basic Year, 16 each
every option year. 0003 NSN 2840-01-365-6877,
Retainer, Turbine Blade, Part Number: 4079623, Qty:
32 each Basic Year, 16 each every option year. 0004
NSN 2840-01-308-3672, #1 T/B Frt Retaining, Part
Number: 4069990, Qty: 32 each Basic Year, 16 each
every option year. 0005 NSN 2840-01-308-3723, #2 T
Disk, Part Number: 4077902, Qty: 32 each Basic
Year, 16 each every option year. 0006 NSN
2840-01-369-6007, Air Seal, Part Number: 4080429,
Qty: 32 each Basic Year, 16 each every option year.
0007 NSN 2840-01-308-3705, Metallic Seal, Part
Number: 4071080, Qty: 32 each Basic Year, 16 each
every option year. 0008 NSN 2840-01-308-4481,
Seal, Part Number: 4071081, Qty: 32 each Basic Year,
16 each every option year. 0009 NSN
2840-01-425-1270, Turbine Disk, Part Number:
4082604, Qty: 32 each Basic Year, 16 each every
option year. 0010 NSN 2840-01-310-2466,
Compressor Disk, Part Number: 4080503/4073403,
Qty: 32 each Basic Year, 16 each every option year.
0011 NSN 2840-01-308-4483, Metallic Seal, Part
Number: 4071396, Qty: 32 each Basic Year, 16 each
every option year. 0012 NSN 2840-01-364-8411,
Rear Hub, Part Number: 4080136, Qty: 32 each Basic
Year, 16 each every option year. 0013 NSN
2840-01-425-2176, Air Seal, Part Number: 4082297,
Qty: 32 each Basic Year, 16 each every option year.
Destination: Tinker AFB OK, Delivery: 60 days after
receipt of order or repairable whichever is later. The
approximate solicitation issue date will be December
2, 2005. The anticipated award date will be 31
January 2006. Written procedure will be used for this
solicitation. No telephone requests. Only written or
faxed requests received directly from the requestors are
acceptable. All responsible sources solicited may
submit a bid, proposal, or quotation, which shall be
considered. It is suggested that small business firms or
others interested in subcontracting opportunities in
connection with the described procurement make
contact with the firms(s) listed: Pratt & Whitney
Military Aftermarket, San Antonio TX. Note: While
price will be a significant factor in the evaluation of
offers, the final contract award decision may be based
upon a combination of price, technical capability, and
past performances detailed in the solicitation. Note:
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 source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the
source selection process. Interested parties are invited
to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION
REQUESTS. Note: Faxed solicitation requests can be
submitted to OC-ALC/LPKBB, Tinker AFB OK
73145, FAX NUMBER (405) 734-8781. See Notes
22, 26
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8104-06-R-0070/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 28 -- Sole Source - Pratt & Whitney Shroud
SOLICITATION: FA8104-06-R-0071
RESP DATE: 01/02/06
CONTACT: Ben Jones, Contract Negotiator, Phone
(405)734-8759, Fax (405)734-8776, Email
benjamin.jones@tinker.af.mil
DESC: Presolicitation Notice Date Submitted: 17
NOV 2005 OC-ALC/448 PSG/PKB DIR
CONTRACTING/PROPULSION 3001 STAFF DR
STE 1AC1/112A TINKER AIR FORCE BASE OK
73145-3032. Shroud SOL FA8104-06-R-0071. Item
0001: NSN: 2840-01-205-8480NZ, P/N: 4062261.
Item Description: Supports inlet vanes. Dimensions
are as follows: 17.008ö normal diameter. Predominant
Material of Manufacture: Titanium Alloy.
Applicable to: F100/220 Engine.
Destination: FB2039
Delivery: 604 EA November 2006. Quantity: 604 EA
Item 0002: SAME AS ABOVE
Destination: DBE002
Delivery: 8 EA December 2006. Quantity: 8 EA
New Material Solicited.
The approximate issue date of the solicitation will be
02 Dec 2005.
The approximate response date of the solicitation will
be 02 Jan 2006.
The anticipated award date will be 30 Jan 2006.
36
No telephone requests. Hardcopies of the solicitation
will not be sent from this office. The solicitation will
be available for download only at www.fedbizops.com.
Questions concerning this synopsis or subsequent
solicitation can be directed to Ben Jones at (405)
734-8759, fax (405) 734-8781, or email
benjamin.jones@tinker.af.mil All responsible sources
solicited may submit a bid, proposal, or quotation
which shall be considered.
Qualification Requirements: Sources must be qualified
prior to being considered for award. The solicitation
will contain instructions for obtaining further
information on this requirement.
Award will be made only if the offeror, the
product/service, or the manufacturer meets
qualification requirements at the time of award in
accordance with FAR clause 52.209-1. Note: While
price will be a significant factor in the evaluation of
offers, the final contract award decision may be based
upon a combination of price and past performance
factors as detailed in the solicitation.
Note: An Ombudsman has been appointed to hear
concerns from 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 source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the
source selection process. Interested parties are invited
to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION
REQUESTS.
Notes: 22, 23, 26
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8104-06-R-0071/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336412
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 28 -- 28-Aircraft Engines and Engine
Parts Manufacturing
SOLICITATION: SP040706R0708
RESP DATE: 01/04/06
CONTACT: Mary McNair, Contract Specialist
(Contractor), Phone 804-279-5059, Fax
804-279-4722, Email Mary.McNair@dscr.dla.mil Sharel Whitaker, Contract Specialist (Contractor),
Phone (804)279-2324, Fax (804)279-6347, Email
Sharel.Whitaker@dla.mil
DESC: PR No: RD053130020000,
SP0407-06-R-0708, NSN 2840-01-291-8084,
2840-01-291-8086 and 2840-01-295-5122, Fracture
Critical Aircraft Parts; NSN 2840-01-291-8084 in
accordance with Pratt and Whitney Aircraft (CAGE
77445) or (CAGE 52661) part numbers 4073731 REV
A dtd 12-01-94, option part numbers 4073732,
4073734, 4073735, 4082509 and 4082510; RBC
Transport Dynamics Corp (CAGE 09455) and New
Hampshire Ball Bearing-Astro Division (CAGE
15860) part number 4082510 REV C dtd 09-07-94;
NSN 2840-01-291-8086 in accordance with Pratt and
Whitney Aircraft (CAGE 77445) or (CAGE 52661)
part numbers IC 4073729, option part numbers
4073730, 4073740, 4073741, 4082275 and 4082276;
RBC Transport Dynamics Corp (CAGE 09455) and
New Hampshire Ball Bearing-Astro Division (CAGE
15860) part number 4082275 REV C dtd 09-07-94
and NSN 2840-01-295-5122 in accordance with Pratt
and Whitney Division (CAGE 77445) or (CAGE
52661) part number IC 4073736, option part numbers
4073737, 4073738, 4073739, 4082507 and 4082508;
RBC Transport Dynamics (CAGE 09455) and New
Hampshire Ball Bearing-Astro Division (CAGE
15860) part number 4082508 REV D dtd 9-07-94.
Total annual estimated quantity(AEQ) is 60,284 EA
for 2840-01-291-8084; AEQ is 60,284 EA for
2840-01-291-8086 and AEQ is 5808 EA for
2840-01-295-5122. THESE ITEMS ARE FLIGHT
SAFETY CRITICAL ITEMS. Solicitation will include
a term of base year plus four option years. EACH NSN
WILL BE EVALUATED INDIVIDUALLY. SPLIT
AWARD MAY OCCUR. Quantity variance is plus or
minus 05%. Solicitation will be issued on an
Unrestricted, Other Than Full and Open basis. Stock
Locations are all DLA CONUS stock locations. FOB
Destination, Inspection and acceptance will be at
Origin. Specifications, Plans or Drawings related to
the procurement described are not available and will
not be furnished by the Government on these NSNs.
Effective June 1, 1998, in order to receive an award,
regardless of dollar value, you must be registered in
the Central Contractor Registration (CCR). Annual
updates to your registration will be required. For
registration procedures and information, please call
1-888-227-2423 or visit the World Wide Web at
http://ccr.edi.disa.mil. LINKURL:
http://www.dscr.dla.mil
The final contract award decision may be based upon a
combination of price, past performance, and other
evaluation factors as described in the solicitation.
Reference notes 9, 23 and 26. A copy of the
solicitation will be available via the DLA Procurement
Gateway at http://progate.dla.mil/on the same issue
date cited in the RFP. From the Gateway homepage,
left-hand sidebar, select ôSearch RFPs.öThen 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 issue date will not be available to
requestors. The solicitation issue date is on or about 2
December 2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP040706R07
08/listing.html
Desc: Link to FedBizOpps document.
POP ZIP: 23297-5000
POP ADDRESS: DEFENSE SUPPLY CENTER
RICHMOND
8000 JEFFERSON DAVIS HIGHWAY
RICHMOND, VA
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 28--MANIFOLD,EXHAUST
SOLICITATION: SPM70006TB243
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2815006785842 MANIFOLD,EXHAUST: Line 0001
Qty 00003 UI EA Deliver To: NAVY LOGISTICS
COMMAND By: 18-APR-05Approved source is
82796 16606431. The solicitation is an RFQ and will
be available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB243/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 28--PARTSKIT,DIESEL EN
SOLICITATION: SPM70006TB259
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2815010236033 PARTSKIT,DIESEL EN: Line 0001
Qty 00008 UI EA Deliver To: GOVERNMENT OF
ISRAEL By: 18-NOV-05Approved source is 72915
9517595. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB259/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
29 - Engine Accessories
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 29 -- Stator, Engine Generator
SOLICITATION: FA8104-06-Q-0044
RESP DATE: 01/02/06
CONTACT: Kyle Newcomb, Contract Negotiator,
Phone 405-734-8763, Fax 405-734-8776, Email
kyle.newcomb@tinker.af.mil - Joleeta McClish,
Contract Negotiator, Phone 405-734-8766, Fax
405-734-8776, Email joleeta.mcclish@tinker.af.mil
DESC: 29-, Stator, Engine Generator SOL
FA8104-06-Q-0044 DUE 02 January 2006
OC-ALC/PKXDA TINKER AFB OK 73145-3015, for
additional information contact Kyle Newcomb/448
PSG/PKA/(405)734-8763 Item 0001 NSN
2925-01-181-1216NZ P/N: 112857 Applicable to
F-100/200/220 Engine Size/Dimensions: 5ö X 9ö
(Cylinder) Function: Self-contained AC generator
powered off of the gearbox via a shaft driven rotor.
Provides between 10 and 465 Vac at 198 to 2165 Hzs
when the engine operates between 7900 to 15100
rpms. Predominant material: Cast Aluminum Alloy,
Copper, Ferite Magnet. Dest: Tinker AFB OK
73145-3032 Delivery: 29 each on or before 30 May
06. Qualification requirements: Sources must be
qualified prior to being considered for award.
The approximate solicitation issue date will be 2
December 2005. The anticipated award date will be 30
Jan 2006. Oral/Written procedure will be used for this
solicitation. TO: Unison Industries Inc., Jacksonville,
FL. Responsible sources solicited may submit a bid,
proposal, or quotation which shall be considered.
Authority: 10 U.S.C. 2304(C)(1), Justification:
Supplies (or Services) required are available from only
one or a limited number of responsible source(s) and
no other type of supplies or services will satisfy agency
requirements. The proposed contract action is for
supplies and services for which the Government
intends to solicit and negotiate with only one, or a
limited number of sources under the authority of FAR
6.302. Interested persons may identify their interest
and capability to respond to the requirement or submit
proposals. This notice of intent is not a request for
competitive proposals. However, all proposals received
within forty five-days (thirty days if award is issued
under an existing basic ordering agreement) after date
of publication of this synopsis will be considered by
the Government. A Determination by the Government
not to compete this proposed contract based upon
responses to this notice is solely within the discretion
of the Government. Information received will normally
be considered solely for the purpose of determining
whether to conduct a competitive procurement. Award
will be made only if the offeror, the product/service, or
the manufacturer meets qualification requirements at
37
the time of award in accordance with FAR clause
52.209-1. The solicitation identifies the office where
additional information can be obtained concerning
qualification requirements as cited in each individual
solicitation. 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. Note: While price will
be a significant factor in the evaluation of offers, the
final contract award decision may be based upon a
combination of price and past performance factors as
detailed in the solicitation. Note: An Ombudsman has
been appointed to hear concerns from 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 source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the
source selection process. Interested parties are invited
to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION
REQUESTS. Note: Faxed solicitation requests can be
submitted to 448 PSG/PKA, Tinker AFB OK
73145-3015, FAX NUMBER (405)734-8776. See
Note (s) 22 and 26.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8104-06-Q-0044/listing.html
Desc: Link to FedBizOpps document.
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 29---Engine Starter
SOLICITATION: N0038306YJA60
RESP DATE: 01/05/06
CONTACT: Contact Point, Colleen Courtney,
0221.08, (215)697-9379, Fax, (215)697-3161, Twx,
Not-avail
DESC: NSN 7R-2925-01-290-6517-AH, Ref Nr
36D831518G2, Qty 8 EA, Delivery FOB Origin, RDD
45--Due to the unavailability of drawings or other
data, this requirement is restricted to Smiths
Aerospace, cage 1R9D8. The requirement is for the
repair and upgrade of NIINs 012906517 and
014082088 to NIIN 014763224. Eight each of NIIN
012906517 will be repaired and upgraded and thirteen
each of NIIN 014082088 will be repaired and
upgraded., See Note 22*****
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/N00
38306YJA60/listing.html
Desc: NAVICP BUSINESS OPPORTUNITIES
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 29--RADIATOR,ENGINECOO
SOLICITATION: SPM70006TB310
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
2930012735880 RADIATOR,ENGINECOO: Line
0001 Qty 00003 UI EA Deliver To: XU
TRANSPORTATION OFFICER By:
04-AUG-06Approved source is 11083 8N6314. The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB310/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
30 - Mechanical Power Transmission Equipment
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 30--PULLEY, GROOVE (PULLEY, P
SOLICITATION: SP070006T2791
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
3020014885635 PULLEY, GROOVE (PULLEY, P:
Line 0001 Qty 01547 UI EA Deliver To: XU
TRANSPORTATION OFFICER By: 12/23/05 The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Digitized drawings and Military
Specifications and Standards may be retrieved, or
ordered, electronically. All responsible sources may
submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP070006T27
91/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 30--GEAR,SPUR
SOLICITATION: SPM70006TB335
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
3020007306614 GEAR,SPUR: Line 0001 Qty 00065
UI EA Deliver To: XU DEF DIST DEPOT SAN
JOAQUIN By: 27-AUG-06The solicitation is an RFQ
and will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Digitized drawings and Military Specifications and
Standards may be retrieved, or ordered, electronically.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB335/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 30--SHAFT,SHOULDERED
SOLICITATION: SPM70006TB393
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
3040007223628 SHAFT,SHOULDERED: Line 0001
Qty 00026 UI EA Deliver To: XU
TRANSPORTATION OFFICER By: 28-MAR-07The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Digitized drawings and Military
Specifications and Standards may be retrieved, or
ordered, electronically. All responsible sources may
submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB393/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
31 - Bearings
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 31 -- BUSHING SLEEVE
SOLICITATION: FA8203-06-Q-70258
RESP DATE: 12/08/05
CONTACT: Kathy Telford, Contract Negotiator,
Phone 801-777-6466, Fax 801-777-5805, Email
Kathy.Telford@hill.af.mil
DESC: SYNOPSIS NOT REQUIRED SOLICITATION IS POSTED
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA82
03-06-Q-70258/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 332991
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 31--Cone and Rollers, Tappered Roller
Bearing
SOLICITATION: SP0405-06-R-0716
RESP DATE: 01/20/06
CONTACT: William Rhodes, Contract Specialist,
Phone (804)279-4285, Fax (804)279-6014, Email
William.Rhodes@dla.mil - Barbara Walker, Contract
Specialist, Phone (804)279-4003, Fax (804)279-5565,
Email bwalker@dscr.dla.mil
DESC: Request For Proposal (RFP) Solicitation for
NSN 3110-00-100-3137, Cone and Rollers, Tappered
Roller Bearing, TIMKEN Co., Cage 60038, for P/N
13889 is the only approved source. The Defense
Supply Center Richmond (DSCR) intends to award a
Firm-Fixed Price type contract for this item. DSCR
does not currently have an approved Technical Data
Package (TDP) available for this NSN. Critical
Application Item. FOB and Inspection/Acceptance at
Origin. QAP B02 applies. Requested quantity is
14,675 each with a 100% quantity option. The final
contract award decision may be based upon a
combination of price, past performance, and other
evaluation factors as described in the solicitation. A
copy of the solicitation will be available via the DLA
Procurement Gateway at:
http://www.dscr.dla.mil/userweb/proc/gateway/pg.htm
on the same issue date cited in the solicitation. From
the Gateway Homepage, select "Search RFPs" from
the left-hand sidebar. Then choose the RFP you wish
to download. Solicitations 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 requestors. The
solicitation issue date is December 1, 2005 and closes
January 20, 2006.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0405-06-R0716/listing.html
Desc: Link to FedBizOpps document.
======================================
35 - Service and Trade Equipment
======================================
NAICS Code: 561790
Department of Agriculture, Forest Service, R-4
Geospatial Service & Technology Center, 2222 West
2300 South, Salt Lake City, UT, 84119
SUBJECT: 35 -- Snow Removal for Heber Ranger
District
SOLICITATION: AG-84N8-S-06-0004
RESP DATE: 12/19/05
CONTACT: Dreama Pitman, Contracting Officer,
Phone (801) 975-3445, Fax (801) 975-3483, Email
dpitman@fs.fed.us - Janice Whitehouse, Purchasing
Agent, Phone 801-975-3846, Fax 801-975-3483,
Email jwhitehouse@fs.fed.us
38
DESC: This project is for snow removal services for
nine parking lots and associated access roads in the
Strawberry Valley, which is located on the Heber
Ranger District, Uinta National Forest, located
approximately 20 miles south of Heber, Utah. Work
will include providing access to these facilities for
winter recreation opportunities including
snowmobiling, ice fishing and cross country skiing
between December 2005 and April 2006. This project
will be uploaded into FedBizopps approximately
December 5, 2005. This project is estimated to be
between $25,000 and $100,000.*******
URL:
http://www.fbo.gov/spg/USDA/FS/84N8/AG-84N8-S06-0004/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Strawberry Valley is located on the
Heber Ranger District, Uinta National Forest.
======================================
36 - Special Industry Machinery
======================================
NAICS Code: 333995
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 36 -- Cartridge Assembly Membrane
SOLICITATION: SP0406-06-R-0467
RESP DATE: 12/30/05
CONTACT: Dan Holt, Contract Specialist, Phone
804-279-5068, Fax 804-279-6008, Email
dholt@dscr.dla.mil - Dan Holt, Contract Specialist,
Phone 804-279-5068, Fax 804-279-6008, Email
dholt@dscr.dla.mil
DESC: Solicitation number SP0406-06-R-0467 for
NSN 3655-01-479-4679, purchase request number is
YPG05280000696, Cartridge Assembly Membrane;
source is Pacific Consolidate, cage code 75906, part
number 794206-001. DSCR does not currently have
an unrestricted technical data package available for
this NSN. Solicitation is for a firm fixed quantity
procurement containing a 100% quantity option.
Quantity for line 0001 is 39 each to be delivered to
Tracy, CA and quantity for line 0002 is 24 each to be
delivered to New Cumberland, PA. ôA copy of the
solicitation will be available via the DLA Procurement
Gateway at http://progate.daps.dla.mil on the issue
date cited in the RFP. From the Gateway homepage,
select ôSearch RFPsö 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 requestors. The
anticipated solicitation issue date is December 1, 2005
with a closing date of December 30, 2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0406-06-R0467/listing.html
Desc: Link to FedBizOpps document.
======================================
38 - Construction, Mining, Excavating, and
Highway Maintenance Equipment
======================================
NAICS Code: 333120
Department of the Air Force, Air Combat Command,
1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB,
VA, 23665
SUBJECT: 38 -- Super Shot 125 Diesel Compressor
Unit
SOLICITATION: F2QF215290A100
RESP DATE: 11/23/05
CONTACT: Allen Cage, Contract Administrator,
Phone 757-764-5802, Fax 757-764-7447, Email
allen.cage@langley.af.mil - Chad Baldwin, Contract
Administrator, Phone 757-764-8619, Fax
757-764-7447, Email chad.baldwin@langley.af.mil
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Subpart 12.6 , as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation;
proposals are being requested and a written solicitation
will not be issued. The solicitation number for this
procurement is F2Q1015215A100 and is issued as a
Request for Quotation (RFQ). This solicitation
document and incorporated provisions and clauses are
those in effect through the Federal Acquisition
Circular (FAC) 2005-02, Defense Federal Acquisition
Regulation Supplement Change Notice (DCN)
200502323 and Air Force Acquisition Circular
(AFAC) 2005-0209.
For informational purposes the North American
Industry Classification System code is 333120
CONSTRUCTION MACHINERY
MANUFACTURING. This acquisition will be
awarded as a firm-fixed price contract that represents
the best value to the government and best shipping
time. Contract will consist of 1 contract line item
number. CLIN 0001 will be identified as SuperShot
125 DC with Hitch, P/N 43800, quantity 1.
This requirement is for the 1 item described aboved.
Suggest source is Crafco Inc.
Offerors responding to this requirement, must include
a specification data sheet on proposed item(s) offered.
Offeror may propose other option, and ensure the
provision FAR 52.212-3, Offeror Representation and
Certifications-Commercial Items (Jan 2005) (this must
be completed on http://orca.bpn.gov ), DFARS
252.212-7000, Offeror Representation and
Certifications-Commercial Items (Nov 1995), and
DFARS 252.225-7000, Buy American Act-Balance
Payment Program Certificate (Apr 2003) with the
quotation. Clauses and provisions may be accessed via
the Internet, https://farsite.hill.af.mil or
http://www.arnet.far.gov. The following clauses and
provisions are incorporated by reference IAW FAR
52.252-2 Clauses Incorporated by Reference (Feb
1998) and remain in full force in any resultant
purchase order. FAR 52.212-1, Instruction to
Offerors-Commercial Items (Jan 2005), applies to this
acquisition. The contractor must be registered in the
Central Contractor Registration (CCR) database IAW
DFAR 252.204-7004 Required Central Contractor
Registration (Nov 2003). The following FAR clauses
are applicable: 52.222-21, Prohibition of Segregated ;
52.222-22, Previous Contracts; 52.222-25, Affirmative
Action Compliance; 52.222-26, Equal Opportunity
(E.O. 11246); 52.222-35, Equal Opportunity for
Special Disabled Veterans; 52.222-36, Affirmative
Action for Workers with Disabilities; 52.222-37,
Employment Reports; 52.222-3, Convict Labor (Jan
2003), 52.233-3, Protest after Award (Aug 1996),
52.232-33, Payment by Electronic Funds
Transfer-Central Contractor Registration (Oct 2003).
The following DFARS clauses under paragraph (a) and
(b) are applicable: 252.212-7001, Contract Terms and
Conditions; 252.232-7003, Electronic Submission of
Payment Requests (Jan 2004).
ALL PROPOSALS MUST REACH THIS OFFICE
NLT 1200 hrs, local time, on 23 November 2005.
Email offers to 1st Contracting Squadron, Langley
AFB, VA, ATTN: Lt Allen Cage III,
allen.cage@langley.af.mil or fax number
(757)-764-7447. Quotations must meet all
instructions put forth in this combined
synopsis/solicitation. Reference the solicitation
number and provide a delivery date on the quotation.
URL:
http://www.fbo.gov/spg/USAF/ACC/1CONS/F2QF21
5290A100/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: United States
POP ZIP: 23665-2088
POP ADDRESS: Langley AFB
======================================
39 - Materials Handling Equipment
======================================
NAICS Code: 331522
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Columbus, P O Box 3990,
Columbus, OH, 43218-3990
SUBJECT: 39 -- Winches, Hoists, Cranes, and
Derricks
SOLICITATION: SP074006R6717
RESP DATE: 01/09/06
CONTACT: Heath Berkshire, Contract Specialist,
Phone 614-692-3479, Fax 614-693-1682, Email
heath.berkshire@dla.mil
DESC: NSN(s): 3950011663760 \\ Item Description:
DRUM, FRICTION, BRONZE \\ Drawing Number:
(53711) 5210357 \\ Quantity (including option
quantity): 328 \\ Unit of Issue: EA \\ Destination
Information: FOB Destination, Inspection/Acceptance
Origin \\ Delivery Schedule: 90 Days ADO \\ All
responsible sources may submit an offer/quote which
shall be considered. \\ See Note(s): 1, 8, 9, 26. \\ The
solicitation will be available in FedBizOpps on its
issue date of 12/01/05. \\ The Small Business size
standard is 500 employees. \\ Drawings/specifications
will be available through the DIBBS solicitation link
in the synopsis on the solicitation issue date. \\
Proposed procurement contains a 100% option for
increased quantities. \\ While price may be a
significant factor in the evaluation of offers, the final
award decision will be based upon a combination of
price, delivery, past performance and other evaluation
factors as described in the solicitation.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP074006R67
17/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
41 - Refrigeration, Air Conditioning and Air
Circulating Equipment
======================================
M67001 Marine Corps Base Camp Lejeune, NC
SUBJECT: 41--REFRIGERATION, AIR
CONDITION, AND WATER TOWERS
SOLICITATION: M6700106Q0033
RESP DATE: 11/21/05
CONTACT: Martha Banks (910) 451-2247 MGySgt
Laurie Lenser @ (910)451-2247
DESC: 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 only the solicitation;
proposals are being requested and a written solicitation
will not be issued. This is a request for quotation
(RFQ) and the solicitation number is
M6700106Q0033 Documentation number
HENCCL06SU00300. The solicitation document and
incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 05-05. The
North American Industrial Classification System
(NAICS) for this requirement is 235110 and the small
business size standard is 500 employees. The purpose
of this solicitation is for a service contract to perform
preventitive maintenance and on call repairs of
government owned air and water cooled rotary screw
chillers aboard Marine Corps Base, Camp Lejeune,
NC. The make, model number, and quantity of the
chillers are as follows: Dunham-Bush WCFX18AR,
(1) ea, Trane RTAA0904YF02ACOK (1) ea,
Trane-RTAA1854XXXT01A3C0BK (2) ea, and
Carrier 30GNXN249-A-6-KJ, (1) EA. This service
shall consist of at least (2) inspections during the year.
The service shall include the testing of the cooling
tower water, and chilled water water on site, check
cooling tower for mechanical problems, test and
callibrate all chenical feed and control systems. Report
all findings to the maintenance supervisor. A
Complete maintenance agreement, performed by a
fully licensed and trained technician. Service is to be
conducted annually: perform vibration analysis on
chillers, testing for leaks on each machine. The
39
preventenance tasks are to be completed over (3)
scheduled inspections.All non-emergency repairs shall
be conducted during normal working hours.
Emergency repairs shall be conducted 24-hour a day,
7-days per week. The requested period of performance
is 01 Dec 2005 through 30 September 2006. The
Government Anticipates A Sole Source Award. Quotes
other than FOB Destination will be rejected. The
following Federal Acquisition Regulation (FAR) and
Defense Fe! deral Acquisition Regulation Supplement
(DFARS) provisions and clauses apply to this
acquisition: FAR 52.212-1 Instructions to Offers.
Commercial Items; FAR 52.212-3 Offeror
Representations and Certifications. Commercial Items;
FAR 52.212-4 Contract Terms and Conditions.
Commercial Items; FAR 52.212-5 Contract Terms and
Conditions Required to Implement Statutes of
Executive Orders. Commercial Items, DFARS
252.212-7001 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders
Applicable to Defense Acquisitions of Commercial
Items, DFARS 252.225-7000 Buy American
Act-Balance of Payments Program Certificate, and
DFARS 252.212-7000 Offeror Representations and
Certifications-Commercial Items. OFFEROR SHALL
PROVIDE COMPLETED COPIES OF FAR 52.212-3
AND DFARS 252.225-7000 WITH THEIR QUOTE.
The Offeror is required to provide their Contractors
DUNS Number and Commercial and Government
Entity (CAGE) code with their quote. The CAGE code
entered must be for that n! ame and address provided
by the Contractor. DFAR 252.204-7004 (mar 199 8)
Offerors are required to be registered in the Central
Contractor Registration database (CCR)., and Wide
Area Work Flow database, FAR 252.232-7003 (DEC
2004). For WAWF-RA at http://wawf.eb.mil. WAWF
Assistance 910-451-2142. For more information
about registering, contact CCR regional Assistance
Center 888-227-2423 or visit their website
(www.ccr.dlsc.dla.mil). Offerors must be registered
prior to receiving an award for this acquisition or for
any future awards. Offerors are required to be
registered in Wide Area Work Flow DFARS.
252.232-7003. Offerors responding to this
announcement shall submit their quotations in
accordance with FAR 52.212-1. The closing date for
this solicitation is 21 NOV 05 by 13:00 P.M, EST.
Submit offers to martha.banks@usmc.mil or fax to
(910) 451-2193.
URL:
http://www.fbo.gov/spg/DON/USMC/M67001/M6700
106Q0033/listing.html
Desc: NECO
EMAIL: martha.banks@usmc.mil
Desc: Martha Banks: USMC Contracting Division,
Camp Lejeune, NC 28542
======================================
42 - Fire Fighting, Rescue, and Safety Equipment
======================================
NAICS Code: 332322
TACOM - Rock Island, ATTN: AMSTA-AQ-AR,
Rock Island Arsenal, Rock Island, IL 61299-7630
SUBJECT: 42--Frame Assembly, NSN:
4240-00-565-6059, Part Number: D5-19-1754
SOLICITATION: W52H0906R0018
RESP DATE: 02/15/06
CONTACT: John Cooper, 309-782-0909
DESC: This solicitation will be a 100% SBSA for the
Frame Assembly, NSN: 4240-00-565-6059, Part
Number: D5-19-1754. The solicitation will result in a
5-year Firm Fixed-Price IDIQ type contract. The
estimated requirement is for 1,500 each per year. The
m ax the Government will be entitled to order over the
life of the contract is 25,000 each. The Frame
Assembly is a formed, machined and welded steel
assembly. The Frame Assembly is .0897 nominal
stock thickness and includes a base, mounting bracket,
body, catches, springs and rivets. The approximate
size is 12.78 in. x 7.75 in. x 7.31 in. The Frame
Assembly has an epoxy polyamide primer and
polyamide coating. Phosphate coating TT-C-490 is
required. First Article Testing (FAT) is required.
Contractors must meet ISO 9001:2000 standards.
FOB is Destination. Estimated issue date of
solicitation is December 30, 2005. This solicitation
will be issued electronically. Vendors wishing an
electronic copy may download it on or after the issue
date by accessin g the following address via the
internet:
https://aais.ria.army.mil/AAIS/Solinfo/index.htm.
CAUTION: The solicitation will be issued
electronically as will any amendments thereto.
Because of this the Government is under no obligation
and is in fact unab le to maintain a bidders mailing
list. It is therefore incumbent upon any interested
parties to periodically access the above internet
address in order to obtain any said amendments, which
may be issued. Failure to obtain any said amendments
or respond to them prior to the date and time set for
the bid opening/receipt of proposals may render your
bid or proposal nonresponsive and result in the
rejection of same. This solicitation incorporates a
Technical Data Package (TDP) that cannot be
provided via th e Internet. Upon the issuance of the
solicitation, interested vendors will be able to order a
TDP CD-ROM by following the instructions on our
Open Solicitation website. A TDP will be sent via
surface mail upon successful completion of the TDP
ordering pr ocess.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/W52
H0906R0018/listing.html
Desc: Link to FedBizOpps document.
EMAIL: cooperj@ria.army.mil
Desc: TACOM - Rock Island
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 61299-7630
POP ADDRESS: TACOM - Rock Island ATTN:
AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
======================================
43 - Pumps and Compressors
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 16704;
COLUMBUS, OH 43216-5010
SUBJECT: 43--FLUID, FILTER, ENGINE
SOLICITATION: SP074006UA410
RESP DATE: 12/07/05
CONTACT: Point of Contact - Barry Goldfarb,
Contract Specialist, 6921515
DESC: The Government desires to award an Indefinite
Delivery Purchase Order (IDPO) agreement for a
period of one year, with 1 one year options, for NSN
4330004718599, FLUID, FILTER, ENGINE.
Estimated value is 100000.00 (base and option years).
The aggregate total dollar value of all orders,
including the initial order, shall not exceed $100,000.
Approved sources are 00736 R9W1133; 55820
49131-1; 55820 49131-2; 63937 SP113; 81833
212-510. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP074006UA
410/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 16704;
COLUMBUS, OH 43216-5010
SUBJECT: 43--FILTER ELEMENT, FLUID
SOLICITATION: SP076006UA230
RESP DATE: 12/07/05
CONTACT: Point of Contact - Susan Knisley,
Contract Specialist, 6921274
DESC: The Government desires to award an Indefinite
Delivery Purchase Order (IDPO) agreement for a
period of one year, with 1 one year options, for NSN
4330012037795, FILTER ELEMENT, FLUID.
Estimated value is 100000.00 (base and option years).
The aggregate total dollar value of all orders,
including the initial order, shall not exceed $100,000.
Approved sources are 1EN78 C6360230; 26295
780A304P11; 78047 780A304P11; K4226 C6360230;
K8098 780A304P11. The solicitation is an RFQ and
will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP076006UA
230/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 43--IMPELLER,PUMP,CENTR
SOLICITATION: SPM70006TB263
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
4320004501616 IMPELLER,PUMP,CENTR: Line
0001 Qty 00014 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 09-JUN-06Approved
source is 2G657 2629175. The solicitation is an RFQ
and will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB263/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 43--EJECTOR,AIR
SOLICITATION: SPM70006TB287
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
4320012125825 EJECTOR,AIR: Line 0001 Qty
00003 UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 23-APR-06Approved source is 07095
D-28323-1. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB287/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
48 - Valves
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 48--SEAT, VALVE
SOLICITATION: SP076006Q0090
40
RESP DATE: 11/30/05
CONTACT: Point of Contact - Charles Pirrone,
Contract Specialist, (614)692-2462
DESC: Proposed procurement for NSN
4820013897747 SEAT, VALVE: Line 0001 Qty
00347 UI EA Deliver To: XU DEF DIST DEPOT
SAN JOAQUIN By: 12/26/05 Line 0002 Qty 00257
UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 12/26/05 This is a source controlled
drawing item. Approved source is 80894 GRADE
5140. The solicitation is an RFQ and will be available
at the link provided in this notice. Hard copies of this
solicitation are not available. The items furnished must
meet the requirements of the drawing cited in the
solicitation. Digitized drawings and Military
Specifications and Standards may be retrieved, or
ordered, electronically. All responsible sources may
submit a quote which, if timely received, shall be
considered. Quotes may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP076006Q00
90/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 48--VALVE,STOP-CHECK
SOLICITATION: SPM70006TB244
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
4810011502238 VALVE,STOP-CHECK: Line 0001
Qty 00001 UI EA Deliver To: USS WHIDBEY
ISLAND LSD 41 By: 16-AUG-05Approved sources
are 30263 L-NB252251-SMCT03; 30263 NB252251
8IN; 62650 N10837SC-SMCT-03. The solicitation is
an RFQ and will be available at the link provided in
this notice. Hard copies of this solicitation are not
available. Specifications, plans, or drawings are not
available. All responsible sources may submit a quote
which, if timely received, shall be considered. Quotes
must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB244/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 48--VALVE,REGULATINGFL
SOLICITATION: SPM70006TB439
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
4820014623407 VALVE,REGULATINGFL: Line
0001 Qty 00047 UI AY Deliver To: XU
TRANSPORTATION OFFICER By:
18-JUL-06Approved source is 54584
P40300220-N001. The solicitation is an RFQ and will
be available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB439/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
NAICS Code: 332911
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Columbus, P O Box 3990,
Columbus, OH, 43218-3990
SUBJECT: 48 -- valve,solenoid
SOLICITATION: SPM76105r0029
RESP DATE: 01/04/06
CONTACT: Jana Engels-Stinson, Contract Specialist,
Phone 614-692-1582, Fax 614-693-1557, Email
jana.engels-stinson@dscc.dla.mil
DESC: NSN 4810 00 716 1879\\ ITEM
DESCRIPTION: VALVE, SOLENOID. 18-30
VOLTS, DC, NORMALLY CLOSED, MEDIA OF
HYDROCARBON FUEL AND OIL USED ON
BOEING HELICOPTER MODEL CH-47\\ CODE
AND PART NUMBER OMJGO P/N 30C17-1\\
QUANTITY 82\\ OPTON QUANTITY 82\\ UNIT OF
ISSUE IS EACH\\ FOB: DESTINATION\\
INSPECTION AND ACCEPTANCE:
DESTINATION\\REQUIRED DELIVERY: 90
DAYS\\ THIS ACQUISITION IS FOR SUPPLIES
FOR WHICH THE GOVERNMENT DOES NOT
POSSESS COMPLETE, UNRESTRICTED
TECHNICAL DATA, THEREFORE, THE
GOVERNMENT INTENDS TO SOLICIT AND
CONTRACT WITH ONLY APPROVED SOURCES
UNDER THE AUTHORITY OF 10 U.S.C. 2304 (C)
(1)\\ SPECIFICATIONS PLANS, OR DRAWINGS
ARE NOT AVAILABLE\\ ALL RESPONSIBLE
SOURCES MAY SUBMITT AN OFFER, WHICH
SHALL BE CONSIDERED\\ SEE NUMBERED
NOTES 22 AND 26\\ THIS SOLICITATION WILL
BE AVAILABLE IN FEDBIZOPPS, AND WELL AS
AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP, ON
ITÆS ISSUE DATE OF 05 DECEMBER 2005\\THE
SMALL BUSINESS SIZE IS 500 EMPLOYEES\\
PROPOSED PROCUREMENT CONTAINS A 100%
OPTION, WHICH MAY OR MAY NOT BE
EXERCISED\\ WHILE PRICE MAY BE A
SIGNIFICANT FACTOR IN THE EVALUATION OF
OFFERS, THE FINAL AWARD DECISION WILL
BE BASED UPON A COMBINATION OF PRICE,
DELIVERY, PAST PERFORMANCE AND OTHER
EVALUATION FACTORS AS DESCRIBED IN THE
SOLICITATION.
Notice to All Contractors: In a final rule contained in
the Federal Acquisition Circular 01- 26 (Item I, FAR
Case 2002-24) published in the Federal Register on
December 20, 2004, the Federal Acquisition
Regulation was amended to require offerors to submit
representations and certifications electronically via the
Business Partner Network. Offerors are encouraged to
complete an Online Representations and Certifications
Application (ORCA) as soon as possible since this
requirement will be appearing in solicitations in the
near future. The ORCA can be found at
http://orca.bpn.gov. Until ORCA is fully implemented
continue to comply with all government instructions
and requirements in solicitations and contract awards."
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SPM76105r00
29/listing.html
Desc: Link to FedBizOpps document.
======================================
49 - Maintenance and Repair Shop Equipment
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 49 -- Synopsis
SOLICITATION: FA8526-06-R-37020
RESP DATE: 01/02/06
CONTACT: Roger (Dale) Crews, Co-Op, Phone
(478)926-7700 ext 4142, Fax (478)926-9656, Email
Roger.Crews@robins.af.mil
DESC: The Government intends to purchase 2 each,
NSN 4920-01-477-3833BA, Loading End Fixtures,
P/N PWA102415, 16 each, NSN
492001-504-0191BE, Holding-End Collar, P/N
PWA105350, and 17 each, NSN
4920-01-504-1053BE. Items are to be new
manufacture. In addition to the basic contract
quantities, option quantities for a minimum of 1 each
and maximum of 10 each will also be solicited.
Requested delivery is 120 days after receipt of order.
These items will be purchased from the sole
manufacturer, therefore, CBD numbered notes 22 and
26 apply to this acquisition.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
26-06-R-37020/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 441310
General Services Administration, Federal Supply
Service (FSS), Southwest Supply Center (7FL), 819
Taylor Street RM 6A06, Fort Worth, TX, 76102
SUBJECT: 49 -- Kubota Maintenance
SOLICITATION: FEMA-K-2720-1603-LA
RESP DATE: 11/18/05
CONTACT: Jacqueline Archer, Contract Specialist,
Phone 817-978-8737, Fax 817-978-8634, Email
abby.archer@gsa.gov
DESC: Request for monthly maintenance service for
Kubotas, Bobcats, and John Deere Tractor. Please see
attached RFQ for additional information.
POC - Abby Archer - abby.archer@gsa.gov
URL:
http://www.fbo.gov/spg/GSA/FSS/7FL/FEMA-K-2720
-1603-LA/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Baton Rouge, LA
======================================
51 - Hand Tools
======================================
NAICS Code: 333514
Department of the Army, Project and Contracting
Office, Joint Contracting Command-Iraq, PARC
Reconstruction, US Embassy Palace APO, Baghdad,
Iraq, AE, 09316
SUBJECT: 51 -- Miscellaneous Tool Items
SOLICITATION: W91GY0-06-Q-0025
RESP DATE: 11/24/05
CONTACT: Rudy Mehu, Contracting Specialist,
Phone 703-544-6379, Email rudy.mehu@pco-iraq.net
DESC: Solicitation will be posted sometimes today.
URL:
http://www.fbo.gov/spg/USA/CPAIRAQ/APOAE/W9
1GY0-06-Q-0025/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: IRAQ
POP ADDRESS: ABU Ghrayib Warehouse 68 Abu
Grayib Expressway
Ministry of Transportation Compound Baghdad, Iraq
======================================
53 - Hardware and Abrasives
======================================
U S GEOLOGICAL SURVEY, APS ER TEAM B,
ACQUISITION AND GRANTS BRANCH 12201
SUNRISE VALLEY DRIVE, MS-152 RESTON VA
20192
SUBJECT: 53--Manufacturer of Pygmy Meter Pivot
with Nut and Set Screw Assembly in accordance with
drawings number 0052022-0052024 and
Specifications HIF-W-01A.
SOLICITATION: 06ERQQ0006
RESP DATE: 12/15/05
CONTACT: PAULETTE HUNDLEY
PURCHASING AGENT 7036487396
phundley@usgs.gov;
DESC: THE U.S. GEOLOGICAL SURVEY, WRD,
HYDROLOGIC INSTRUMENTATION FACILITY,
STENNIS SPACE CENTER, MS HAS A
REQUIREMENT TO ESTABLISH A
PROCUREMENT FOR THE MANUFACTURER
OF1500 EACH, PYGMY METER PIVOT WITH
NUT AND SET SCREW ASSEMBLY AS PER
DRAWING NUMBERS 0052022-0052024 AND
SPECIFICATIONS HIF-W-01A WRD STOCK #
1103019. 25 EA PIVOT ASSEMBLIES PER ZIP
LOCK BAG AND PLACE USGS SUPPLIED BAR
41
CODE LABEL ON EACH BAG. INTERESTED
PARTIES THAT CAN FURNISH THE REQUIRED
ITEM BASED ON RFQ 06ERQQ0006 AND
APPLICABLE CLAUSES ARE INVITED TO
SUBMIT IN WRITING A RESPONSE TO THIS
ANNOUNCEMENT. RESPONSES ARE DUE AT
THE CLOSE OF BUSINESS ON DEC 15, 2005.
RESPONSE TO REQUEST FOR QUOTATION
06ERQQ0006 MAY BE SUBMITTED AT THE
FOLLOWING WEB SITE : http//ideasec.nbc.gov.
REQUEST FOR DRAWINGS AND
SPECIFICATIONS MAY BE DIRECTED TO
PAULETTE HUNDLEY AT phundley@usgs.gov.
FAXED QUOTATIONS WILL BE ACCEPTED AT
(703) 648-7367 UNTIL RESPONSE DUE DATE.
THIS PROCUREMENT IS A TOTAL SMALL
BUSINESS SET ASIDE.
URL:
http://www.fbo.gov/spg/DOI/USGS/USGS/06ERQQ0
006/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 395290001
POP ADDRESS: Stennis Space Center, MS
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 53 -- CLAMP, BLOCK
SOLICITATION: FA8203-06-Q-70321
RESP DATE: 12/09/05
CONTACT: Matthew Bird, Contract Negotiator,
Phone 801-777-6314, Fax 801-775-5299, Email
matthew.bird@hill.af.mil
DESC: SYNOPSIS NOT REQUIRED SOLICITATION IS POSTED
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/FA82
03-06-Q-70321/listing.html
Desc: Link to FedBizOpps document.
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 53--RING, EXTERNALLY THREA
SOLICITATION: SPM4A606Q0818
RESP DATE: 11/28/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5365003409067 RING, EXTERNALLY THREA:
Line 0001 Qty 00068 UI EA Deliver To: XU
TRANSPORTATION OFFICER within 60 days
ADOThe solicitation is an RFQ and will be available
at the link provided in this notice. Hard copies of this
solicitation are not available. Digitized drawings and
Military Specifications and Standards may be
retrieved, or ordered, electronically. All responsible
sources may submit a quote which, if timely received,
shall be considered. Quotes may be submitted
electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A
606Q0818/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER
PHILADELPHIA; 700 ROBBINS AVENUE;
PHILADELPHIA, PA 19111-5092
SUBJECT: 53--RING,RETAINING
SOLICITATION: SPM50006TD176
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5325014085439 RING,RETAINING: Line 0001 Qty
03700 UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 17-FEB-06Approved source is 3S679
12976847. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I-BSM/SPM5
0006TD176/listing.html
Desc: DEFENSE SUPPLY CENTER
PHILADELPHIA
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER
PHILADELPHIA; 700 ROBBINS AVENUE;
PHILADELPHIA, PA 19111-5092
SUBJECT: 53--PACKINGASSEMBLY
SOLICITATION: SPM50006TD198
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5330014938740 PACKINGASSEMBLY: Line 0001
Qty 02400 UI EA Deliver To: XU
TRANSPORTATION OFFICER By:
30-MAR-06Approved source is 5F573
722A2MRL-409-5770. The solicitation is an RFQ and
will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I-BSM/SPM5
0006TD198/listing.html
Desc: DEFENSE SUPPLY CENTER
PHILADELPHIA
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER
PHILADELPHIA; 700 ROBBINS AVENUE;
PHILADELPHIA, PA 19111-5092
SUBJECT: 53--NUT,PLAIN,ROUND
SOLICITATION: SPM50006TD369
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5310010206440 NUT,PLAIN,ROUND: Line 0001
Qty 00092 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 10-MAR-06Approved
source is 81205 60-6681-2. The solicitation is an RFQ
and will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I-BSM/SPM5
0006TD369/listing.html
Desc: DEFENSE SUPPLY CENTER
PHILADELPHIA
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER
PHILADELPHIA; 700 ROBBINS AVENUE;
PHILADELPHIA, PA 19111-5092
SUBJECT: 53--BOLT, EXTERNALLY RELIE
SOLICITATION: SPM5A306Q0080
RESP DATE: 11/29/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5306004812217 BOLT, EXTERNALLY RELIE: Line
0001 Qty 00226 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN within 90 days ADOThe
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I-BSM/SPM5
A306Q0080/listing.html
Desc: DEFENSE SUPPLY CENTER
PHILADELPHIA
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER
PHILADELPHIA; 700 ROBBINS AVENUE;
PHILADELPHIA, PA 19111-5092
SUBJECT: 53--BRACKET, MOUNTING
SOLICITATION: SPM5L306Q0117
RESP DATE: 11/18/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5340012253075 BRACKET, MOUNTING: Line 0001
Qty 00491 UI EA Deliver To: XU
TRANSPORTATION OFFICER within 90 days
ADOApproved sources are 1J4P3 4067684; 77445
4063742; 77445 4067684. The solicitation is an RFQ
and will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes may be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I-BSM/SPM5
L306Q0117/listing.html
Desc: DEFENSE SUPPLY CENTER
PHILADELPHIA
SETASIDE: N/A
======================================
54 - Prefabricated Structures and Scaffolding
======================================
BLM-AK ALASKA STATE OFFICE* 222 W. 7TH
AVE. #13 ANCHORAGE AK 99513
SUBJECT: 54--Storage Tank, aviation fuel, above
ground.
SOLICITATION: LAQ064003
RESP DATE: 12/15/05
CONTACT: Anthony J. Kuntz Purchasing Agent
9072715194 Anthony_Kuntz@ak.blm.gov;
DESC: The Bureau of Land Management (BLM),
Alaska Fire Service Office, located in Fairbanks
Alaska, has a requirement for an above ground 6,000
gallon aviation fuel storage tank. This requirement is
100% set-aside for small businesses under NAICS
332420 with a small business size standard of 500
employees. The solicitation will be available on or
about December 2nd, 2005.
URL:
http://www.fbo.gov/spg/DOI/BLM/AK/LAQ064003/li
sting.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
POP COUNTRY: United States
POP ZIP: 99703
POP ADDRESS: Fairbanks, Alaska
======================================
55 - Lumber, Millwork, Plywood, and Veneer
======================================
12155 W. Alameda Parkway Lakewood, CO
80228-2802
SUBJECT: 55--Crossarms and braces
SOLICITATION: DE-RQ65-06WC71136
RESP DATE: 11/28/05
42
CONTACT: Debora Kludt, Contracting Officer,
605-353-9214, kludt@wapa.gov;Debora Kludt,
Contract Specialist, 605-353-9214, kludt@wapa.gov
DESC: Western Area Power Administration has a
requirement for wood crossarms and braces. The
solicitation will be issued electronically on or about
November 18, 2005, as a 100% small business
set-aside at the following site: http://e-center.doe.gov/.
URL:
http://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ65-06
WC71136/listing.html
Desc: Click here for further details regarding this
notice.
EMAIL: kludt@wapa.gov
Desc: Debora Kludt, Contract Specialist
SETASIDE: Total Small Business
======================================
56 - Construction and Building Materials
======================================
NAICS Code: 236220
General Services Administration, Public Buildings
Service (PBS), Office of Tenant Operations, Michigan
Service Center (5PT3), 477 Michigan Avenue, Room
1540, Detroit, MI, 48226
SUBJECT: 56 -- Indefinite Delivery Indefinte
Quantity Space Alterations, Repair & Construction for
Various Locations in the State of Michigan
SOLICITATION: GS05P05SVC0008
RESP DATE: 11/02/05
CONTACT: Zachary Anderson, Contract Specialist,
Phone 312-886-6926, Fax 312-886-1986, Email
zachary.anderson@gsa.gov - Cecilia Saylor, Contract
Specialist, Phone (313)226-2103, Fax (313) 226-3924,
Email cissie.saylor@gsa.gov
DESC: The work to be performed under terms of this
contract include but is not limited to providing all
labor, material, supervision, and equipment to perform
the following: general office renovation, interior
construction and building exterior repair, replacement
and alteration work; wall partition construction,
modification and alteration of floor and wall mounted
telephone, signal, and power outlets to included the
modification of associated conduit, surface mounted
raceway, and various under floor duct systems;
installation of new and the alteration of existing power
panels; carpet and carpet tile installation; painting;
HVAC duct work modification and repair; door, door
frame, and door set hardware installation; installation
of various wall coverings and draperies;
communications cabling; grid ceiling and lighting
installation and modification; modification of existing
building fire sprinkler systems; plastering and plaster
repair work; sidewalk repair / replacement, asphalt /
concrete paving and other such related work as noted
throughout this package, and which is specifically
listed on the delivery order and job drawings. The
contract shall be for a one year base and four (4) one
year options. Work shall be performed in multiple
federally owned buildings within the State of
Michigan. The Government intends on selecting eight
or more contractors, two of which will be set-aside for
8(a) business concerns for said contract. The North
American Industrial Classification System Code
(NAICS) is 236220 with a size standard of 28.5
million. The cost range for the five year period is
estimated between $ 1,000,000 and $5,000,000. The
solicitation will be available on or about October 3,
2005.
The solicited cited above can only be obtained by
accessing a secure website known as the Federal
Technical Data Solution (FedTeDS). FedTeDS is a
secure website designed to safeguard sensitive but
unclassified (SBU) acquisition information. It is fully
integrated with other electronic government initiatives
such as FedBizOpps and the Central Contractor
Registration (CCR) database, and is available for use
by all Federal agencies. In order to obtain information
from FedTeDS, you will first be required to register
with CCR. The Central Contractor Registration
database is a part of the Business Partner Network, an
e-gov initiative, and will be used to validate vendor
identity. Effective October 1, 2003, all government
contractors must be registered in CCR prior to
receiving an award. You may access CCR at the
following URL www.bpn.gov. Once you have
registered with CCR you will be required to register
with FedTeDS. No federal materials can be
downloaded until you have registered under both sites.
You may access FedTeDS via the following URL
http://www.FedTeDS.gov. You will then be required
to access the vendor registration form by selecting the
hyperlink entitled Register with FedTeDS and then
choosing the Vendor Registration Form hyperlink. At
a minimum, all vendors must supply the following
information: Your Company's Central Contractor
Registration (CCR) Marketing Partner Identification
Number (MPIN). (You can get this from your
Company's CCR Point of Contact). You Company's
DUNS Number or CAGE Code (Contact Dun &
Bradstreet at 1-800-333-0505 if you do not have a
D&B Number), your telephone number, your e-mail
address.
Also, beginning, January 1, 2005, as required by the
Federal Acquisition Regulations (FAR) all vendors
will be required to use the Online Representations and
Certifications Application (ORCA) in federal
solicitations as part of the proposal submission. You
may access ORCA via the following URL,
www.orca.bpn.gov. Potential offerors should refer to
the solicitation package regarding instructions
involved the use of ORCA.
Any questions regarding this notification should be
directed to the Contracting Officer whose name
appears herein. Potential offerors will be responsible
for downloading the solicitation and monitoring the
website for amendments, if any, to the solicitation. All
responsive offers from responsible offerors will be
considered. Small Disadvantaged, Women-Owned,
HUBZone, Veteran-Owned and Disabled-Veteran
Owned businesses are encouraged to submit proposals.
URL:
http://www.fbo.gov/spg/GSA/PBS/5PT3/GS05P05SV
C0008/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Partial Small Business
POP COUNTRY: USA
POP ZIP: 48226
POP ADDRESS: Various locations within the state of
Michigan.
======================================
58 - Communication, Detection, and Coherent
Radiation Equipment
======================================
NAICS Code: 334511
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 58 -- Repair of AAR-47 Processor
Components
SOLICITATION: FA8523-06-Q-80057
RESP DATE: 12/12/05
CONTACT: Michael O'Gorman, Contract Specialist,
Phone (478)926-7487, Fax (478)926-7211, Email
Michael.OGorman@robins.af.mil
DESC: This is a notice of intention to issue a
solicitation for the repair of five (5) each Processors,
NSN 5865-01-495-3646EW, P/N 3313-AS-300-5,
applicable to the AAR-47 System. Delivery schedule:
45 days ARO. Ship to: FB2065.
The approximate solicitation issue date is 2 December,
2005, with the approximate response date of
December 12, 2005. The proposed contract action is
for services for which the Government intends to
solicit and negotiate with only one source,
Alliant/ATK Missile Systems, 13133, 34th Street
North, Clearwater, FL, 33762, CAGE code 06424,
under the authority of FAR 6.302-1. See Notes 22 &
26. All responsible sources solicited may submit a
bid, proposal, or quotation that shall be considered.
Authority: 10 U.S.C. 2304(C)(1), Justification:
Supplies (or Services) required are available from only
one or a limited number of responsible source(s) and
no other type of supplies or services will satisfy agency
requirements. Interested persons may identify their
interest and capability to respond to the requirement or
submit proposals. This notice of intent is not a request
for competitive proposals. However, the Government
will consider all proposals received within 30 days of
the synopsis publication date. A Determination by the
Government not to compete this proposed contract
based upon responses to this notice is solely within the
discretion of the Government. Late responses will not
be accepted.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
23-06-Q-80057/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 334111
Department of the Navy, Naval Air Systems
Command, Naval Air Warfare Center Aircraft
Division Pax River, Building 441 21983 Bundy Road
Unit 7, Patuxent River, MD, 20670
SUBJECT: 58 -- PM-102269 Pro-Designer Work
Stations
SOLICITATION: N00421-06-P-0097
RESP DATE: 11/30/05
CONTACT: Theresa Newbold, Contract Specialist,
Phone (301) 995-8892, Fax 301-995-8670, Email
theresa.newbold@navy.mil - Margaret Coberly,
Contract Specialist, Phone (301) 995-8982, Fax (301)
995-8670, Email margaret.coberly@navy.mil
DESC: The Special Communications Requirements
Division of of the Naval Air Warfare Center Aircraft
Division, St. Inigoes, MD has a requirement for the
procurement of 30 each PM-102269 Pro-Designer
Work Stations (PDWS). The government intends to
procure the PDWSÆs on a sole source basis from
Xycom Automation, Inc., 750 N. Maple Road, Saline,
MI 48176-1292. Only Xycom is uniquely qualified to
provide the required PDWS. The PM-102269 PDWS
will be installed in transit cases that are housed within
shelters on High Mobility Multi-purpose Wheeled
Vehicles (HMMWVÆs). The PM-102269 PDWS is
the only system that is 100% compatible with with the
configuration, interoperability, upgrade-ability, and
supportablility of current and legacy radio
communications systems. The PM-102269 PDWS
must have a non-operating storage temperature range
of û4F to 140F and meet EN-55022 Class A EMI
standards by providing a workstation that is enclosed
in a metal case. The PM-102269 is required to be wall
mounted from the rear. The PM-102269 has serial
ports and customized security has been designed and
embedded into the software and hardware for the
operation.
The North American Industry Classification Systems
(NAICS) code for this requirement is 334111 with a
size standard of 1000 people. Award is expected to be
5 Dec 2005. THIS NOTICE OF INTENT IS NOT A
REQUEST FOR COMPETITIVE PROPOSALS;
however, responsible interested parties may submit
information in which they can identify interest and
capability to respond to this requirement. The
Government will consider all responses received by
3:30 PM EST on 30 November 2005. The
Government reserves the right to process the
procurement on a sole source basis based upon the
responses received. The Government will not pay for
any information received. All responsible sources may
submit a proposal which shall be considered by the
agency. Any questions should be forwarded via
EMAIL to : Theresa Newbold at :
Theresa.newbold@navy.mil or by telefax at (301)
995-8670.
URL:
http://www.fbo.gov/spg/DON/NAVAIR/N00421/N004
21-06-P-0097/listing.html
Desc: Link to FedBizOpps document.
43
======================================
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2,
Code 200 Pearl Harbor, HI
SUBJECT: 58--ADP WITH AES ENCRYPTION
KITS
SOLICITATION: N0060406T0098
CONTACT: TAMMY KAO (808) 474-6547
DESC: This procurement is for ADP with AES
Encryption Kits for Government owned Motorola
XTS5000 Model I UHF Radios. The proposed
procurement will be solicited on an unrestricted basis.
The NAICS code is 334290, and the size standard is
750 employees. All eligible and responsible business
sources may submit an offer. It is anticipated that the
solicitation will be available on or about 23 November
05 via the Internet at the following addresses:
http://www.neco.navy.mil or
http://www.fedbizopps.gov. Central Contractor
Registration is mandatory, you may register at
www.ccr.gov, should you have any questions you may
call them at 1-888-227-2423. The Government is not
responsible for any loss of Internet connectivity or for
any offerors inability to access the document posted on
the referenced web site. REFER ALL INQUIRIES TO:
Tammy Kao, Contract Specialist at
tammy.kao@navy.mil, ph: 808-474-6547 or fax:
808-474-5223.
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00604/N00
60406T0098/listing.html
Desc: Link to FedBizOpps document.
======================================
N68936 Naval Air Warfare Center Weapons Division
Dept.1 429 E. Bowen Rd - Stop 4015 China Lake,
CA
SUBJECT: 58--Radar Range Finder Systems
SOLICITATION: N6893605C0009
RESP DATE: 12/02/05
CONTACT: Debbie Winfield (760) 939-9661 Debbie
Winfield, Contract Specialist, 210000D,
Deborah.Winfield@navy.mil, Debra K. Hartley,
Contracting Officer, 210000D,
Debra.Hartley@navy.mil
DESC: The Naval Air Warfare Center Weapons
Division intends to issue a modification to contract
N68936-05-C-0009 to Amphitech Systems
Incorporated to procure an additional ten (10) each
Radar Rangefinder Systems under option CLIN 0004
for the Antenna Subsystem, option CLIN 0006 for the
Radar Subsystem Units and CLIN 0008 for the
Integration for CLINs 0004/0006; as well as four (4)
additional spare Radar Range Finder Production units
under Option CLIN 0009; and additional Engineering
Support under CLIN 0011. The Radar Rangefinder
Systems are part of an on-going, high priority program
for the submarine fleet. Under contract
N68936-05-C-0009, Amphitech Systems Inc. has
provided four engineering development models
(EDM), fourteen pre-production systems and is
currently providing all associated production
engineering efforts. These production engineering
efforts include; upgrades to the Radar Rangefinder
Demonstration and EDM Systems; depot level repair
efforts of demonstratio! n, EDM and pre-production
systems; documentation; software support including
upgrades to current software; and engineering support
for training, logistics and installations. Amphitech
Systems Inc. is the sole source supplier of Radar
Rangefinder Production Systems and Engineering
Support under contract N68936-05-C-0009 and is the
only qualified source to supply the systems and
support within the time required to meet fleet needs.
As the sole designer, developer, manufacturer, and
supplier of the radar subsystem and prime integrator of
the radar and antenna subsystem, Amphitech is the
only firm that possesses the requisite technical
knowledge of the system design, operation and
software to meet the Navy's minimum requirements for
the radar subsystem, system integration and software
integration support. Delivery of Option CLIN 0004 for
Option A is one unit at 10 weeks After Exercise of
Option and followed by one unit per week thereafter
and delivery for Option B is 6 months! ARO; Option
CLIN 0006 is 26 Weeks After Exercise of Option and
follow ed by one unit per week thereafter; Option
CLIN 0008 is one unit at 3 Weeks after receipt of
CLIN 0004/0006 and followed by one unit per week
thereafter; Option CLIN 0009 is 26 weeks after
exercise of option and followed by one unit per week
thereafter. The period of performance for CLIN 0011
is 10 November 2004 through 09 November 2006.
Any firms believing that they can provide the Radar
Rangefinder Systems and supporting effort may
submit a written response to be received at the
Contracting Office no later than 5 days after the date
of publication of this notice. It must clearly show the
firmÆs ability to be responsive without compromising
the quality, accuracy or reliability of the service
without causing programmatic hardship or schedule
delay. Respond to Deborah Winfield, by mail to
NAWCWPNS, Code 210000D, 429 E. Bowen Rd Stop 4015, China Lake, CA 93555-6108 or fax to
(760) 939-9651, or email to
Deborah.Winfield@navy.mil. Note 22 & 26 apply
Place of Performance = N/A Set Aside = N/A
URL:
http://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N
6893605C0009/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Deborah.Winfield@navy.mil
Desc: Deborah Wingield
======================================
NAICS Code: 339999
Department of Justice, Federal Bureau of
Investigation, Property Procurement and Management
Section, 935 Pennsylvania Avenue, N.W.,
Washington, DC, 20535
SUBJECT: 58 -- 58 - Converters
SOLICITATION: RFQ-E001953
RESP DATE: 11/28/05
CONTACT: Mabel Comfort, Contracting Officer,
Phone 703-339-2738, Fax 703-339-2750, Email
mcomfortfbi@aol.com
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation; quotes
are being requested and a written solicitation will not
issued. Request for Quotation (RFQ) E001953 is
assigned and shall be referenced on any quotation. All
incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 05-06. This
solicitation is under the Simplified Acquisition
Procedures (SAP) for Small Business-Small Purchase
Set-Aside. This solicitation will be distributed solely
through the General Services AdministrationÆs
Federal Business Opportunities web site
http://fedbizopps.gov/. This site provides
downloading instructions. All future information
about this acquisition including solicitation
amendments will also be distributed solely through
this site. All questions in reference to this requirement
shall be submitted via fax within five business days
after this posting, all response will be posted on this
site. The North American Industry Classification
System (NAICS) is 334290 and the Business Size is
750 employees. This will be a Firm Fixed price One
Time Buy. The GovernmentÆs requirement is for
brand name or equal of five (5 each) Model #
XTS-25K-B1, 25 W SSPA with BUC, 14.0-14.5 Ghz,
50 dB Gain, Detected RF Output, Complete Digital
M&C, Lightweight DC Power and three (3 each)
Model # XTPS-400-D28, External Power Supply for
XYS-25K-B1 25W SSPA including 20 foot power
cable. The manufacturer of this equipment is: Xicom
Technology, Santa Clara, CA 95054. The following
are the minimum salient characteristics: The KU Band
Block up converter (BUC) with a 25 watt (P1dB)
SSPA. With standard input operating range of
950-1700 MHZ, fully integrated for antenna mounting
intended for outside operation. Single unit size shall
be no more than 6"x7"x 12 and weight @ 15 lbs for
low-clearance vehicular mounted antenna
applications. Primary power is 48 VDC (22- 56 VDC
range) from external power supply with weatherized
casing. External power supply input is world voltage
capable (90-264 VAC, 47-63 Hz). The L-band input
is via type N connector; output is WR 75 waveguide.
The monitor and control interface shall provide via
RS-232, RS-422 or RS-485. The above listed
characteristics are intended to be descriptive, but not
restrictive. Unless visibly marked that the vendor is
quoting an ôequalö the offered items shall be
considered the brand name product as referenced in
this announcement. If offering an equal product, the
brand name of the product furnished shall be clearly
identified on the quote. The evaluation of quotes and
the determination as to equality of the product shall be
the responsibility of the Government and shall be
based on information provided by the vendors. The
Government is not responsible for locating or securing
any information which is not identified in the
quotation and reasonable to the purchasing activity.
To insure that sufficient information is available, the
vendor must furnish as part of their quote, all
descriptive material necessary for the purchasing
activity to determine whether the product meets the
minimum salient characteristics. Vendors proposing
to modify a product to make it conform to the
requirements of this announcement, shall include a
clear description of the proposed modification and
clearly mark any descriptive material to show
proposed modification. Warranty period shall be one
year after acceptance. Destination shall be FOB
Federal Bureau of Investigation, Quantico, VA 22135.
All quotes shall be clearly marked with Request for
Quotation (RFQ) Number E001953 and received no
later than November 28, 2005, 4:00 PM ET. No hand
carried quotes will be accepted. Faxed quotes will be
accepted and are encouraged at (703)339-2750. The
point of contact for information is Mabel Comfort,
Contract Specialist, at the address and phone number
listed above. Vendors are hereby notified that if your
proposal is not received by the date/time stated above,
and at the specified location in this announcement,
your quote will be considered late. The following
clauses and provisions are incorporated by reference
and apply to this acquisition. Full text clauses and
provisions can be obtained at the following website
http://www.acqnet.gov. FAR provision 52.212-1
Instructions to Offerors-Commercial Items (JAN
2005); FAR 52.211-6 Brand Name or Equal (AUG
1999) ; FAR 52.212-2, Evaluation-Commercial Items
(JAN 1999); FAR Clause 52.212-4 , Contract Terms
and Conditions- Commercial Items (OCT 2003); FAR
Clause 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive
Orders-Commercial Items (JAN 2005) FAR 52.215-5
Facsimile Proposals (AUG 1999). Offerors are to
include a completed copy of the provision 52.212-3
Offeror Representations and Certification-Commercial
Items (JAN 2005). FAR 52.204-7 Central Contractor
Registration (OCT 2003). All responsible vendors
may submit a quotation which, if timely received, shall
be considered by the FBI. The Government will award
a contract to the responsible offeror whose offer
conforming to the solicitation will be most
advantageous to the Government. The following
factors shall be used to evaluate offers (i) Technical
(technical design, capability of the items offered to
meet the government need) (ii) Price and (iii) Past
Performance. Past Performance shall consist of:
quality of product; customer satisfaction; and
adherence to delivery schedule. To verify these past
performance requirement, each contractor shall
provide at a minimum of three (3) names and
telephone numbers of customer that have acquired the
same or similar products for past performance
evaluation. Technical and Past Performance, when
44
combined, are significantly more important than price.
The Government reserves the right to award without
discussion. The above items shall be received within
45 days after award. An award will be made within
two weeks after closing date.
URL:
http://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFQ-E0019
53/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 22135
POP ADDRESS: Quantico, VA
======================================
NAICS Code: 334290
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Columbus, P O Box 3990,
Columbus, OH, 43218-3990
SUBJECT: 58 -- Night Vision Equipment, Emitted
and Reflected Radiation
SOLICITATION: SP093506R0213
RESP DATE: 01/09/06
CONTACT: Heath Berkshire, Contract Specialist,
Phone 614-692-3479, Fax 614-693-1682, Email
heath.berkshire@dla.mil
DESC: NSN(s): 5855012468271 \\ Item Description:
WINDOW, SACRIFICIAL \\ Drawing Number (if
applicable): A3144264 \\ Quantity (including option
quantity): 80,952 \\ Unit of Issue: EA \\ Destination
Information: FOB Destination, Inspection/Acceptance
Origin \\ Delivery Schedule: 410 Days (which includes
210 days for First Article Test and Review). \\ All
responsible sources may submit an offer/quote which
shall be considered. \\ See Note(s): 1, 9, 26 \\ The
solicitation will be available in FedBizOpps on its
issue date of 12/01/05. \\ The Small Business size
standard is 750 employees. \\ Drawings/specifications
will be available through the DIBBS solicitation link
in the synopsis on the solicitation issue date. \\
Proposed procurement contains a 50% option for
increased quantities. \\ While price may be a
significant factor in the evaluation of offers, the final
award decision will be based upon a combination of
price, delivery, past performance and other evaluation
factors as described in the solicitation. \\ TYPE OF
SET-ASIDE: 100% Total Small Business Set-Aside
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP093506R02
13/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 58--PURGEKIT,GOGGLES
SOLICITATION: SPM70006TB419
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5855014428781 PURGEKIT,GOGGLES: Line 0001
Qty 00091 UI EA Deliver To: DEFENSE
DISTRIBUTION DEPOT RICHMOND By:
23-APR-06Approved sources are 13567 268549;
AC853 268549. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM70
006TB419/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
NAICS Code: 325998
US Army Aviation and Missile Command (Missile),
ATTN: AMSAM-AC, Building 5303, Martin Road,
Redstone Arsenal, AL 35898-5280
SUBJECT: 58--Lower Target Acquisition
SOLICITATION: W31P4Q-05-R-0110
RESP DATE: 07/13/05
CONTACT: Tonya Washington, 256-955-9230
DESC: ***ATTENTION***FORMAL
COMMUNICATION RELATED TO THIS
ACQUISITION SHOULD BE DIRECTED TO
AMSAM-AC-LS-MA, RUTH FERGUSON ,
CONTRACT SPECIALIST, 256- 842-7553 E-MAIL
(Ruth.Ferguson@redstone.army.mil)
***TELEPHONE REQUEST WILL NOT BE
ACCEPTED*** System: IBAS, PRON: D15V0154,
Nomenclature: Lower Target Acquisition, NSN:
5865-01-462-8513, PN: 13588676 for the current
known quantity of 10 ea. This proposed acquisition is
for a requirements contract which will be segregated
into five (5) program pe riods with orders to be issued
one or more times as requirements materialize.
However, this does not preclude the Government from
ordering the maximum quantity of 55 each at any time
during the requirements period. Destination to be
furnished. A quantity o f (1) one, Contractor Tested
First Article is required. Delivery schedule 255 days
after contract award for submission and acceptance of
test report. Offers 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 Firms are
reminded that all requests for solicitation must be
processed through their respective embassies. The
Govern ment 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, is not
available. This proposed contract action is for
supplies or services for which the Government intends
to solicit and negotiate with only one, or a limited
number of sources. Suggest those small business firms
or others interested in subcontracting opportunities in
connection with this procurement, make contact with
the firm(s) listed. RFQ will be issued to DRS
OPTRONICS INC., 2330 COMMERCE PARK DR
NE, PALM BAY, FL 32905 (Cage Code: 32865)
RAYTHEON COMPANY, 2501 W. UNIVERSITY
DRIVE, M/S 8064 P, MCKINNEY, TX 75070 (Cage
Code: 96214). Firms that recognize and can prod uce
the required item described above are encouraged to
identify themselves. Firms are encouraged to seek
source approval in order to compete for future
solicitations by accessing the website
www.redstone.army.mil/cmo/ and looking under
Qualification Proc edures for Missile Requirements
(AMCOM pamphlet 702-1) and Policy Relating to
Source Approval Request (SAR) for Missile
Requirements. All responsible sources may submit a
quotation, which shall be considered by this agency,
request solicitation package from address above, Attn:
AMSAM-AC-LS-MA, FAX Number 256-876-5322.
The most recent representative unit price and quantity
relative to thi s acquisition is: NSN:
5865-01-462-8513, AWARD DATE: 18 Nov 2004,
QTY: 1 each, unit price: $245,157.00. 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 relied upon as a basis for
offer/bid. All drawings, specifications or other
technical data are not available and will not be
furnished. See Numbered Note(s): 22.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH01/W31
P4Q-05-R-0110/listing.html
Desc: Link to FedBizOpps document.
EMAIL: tonya.g.washington@redstone.army.mil
Desc: US Army Aviation and Missile Command
(Missile)
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 35898-5280
POP ADDRESS: US Army Aviation and Missile
Command (Missile) ATTN: AMSAM-AC, Building
5303, Martin Road Redstone Arsenal AL
======================================
59 - Electrical and Electronic Equipment
Components
======================================
NAICS Code: 335311
ACA, Aberdeen Proving Ground, Directorate of
Contracting, 4118 Susquehanna Avenue, Aberdeen
Proving Ground, MD 21005-3013
SUBJECT: 59--FILTER CONNECTORS, NAIC
335311
SOLICITATION: W91ZLK06T0066
RESP DATE: 11/23/05
CONTACT: YOLANDA HARLAN, (410) 278-0886
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation.
PROPOSALS ARE BEING REQUESTED AND A
WRITTEN SOLICITATION WILL NOT BE ISSUED.
The combined synopsis/solicitation number is
W91ZLK-06-T-0066 and it is issued as a Request for
Proposals (RFP). This solicitation incorporates
provisions and clauses in effect through Fede ral
Acquisition Circular 05-05. This acquisition is 100%
set aside for Small Businesses. The North American
Industry Classification System (NAICS) is 335311 and
Small Business size standard is 750 employees. The
Government intends to award a firm-fixed pri ce
Purchase Order resulting from this combined
synopsis/solicitation to be delivered at Aberdeen
Proving Ground, Maryland for Contract Line Item
Number (CLIN) 0001 - Custom Filter Connector Panel
for Secure Video Camera. Rated voltage is 28 Vdc.
Rated curr ent is 1 amp for 28 lines. Test per
MIL-F-15733. Part No. RF16455 or equal, Qty 120
each. The Government reserves the right to make an
award without discussions. The contract will be
awarded to Low Price Technically Acceptable (LPTA).
The technical evaluat ion will be a determination as to
equality of the product and shall be based on
information furnished by the vendor. The Government
is not responsible for locating or securing any
information, which is not identified in the proposal. To
ensure sufficient i nformation is available, vendors are
requested to provide descriptive material such as
illustrations, drawings, or other information necessary
for the Government to determine whether the product
meets the salient characteristics of the requirement.
The Gov ernment will award a contract to the offeror
whose offer conforms to this solicitation and will be
most advantageous to the Government, price and other
factors considered. The following clauses are
incorporated by reference. 52.204-7, Central
Contractor Re gistration; 52.209-6 Protecting the
Governments Interest When Subcontrating with
contractors debarred, suspended or proposed for
debarment; 52.212-1 Instructions to
Offerors-Commercial Items; 52.212-4, Contract Terms
and Conditions Commercial Items witho ut addenda;
52.222-22, Previous Contracts and Compliance
Reports; 52.223-11 Ozone-Depleting Substances;
52.225-4 Buy American ActNorth American Free
Trade AgreementIsraeli Trade Act Certificate;
52.243-1 ChangesFixed Price; 52.247-34 F.O.B.
Destination; Acceptance shall be at destination.
252.204-7004 Alt A, Central Contractor Registration.
Offerors shall include a completed copy of the
provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items and DFARS
252.212-7000, Offeror Repr esentations and
Certifications Commercial Items, with proposals. The
clause 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive
45
Orders-Commercial Items, without addenda apply to
this acquisition including the following FAR c lauses
cited within this clause. 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6,
Notice of Total Small Business Set-Aside (JUNE
2003)(15 U.S.C. 644); 52.219-8, Utilization of Small
Business Concerns (15 U.S.C. 637 (d)(2) and (3));
52.219-14, Limitations on Subcontracting (DEC
1996)(15 U.S.C. 637(a)(14); 52.222-3, Convict Labor
(June 2003)(E.O. 11755); 52.222-19, Child
Labor-Cooperation with Authorities and Remedies
(Jun 2004)( E.O. 13126); 52.222-21, Prohibition of
Segregated Facilities (Feb 1999); 52.222-26, Equal
Opportunity; 52.222-35 Affirmative Action For
Disabled Veterans and Veterans of the Vietnam Era,
(7) 52.222-36, Affirmative Action For Workers with
Disabilities; 52.2 22-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era
(38 U.S.C. 4212); 52.225-3, Buy American ActFree
Trade AgreementsIsraeli Trade Act (Jan 2005) (41
U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112
note, Pub.L. 108-77, 108-286); 52.232-33, Payment
by Electronic Funds Transfer-Central Contractor
Registration (May 1999); and 252.204-7004 Required
Central Contractor Registration. DF ARS
252.212-7001, Contract Terms and Conditions
Required to Implement Statues or Executive Orders
Applicable to Defense Acquisitions of Commercial
Items apply to this acquisition. The following clauses
cited within the clause 252.212-7001 are applicable: 5
2.203-3, Gratuities (Apr 1984)(10 U.S.C. 2207);
252.225-7012, Preference for Certain Domestic
Commodities (Jun 2004)(41 U.S.C. 10a-10d, E.O.
10582); 252.225-7021, Trade Agreements (Jun 2005)
(19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note);
252.232-7003 Elect ronic Submission of Payment
Requests (Jan 2004)(10 U.S.C. 2227); 252.243-7002,
Requests for Equitable Adjustment (Mar 1998)(10
U.S.C.2410); 252.247-7023, Transportation of
Supplies by Sea (May 2002); 252.247-7024
Notification of Transportation of Supplies by Sea (Mar
2000)(10 U.S.C. 2631). The full text of the
FAR/DFARS references may be accessed
electronically at this address: http://farsite.hill.af.mil.
Proposals must be signed, dated, and received by
12:00 Noon (Eastern Standard Time) on November 23,
20 05 via fax at 410-306-3849 or email at
yolanda.harlan@us.army.mil and the original via mail
to the following address: US Army Contracting
Agency, Directorate of Contracting, Attention:
SFCA-NR-APC-T, 4118 Susquehanna Avenue,
Aberdeen Proving Ground, MD 210 05-3013. All
proposals from responsible sources will be fully
considered. Vendors who are not registered in the
Central Contractor Registration (CCR) database prior
to award will not be considered. Vendors may register
with CCR by calling 1-800-334-3414 or by
registering online at http://www.bpn.gov/CCR. For
questions concerning this Request for Proposals
contact Yolanda Harlan, Contract Specialist via email
to: yolanda.harlan@us.army.mil. NO TELEPHONE
REQUESTS WILL BE HONORED. Notes 1 apply.
URL:
http://www.fbo.gov/spg/USA/DABJ/DABJ05/W91ZL
K06T0066/listing.html
Desc: Link to FedBizOpps document.
EMAIL: YOLANDA.HARLAN@US.ARMY.MIL
Desc: ACA, Aberdeen Proving Ground
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 21005-3013
POP ADDRESS: ACA, Aberdeen Proving Ground
Directorate of Contracting, 4118 Susquehanna Avenue
Aberdeen Proving Ground MD
======================================
NAICS Code: 336413
DEPARTMENT OF THE AIR FORCE; 3001 STAFF
DR;BLDG 3001 STE 1AH100A; TINKER AFB; OK;
73145
SUBJECT: 59--CIRCUIT CARD ASSEMB
SOLICITATION: FA8103-06-Q-0213
RESP DATE: 12/19/05
CONTACT: Schoronda Y Green, Phone
405-739-4101, Fax 000-000-0000, Email
schoronda.green@tinker.af.mil
DESC: PR Number(s): FD20300622211 Item: 0001
NSN: 5998012668089HYHY CIRCUIT CARD
ASSEMB Description: Total Line Item Qty: 1.0000
Destn: FB2039,Tinker AFB,OK.,73145-9013.
Delivery: 31DEC2006, 1.00 The anticipated award
date will be:31DEC2005 Electronic procedure will be
used for this solicitation. Note: While price will be a
significant factor in the evaluation of offers, the final
contract award decision may be based upon a
combination of price and past performance factors as
detailed in the solicitation. Note: An Ombudsman has
been appointed to hear concerns from 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 source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the
source selection process. Interested parties are invited
to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION
REQUESTS. Request for Written Quotation will be
issued. The anticipated award date will be 60 days
after the issuance of this notice. The proposed contract
action is for supplies and services for which the
Government intends to solicit and negotiate with only
one, or a limited number of sources under the authority
of FAR 6.302. Interested persons may identify their
interest and capability to respond to the requirement or
submit proposals. This notice of intent is not a request
for competitive proposals. However, all proposals
received within forty five-days (thirty days if award is
issued under an existing basic ordering agreement)
after date of publication of this synopsis will be
considered by the Government. A Determination by
the Government not to compete this proposed contract
based upon responses to this notice is solely within the
discretion of the Government. Information received
will normally be considered solely for the purpose of
determining whether to conduct a competitive
procurement. Award will be made only if the offeror,
the product/service, or the manufacturer meets
qualification requirements at the time of award in
accordance with FAR clause 52.209-1. The
solicitation identifies the office where additional
information can be obtained concerning qualification
requirements as cited in each individual solicitation.
Specifications, plans, or drawings relating to the
procurement described are incomplete or not available
and cannot be furnished by the Government. See
Note(s) 22 and 23.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8103-06-Q-0213/listing.html
Desc: Link to FedBizOpps document.
EMAIL: schoronda.green@tinker.af.mil
Desc: Schoronda Green
SETASIDE: N/A
======================================
NAICS Code: 334418
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 59 -- Circuit Card Assembly
SOLICITATION: FA8517-06-Q-70023
RESP DATE: 12/01/05
CONTACT: Charles Williams, Contract Specialist,
Phone (478)222-1876, Fax (478) 222-1852, Email
Charles.Williams3@robins.af.mil
DESC: NSN: 5998-01-253-7976KV
P/N: 10077584-101
NOUN: CIRCUIT CARD ASSEMBLY
QTY: 1 EA. OPTIONS 2007 @ 1-3 EACH & 2008 @
1-3 EA.
FORM/FUNCTION: Process Electronic Signals
SIZE/DIMENSION: H-8", W-14", D-2" & Pounds-14
ounces
NOTE: SOLE SOURCE: CAGE CODE 94580
No data or drawings available.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
17-06-Q-70023/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 334418
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 59 -- Circuit Card Assembly
SOLICITATION: FA8517-06-Q-70027
RESP DATE: 12/01/05
CONTACT: Charles Williams, Contract Specialist,
Phone (478)222-1876, Fax (478) 222-1852, Email
Charles.Williams3@robins.af.mil
DESC: NSN: 5998-01-272-5999KV
P/N: 434922-1
NOUN: CIRCUIT CARD ASSEMBLY
QTY: 1 EA. OPTIONS 2007 @ 1-3 EACH & 2008 @
1-3 EA.
FORM/FUNCTION: Process Electronic Signals
SIZE/DIMENSION: H-24", W-14", D-1/2" &
Pounds-16 ounces
NOTE: SOLE SOURCE: CAGE CODE 00752
No data or drawings available.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
17-06-Q-70027/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 335999
DHS - Direct Reports, United States Coast Guard
(USCG), Commanding Officer, USCG Engineering
Logistics Center, 2401 Hawkins Point Road Building
31, Mail Stop 26, Baltimore, MD, 21226-5000
SUBJECT: 59 -- THALES SYSTEM
SOLICITATION: HSCG40-06-Q-20037
RESP DATE: 11/29/05
CONTACT: James McGuirk, Contracting Officer,
Phone 410-762-6486, Fax 410-762-6640, Email
James.M.McGuirk@uscg.mil - Devora Ford,
Purchasing Agent, Phone 410-762-6507, Fax
410-762-6071, Email dford@elcbalt.uscg.mil
DESC: The USCG Engineering Logistics Center
intends to issue a Purchase Order for various
Miscellaneous Equipment for Thales Systems
CEJD-MSR-4030, CEJD-MSR-6212 AND
CEJD-MSR-6700. It is the governments belief that
only THALES COMMUNICATIONS INC..can
Provide the required items for the following reasons:
See Justification for other than full and open
competition.
JUSTIFICATION FOR OTHER THAN FULL AND
OPEN COMPETITION
UNDER $100K
1. Activity: REQUEST FOR PURCHASE
__________
2. PR#: 216B4200HB080-000____________
Description of Supplies or Services: THE
PURCHASE OF NSNS 5998-01-445-9449,
5998-01-445-7741, 5998-01-446-1693,
5998-01-246-7108, 5998-01-248-1564,
5998-01-246-7786, 5998-01-248-1567,
5998-01-247-9470,5998-01-246-7106,
5998-01-246-7107, 5998-01-248-1568,
5998-01-445-9405, 5998-01-262-8212,
5998-01-303-3120, 5998-01-445-95998-01-446-0967,
5998-01-445-7717, 5998-01-446-1647
3.Estimated Value of Procurement: TBD
46
4.Recommended Sources: THALES
COMMUNICATIONS INC.
5. Reason for Sole Source/Limited Sources:
( X ) Only one source (unique capabilities)
( ) Proprietary drawings, specifications, and/or
engineering
data, patents, copyrights
( ) Brand Name essential to the GovernmentÆs
needs.
( ) Standardization Program supported by Agency
Head
( ) Determination and Findings (D&F).
( ) Unusual and Compelling Urgency (limited
sources)
Briefly Explain: 1. FAR 6.302 (a)(2)(ii), pursuant to
10 U.S.C. 2304(c)(1), permits contracting for supplies
or services when the supplies or services required by
the agency are deemed available only from the original
source(s) for the continued support of a major system
or highly specialized equipment. This is a last buy of
parts from the OEM as they have discontinued support
of the CEJD-MSR Ikw TRANSMITTER. These parts
will be used to support the system until
recapitalization.
2. In accordance with FAR 10.001(a)(3) (i) the
USCG conducted a market research utilizing the
World Wide Web, Thomas Register of American
Manufacturers and GSA Supply Schedules, in order to
locate as many capable sources of supply for these
piece parts as possible. The only vendor located is the
OEM, THALES COMMUNICATIONS INC. These
subassemblies are only manufactured by the OEM,
THALES COMMUNICATIONS INC.
6.Impact to the Government if not awarded in
accordance with the above: All parts must be
physically the same form, fit and function as the
already supported piece parts. This is mandatory in
order to maintain parts already purchased and any new
parts to be purchased. Any deviation from this
standard will significantly increase the USCG cost for
support and will greatly impact the USCGÆs ability to
support the original equipment used. If the USCG is
no longer able to support the original equipment, this
will force the USCG to recapitalize the entire
equipment population
7. Point of Contact: WALTER E. KING COTR
Extension: 410-762-6249
Name and Title
APPROVAL: ___________________________
DATE: ___________
Contracting Officer
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/USCGELC/
HSCG40-06-Q-20037/listing.html
Desc: Link to FedBizOpps document.
======================================
US Army C-E LCMC Acquisition Center - DAAB07,
ATTN: AMSEL-AC, Building 1208, Fort Monmouth,
NJ 07703-5008
SUBJECT: 59--Sources Sought for various TFOCA2
cable assemblies
SOLICITATION: MARKET-SURVEY-6032
RESP DATE: 12/18/05
CONTACT: Terry Traino, (732) 532-2675
DESC: CONTACT Charles Alcott, (908)532-3741.
This is a market survey to locate sources for various
TFOCA2 cable assemblies used in CECOM weapon
systems. We are looking for sources that have the
capability to supply the following NSN's in accordance
with th e vendor part numbers. Listed vendors need to
reply if they are still capable of producing cables. We
do not have tech data for these cables. NSN PART
NUMBER FSI Stran 6020-01-487-2120
A2-4000-SC-1 A2-4000-SC-003.5FTTF2-01-SC-1
6020-01-490-2913 A2-4000-SC-006FT
6020-01-487-2121 A2-4000-SC-009FT
6020-01-487-2118 A2-4000-SC-5
A2-4000-SC-015FTTF2-01-SC-5 6020-01-487-1454
A2-4000-ST-1 A2-4000-ST-003.5FTTF2-01-ST-1
6020-01-487-4018 A2-4000-ST-3
A2-4000-ST-009FTTF2-01-ST-3 6020-01-487-4024
A2-4000-ST-5 A2-4000-ST-017FTTF2-01-ST-5
5995-01-490-2310 A2-4000-ST-6 A2-4000-ST-20FT
Suppliers/Distributors capable of furnishing these
items must so indicate, by email,
charles.alcott@mail1.monmouth.army.mil Charles
Alcott AMSEL-LC-COM-C-MS (732)-532-3741
DSN-992-3741 FAX (732)-532-0930
charles.alcott@mail1.monmouth.army.mil
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAB07/MA
RKET-SURVEY-6032/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Theresa.K.Traino@us.army.mil
Desc: US Army C-E LCMC Acquisition Center DAAB07
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 07703-5008
POP ADDRESS: US Army C-E LCMC Acquisition
Center - DAAB07 ATTN: AMSEL-AC, Building
1208 Fort Monmouth NJ
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--CIRCUIT CARD ASSEMBLY
SOLICITATION: SP090006T7145
RESP DATE: 12/01/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
5998014875124 CIRCUIT CARD ASSEMBLY: Line
0001 Qty 00042 UI EA Deliver To: DISTRIBUTION
DEPOT HILL By: 12/25/05 Approved source is
07639 V4853. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP090006T71
45/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--SWITCH,TOGGLE
SOLICITATION: SP090006T7160
RESP DATE: 12/01/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
5930010160510 SWITCH,TOGGLE: Line 0001 Qty
00134 UI EA Deliver To: DEFENSE
DISTRIBUTION DEPOT ALBANY By: 12/22/05
Line 0002 Qty 00125 UI EA Deliver To: XU
TRANSPORTATION OFFICER By: 12/22/05 Line
0003 Qty 00039 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 12/22/05 This is a
qualified products list (QPL) item. The solicitation is
an RFQ and will be available at the link provided in
this notice. Hard copies of this solicitation are not
available. Military Specifications and Standards may
be retrieved, or ordered, electronically. All responsible
sources may submit a quote which, if timely received,
shall be considered. Quotes must be submitted
electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP090006T71
60/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59-- SWITCH,PROXIMITY
SOLICITATION: SP090006T7162
RESP DATE: 12/01/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
5930012291500 SWITCH,PROXIMITY: Line 0001
Qty 00065 UI EA Deliver To: XU DEF DIST DEPOT
SAN JOAQUIN By: 01/18/06 Line 0002 Qty 00023
UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 01/18/06 Line 0003 Qty 00020 UI EA
Deliver To: DEF DIST DEPOT SAN DIEGO By:
01/18/06 Line 0004 Qty 00018 UI EA Deliver To:
DEF DIST DEPOT CHERRY POINT NC By:
01/18/06 Approved source is 66258 550-044. The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP090006T71
62/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--HEADSET, ELECTRICAL
SOLICITATION: SP090006T7302
RESP DATE: 12/01/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
5965015040077 HEADSET, ELECTRICAL: Line
0001 Qty 00185 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 02/06/06 Line 0002 Qty
01098 UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 02/06/06 Approved source is 1JGL0
CEP199-C01. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP090006T73
02/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--SYNCHRO,RECEIVER
SOLICITATION: SP090006T7303
RESP DATE: 12/01/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbs@dscc.dla.mil
DESC: Proposed procurement for NSN
5990006608608 SYNCHRO,RECEIVER: Line 0001
Qty 00159 UI EA Deliver To: DISTRIBUTION
DEPOT HILL By: 12/23/05 Line 0002 Qty 00032 UI
EA Deliver To: DEF DIST DEPOT JACKSONVILLE
By: 12/23/05 Line 0003 Qty 00036 UI EA Deliver
To: XU DEF DIST DEPOT SAN JOAQUIN By:
12/23/05 The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available. Digitized
drawings and Military Specifications and Standards
may be retrieved, or ordered, electronically. All
responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP090006T73
47
03/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
NAICS Code: 334415
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Columbus, P O Box 3990,
Columbus, OH, 43218-3990
SUBJECT: 59 -- MICROCIRCUIT DIGITA
SOLICITATION: SP0920-06-Q-0209
RESP DATE: 12/05/05
CONTACT: Kenton Smith, Contract Specialist,
Phone 614-692-1677, Fax 614-692-6916, Email
kenton.smith@dscc.dla.mil - Vicky Trueblood,
Contract Specialist, Phone 614-692-7774, Email
Vicky.Trueblood@dscc.dla.mil
DESC: Copies of the RFP are available on DSCC
web-site http://dibbs.dscccols.com/rfp after 05
December 2005. Proposed procurement contains
Noun û Microcircuit, Digita under NSN
5962-01-259-8474. Approved source- Raytheon
Company (4U884) P/NÆs 259286-1 and 3904901-2
and Raytheon Company (82577) P/N 259286-1.
Specifications, plans or drawings are not available.
Other than Full and Open Competition applies. This is
an unrestricted procurement. Unit of issue is EACH.
While price may be a significant factor in the
evaluation of offers, the final award may be based
upon a combination of price, delivery, past
performance and other evaluation factors as described
in the solicitation. Various increments solicited from
1-12. Destinations may include any of DSCC stock
sites. Delivery schedule û210 days.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP0920-06-Q0209/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 334220
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Columbus, P O Box 3990,
Columbus, OH, 43218-3990
SUBJECT: 59 -- Antenna
SOLICITATION: SP0920-06-R-0028
RESP DATE: 01/17/06
CONTACT: Kenneth Planty, Contract Specialist,
Phone 614-692-8580, Email
Kenneth.Planty@dscc.dla.mil - Patricia Hodge,
Contract Specialist, Phone 614-692-7710, Email
Patricia.Hodge@dscc.dla.mil
DESC: PR No.: IQC05240009093
NSN: 5985-01-126-9333
ITEM DESCRIPTION: Antenna
Nurad Technologies Inc. (25223) P/N 9C27400
CONTRACT MINIMUM BUY QUANTITY: 7 each
VARIOUS INCREMENTS SOLICITED: From 7 to 9,
10 to 14, 15 to 19, 20 to 24, 25 to 29, and 30 to 40
GOVERNMENT REQUIRED DELIVERY
SCHEDULE: To be delivered at the rate of 20 each
every 120 days ADO and any balance at the rate of 20
each every 30 days thereafter.
SHIPMENTS: All shipments are to be made to
CONUS stock locations.
GOVERNMENT INSPECTION AND
ACCEPTANCE: Destination
FOB: Destination
TYPE OF SET-ASIDE: Unrestricted
OTHER THAN FULL AND OPEN COMPETITION
APPLIES:
This acquisition is for supplies for which the
Government does not possess complete, unrestrictive
technical data; therefore, the Government intends to
solicit and contract with only approved sources under
the authority of 10 U.S.C. 2304(c) (1).
Approved Sources are: Nurad Technologies Inc.
The proposed procurement is for an Indefinite
Quantity type Contract which contains an option to
extend the contract period one or more times at the
discretion of the Government. The total duration (base
plus option years) shall not exceed 5 years.
While prices may be a significant factor in the
evaluation of offers, the final award decision will be
based on a combination of price, delivery, past
performance, and other evaluation factors as described
in the solicitation.
The following Government-wide Numbered Note
applies: 26
This Solicitation is an RFP and will be available on the
Internet at http://dibbs.dscc.dla.mil/RFP/ on its issue
date of 2005-DEC-15. Hard copies are ônotö
available.
All responsible sources may submit an offer which
shall be considered.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP0920-06-R0028/listing.html
Desc: Link to FedBizOpps document.
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--ANTENNA
SOLICITATION: SP092006Q0196
RESP DATE: 11/25/05
CONTACT: Point of Contact - Russell Stoner,
Contract Specialist, (614)692-7577
DESC: Proposed procurement for NSN
5985013580159 ANTENNA: Line 0001 Qty 00100
UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 12/10/05 Approved source is 05LP8
D8013. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes may be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP092006Q01
96/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--ANTENNA
SOLICITATION: SP092006Q0200
RESP DATE: 11/22/05
CONTACT: Point of Contact - M. Augenstein,
Contract Specialist, (614)692-8523
DESC: Proposed procurement for NSN
5985015329884 ANTENNA: Line 0001 Qty 00042
UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 05/09/06 Approved source is 28916
COM231. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes may be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP092006Q02
00/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--ANTENNA SUBASSEMBLY
SOLICITATION: SP092006Q0201
RESP DATE: 11/30/05
CONTACT: Point of Contact - Marvin Horton,
Contract Specialist, (614)692-7981
DESC: Proposed procurement for NSN
5985011572806 ANTENNA SUBASSEMBLY: Line
0001 Qty 00125 UI EA Deliver To: DEF DIST
DEPOT JACKSONVILLE By: 10/25/05 Approved
source is 32554 1524AS100. The solicitation is an
RFQ and will be available at the link provided in this
notice. Hard copies of this solicitation are not
available. Specifications, plans, or drawings are not
available. All responsible sources may submit a quote
which, if timely received, shall be considered. Quotes
may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP092006Q02
01/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 59--RE-TERMINATION KIT
SOLICITATION: SP092006Q0203
RESP DATE: 12/09/05
CONTACT: Point of Contact - Peggy Morgan,
Contract Specialist, (614)692-5391
DESC: Proposed procurement for NSN
5999998568286 RE-TERMINATION KIT: Line 0001
Qty 00003 UI KT Deliver To: XU
TRANSPORTATION OFFICER By: 02/14/06
Approved source is U4756 T204-172-3600-DL. The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP092006Q02
03/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 16704;
COLUMBUS, OH 43216-5010
SUBJECT: 59--SUPPORT,ANTENNA
SOLICITATION: SP093506UF324
RESP DATE: 12/07/05
CONTACT: Point of Contact - Susan Knisley,
Contract Specialist, 6921274
DESC: The Government desires to award an Indefinite
Delivery Purchase Order (IDPO) agreement for a
period of one year, with 1 one year options, for NSN
5985014228524, SUPPORT,ANTENNA. Estimated
value is 46690.00 (base and option years). The
aggregate total dollar value of all orders, including the
initial order, shall not exceed $100,000. Approved
source is 23657 93010C0000. The solicitation is an
RFQ and will be available at the link provided in this
notice. Hard copies of this solicitation are not
available. Specifications, plans, or drawings are not
available. All responsible sources may submit a quote
which, if timely received, shall be considered. Quotes
must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP093506UF3
24/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 16704;
COLUMBUS, OH 43216-5010
SUBJECT: 59--SWITCH,RADIO FREQUE
SOLICITATION: SP093506UF421
RESP DATE: 12/07/05
CONTACT: Point of Contact - Susan Knisley,
Contract Specialist, 6921274
DESC: The Government desires to award an Indefinite
Delivery Purchase Order (IDPO) agreement for a
period of one year, with 1 one year options, for NSN
5985013009837, SWITCH,RADIO FREQUE.
Estimated value is 100000.00 (base and option years).
The aggregate total dollar value of all orders,
48
including the initial order, shall not exceed $100,000.
This is a source controlled drawing item. Approved
sources are 26916 037-003322-001; 53536
037-003322-001; 65628 301527; 96341 2956-9200.
The solicitation is an RFQ and will be available at the
link provided in this notice. Hard copies of this
solicitation are not available. The items furnished must
meet the requirements of the drawing cited in the
solicitation. Digitized drawings and Military
Specifications and Standards may be retrieved, or
ordered, electronically. All responsible sources may
submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP093506UF4
21/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 59--WIRING HARNESS
SOLICITATION: SPM4A606Q0832
RESP DATE: 11/16/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
5995001635816 WIRING HARNESS: Line 0001 Qty
00040 UI EA Deliver To: XU DEF DIST DEPOT
SAN JOAQUIN within 10 days ADOApproved
sources are 27456 114ES285-1; 71468 CH104107-2;
8P623 MEC1571-1. The solicitation is an RFQ and
will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes may be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A
606Q0832/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: N/A
======================================
60 - Fiber Optics Materials and Components,
Assemblies, and Accessories
======================================
DLA, DEFENSE SUPPLY CENTER COLUMBUS;
3990 EAST BROAD STREET; P.O. BOX 3990;
COLUMBUS, OH 43218-3990
SUBJECT: 60--CABLE ASSEMBLY,FIBE
SOLICITATION: SP093006Q0108
RESP DATE: 12/01/05
CONTACT: Point of Contact - Shirley Green,
Contract Specialist, (614)692-7426
DESC: Proposed procurement for NSN
6020014320563 CABLE ASSEMBLY,FIBE: Line
0001 Qty 00027 UI EA Deliver To: XU
TRANSPORTATION OFFICER By: 12/15/06
Approved source is 37695 A3248914. The solicitation
is an RFQ and will be available at the link provided in
this notice. Hard copies of this solicitation are not
available. Specifications, plans, or drawings are not
available. All responsible sources may submit a quote
which, if timely received, shall be considered. Quotes
may be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCC/SP093006Q01
08/listing.html
Desc: DEFENSE SUPPLY CENTER COLUMBUS
SETASIDE: N/A
======================================
61 - Electric Wire, and Power and Distribution
Equipment
======================================
NAICS Code: 221122
Department of the Army, Project and Contracting
Office, Joint Contracting Command-Iraq, PARC
Reconstruction, US Embassy Palace APO, Baghdad,
Iraq, AE, 09316
SUBJECT: 61 -- Mobile Substation
SOLICITATION: W91GXY-06-R-0013
RESP DATE: 12/27/05
CONTACT: william Cartis, Contracting Specialist,
Phone 703-544-1527, Email
william.cartis@pco-iraq.net
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation;
proposals are being requested and a written solicitation
will not be issued. The solicitation number is
W91GXY-06-R-0013. This purchase is issued as a
request for proposal (RFP). The solicitation document
and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 2005-05.
This is an unrestricted purchase. The NAICS code
assigned to this solicitation is 335311. The contract
line item is a 25MVA 132/33kV Mobile Substation
(specifications attached). This upcoming solicitation
will be a firm-fixed-price (FFP) contract for the
engineering, procurement, supply, erection and
commissioning of the electrical equipment necessary
for a mobile 25MVA 132/33kV substation for
Samarra, Iraq. Delivery will be not later than 180 days
following the date of award. The place of delivery is
the National Despatch Centre Baghdad, grid
co-ordinates N330 18Æ 37.82ö E440 31Æ 23.15ö.
The vendor shall arrange delivery by giving advance
notification in writing of 7 days to the Ministry of
Electricity, attention Mr.Haitham Taha, or Mr. Adel Al
Haboubi. Email: mee_transmission@yahoo.com.
This is a lowest price technically acceptable purchase.
Proposals will be evaluated against the evaluation
factors for acceptability/unacceptability. The
evaluation factors for award are: Delivery û Ability to
meet the schedule and destination, Past Performance û
Provide 3 examples of experience in similar conditions
within the previous three years for similar purchases,
Technical Data û The information submitted by the
Offeror will be evaluated for technical compliance
with the requirements set forth in the Project
Specifications. Offerors shall demonstrate compliance
by submission of items such as catalogue cuts,
engineering drawings, component specification and
technical data sheets, and Technical Capability û The
information submitted by the Offeror will be evaluated
to determine the extent of the OfferorÆs experience
with provision of, and quality control of, items similar
to those requested by the solicitation. Three
referenced projects similar to the solicitation
requirements should be submitted to demonstrate
familiarity with meeting code, specification, QA/QC,
and delivery requirements. Lowest price technically
acceptable offer will be awarded the contract. The
Federal Acquisition Regulation Provision 52.212-1
Instructions to Offerors - Commercial Items (Jan 2005)
is added by reference. The FAR provision at 52.212-3
Offeror Representations and Certifications Commercial Items, Alternate I, and the DFARS
provision at 252.212-7000 Offeror Representations
and Certifications-Commercial Items (JUN 2005) must
be completed and returned with your offer. The
clauses at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) and 52.233-4
Applicable Law for Breach of Contract Claim (Oct
2004) are added by reference. The clause at 52.212-5,
Contract Terms and Conditions Required To
Implement Statutes or Executive Orders - Commercial
Items (Jul 2005), applies to this acquisition; the
following additional FAR clauses apply as cited in this
clause and are applicable to this acquisition: (1) and
(15). DFARS Clause 252.212-7001 Contract Terms
and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions
of Commercial Items is added with the clause at
252.225-7021 Trade Agreements (JUN 2005)
applicable. The DFARS provision at 252.225-7020
Trade Agreements Certificate must be completed and
submitted with your offer. The DFARS Clause at
252.225-7041 Correspondence in English (Jul 1997),
is added. The clauses and provisions cited in this
announcement are available on-line at
http://farsite.hill.af.mil/. Offers are due to the
following electronic addresses not later than 27 Dec
05, 5pm Baghdad, Iraqi local time. Questions
regarding this combined synopsis/solicitation should
be submitted in writing via e-mail NLT 10 days
following the publication of this announcement. The
person to contact regarding this announcement is
Robert Mayfield, Contracting Officer û 703-544-1484,
robert.mayfield@pco-iraq.net., and William Cartis,
Contract Specialist û 703-544-1537,
william.cartis@pco-iraq.net.
URL:
http://www.fbo.gov/spg/USA/CPAIRAQ/APOAE/W9
1GXY-06-R-0013/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Iraq
POP ADDRESS: grid co-ordinates N33 degrees 18Æ
37.82ö E44 degrees 31Æ 23.15ö
Central Iraq
======================================
NAICS Code: 221122
Department of the Army, Project and Contracting
Office, Joint Contracting Command-Iraq, PARC
Reconstruction, US Embassy Palace APO, Baghdad,
Iraq, AE, 09316
SUBJECT: 61 -- mobile substation
SOLICITATION: W91GXY-R-05-0013
RESP DATE: 12/27/05
CONTACT: william Cartis, Contracting Specialist,
Phone 703-544-1527, Email
william.cartis@pco-iraq.net
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation;
proposals are being requested and a written solicitation
will not be issued. The solicitation number is
W91GXY-06-R-0013. This purchase is issued as a
request for proposal (RFP). The solicitation document
and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 2005-05.
This is an unrestricted purchase. The NAICS code
assigned to this solicitation is 335311. The contract
line item is a 25MVA 132/33kV Mobile Substation
(specifications attached). This upcoming solicitation
will be a firm-fixed-price (FFP) contract for the
engineering, procurement, supply, erection and
commissioning of the electrical equipment necessary
for a mobile 25MVA 132/33kV substation for
Samarra, Iraq. Delivery will be not later than 180 days
following the date of award. The place of delivery is
the National Despatch Centre Baghdad, grid
co-ordinates N330 18Æ 37.82ö E440 31Æ 23.15ö.
The vendor shall arrange delivery by giving advance
notification in writing of 7 days to the Ministry of
Electricity, attention Mr.Haitham Taha, or Mr. Adel Al
Haboubi. Email: mee_transmission@yahoo.com.
This is a lowest price technically acceptable purchase.
Proposals will be evaluated against the evaluation
factors for acceptability/unacceptability. The
evaluation factors for award are: Delivery û Ability to
meet the schedule and destination, Past Performance û
Provide 3 examples of experience in similar conditions
within the previous three years for similar purchases,
Technical Data û The information submitted by the
Offeror will be evaluated for technical compliance
with the requirements set forth in the Project
Specifications. Offerors shall demonstrate compliance
by submission of items such as catalogue cuts,
engineering drawings, component specification and
technical data sheets, and Technical Capability û The
information submitted by the Offeror will be evaluated
to determine the extent of the OfferorÆs experience
with provision of, and quality control of, items similar
49
to those requested by the solicitation. Three
referenced projects similar to the solicitation
requirements should be submitted to demonstrate
familiarity with meeting code, specification, QA/QC,
and delivery requirements. Lowest price technically
acceptable offer will be awarded the contract. The
Federal Acquisition Regulation Provision 52.212-1
Instructions to Offerors - Commercial Items (Jan 2005)
is added by reference. The FAR provision at 52.212-3
Offeror Representations and Certifications Commercial Items, Alternate I, and the DFARS
provision at 252.212-7000 Offeror Representations
and Certifications-Commercial Items (JUN 2005) must
be completed and returned with your offer. The
clauses at 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003) and 52.233-4
Applicable Law for Breach of Contract Claim (Oct
2004) are added by reference. The clause at 52.212-5,
Contract Terms and Conditions Required To
Implement Statutes or Executive Orders - Commercial
Items (Jul 2005), applies to this acquisition; the
following additional FAR clauses apply as cited in this
clause and are applicable to this acquisition: (1) and
(15). DFARS Clause 252.212-7001 Contract Terms
and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions
of Commercial Items is added with the clause at
252.225-7021 Trade Agreements (JUN 2005)
applicable. The DFARS provision at 252.225-7020
Trade Agreements Certificate must be completed and
submitted with your offer. The DFARS Clause at
252.225-7041 Correspondence in English (Jul 1997),
is added. The clauses and provisions cited in this
announcement are available on-line at
http://farsite.hill.af.mil/. Offers are due to the
following electronic addresses not later than 27 Dec
05, 5pm Baghdad, Iraqi local time. Questions
regarding this combined synopsis/solicitation should
be submitted in writing via e-mail NLT 10 days
following the publication of this announcement. The
person to contact regarding this announcement is
Robert Mayfield, Contracting Officer û 703-544-1484,
robert.mayfield@pco-iraq.net., and William Cartis,
Contract Specialist û 703-544-1537,
william.cartis@pco-iraq.net.
URL:
http://www.fbo.gov/spg/USA/CPAIRAQ/APOAE/W9
1GXY-R-05-0013/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: Iraq
======================================
NAICS Code: 336413
DEPARTMENT OF THE AIR FORCE; 3001 STAFF
DR;BLDG 3001 STE 1AH100A; TINKER AFB; OK;
73145
SUBJECT: 61--INVERTER,POWER,STAT
SOLICITATION: FA8103-06-Q-0214
RESP DATE: 12/19/05
CONTACT: Schoronda Y Green, Phone
405-739-4101, Fax 000-000-0000, Email
schoronda.green@tinker.af.mil
DESC: PR Number(s): FD20300622212 Item: 0001
NSN: 6130010127039HYHY
INVERTER,POWER,STAT P/N: 60B40023-3,
Description: Total Line Item Qty: 5.0000 Destn:
FB2039,Tinker AFB,OK.,73145-9013. Delivery:
31DEC2007, 5.00 The anticipated award date will
be:31DEC2005 Electronic procedure will be used for
this solicitation. Caution: The drawings which will be
furnished under this RFP and any resultant contract
are proprietary to the Boeing Company.Firms
interested in proposing on this RFP must have on file
a current OC-SAF/66, "Rights Guard Certificate",
signed by an individual authorized to bind your
company, or the bid package will not be furnished.
This certificate may be obtained from
OCALC/PKXDA, Tinker AFB OK 73145-5320. Note:
While price will be a significant factor in the
evaluation of offers, the final contract award decision
may be based upon a combination of price and past
performance factors as detailed in the solicitation.
Note: An Ombudsman has been appointed to hear
concerns from 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 source of the concern. The Ombudsman does not
participate in the evaluation of proposals or in the
source selection process. Interested parties are invited
to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION
REQUESTS. Request for Written Quotation will be
issued. The anticipated award date will be 60 days
after the issuance of this notice. The proposed contract
action is for supplies and services for which the
Government intends to solicit and negotiate with only
one, or a limited number of sources under the authority
of FAR 6.302. Interested persons may identify their
interest and capability to respond to the requirement or
submit proposals. This notice of intent is not a request
for competitive proposals. However, all proposals
received within forty five-days (thirty days if award is
issued under an existing basic ordering agreement)
after date of publication of this synopsis will be
considered by the Government. A Determination by
the Government not to compete this proposed contract
based upon responses to this notice is solely within the
discretion of the Government. Information received
will normally be considered solely for the purpose of
determining whether to conduct a competitive
procurement. Award will be made only if the offeror,
the product/service, or the manufacturer meets
qualification requirements at the time of award in
accordance with FAR clause 52.209-1. The
solicitation identifies the office where additional
information can be obtained concerning qualification
requirements as cited in each individual solicitation.
Specifications, plans, or drawings relating to the
procurement described are incomplete or not available
and cannot be furnished by the Government. See
Note(s) 22 and 23.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8103-06-Q-0214/listing.html
Desc: Link to FedBizOpps document.
EMAIL: schoronda.green@tinker.af.mil
Desc: Schoronda Green
SETASIDE: N/A
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 61 -- solicitation - cable assembly 6150
01 308 8499pr
SOLICITATION: FA8104-06-Q-52774
RESP DATE: 12/21/05
CONTACT: Sharla Flowers, Contract Negotiator,
Phone 405-739-4478, Fax 405-739-5493, Email
Sharla.Flowers@tinker.af.mil - John McKeel,
Contracting Officer, Phone 405-739-5492, Fax
405-739-5493, Email john.mckeel@tinker.af.mil
DESC: NO SYNOPSIS REQUIRED DUE TO
DOLLAR AMOUNT
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA
8104-06-Q-52774/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 335999
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 61 -- Indefinite Quantity Contract for a
HMMMMV Cover, Battery Box
SOLICITATION: SP0406-06-R-0435
RESP DATE: 01/09/06
CONTACT: Jackie Brown, Contract Specialist,
Phone 804-279-3399, Email Jackie.Brown@dla.mil Gail Edwards, Contract Specialist (Contractor), Phone
(804)279-6851, Fax (804)279-3881, Email
gedwards@dscr.dla.mil
DESC: This solicitation will contain one NSN for a
Cover, Battery Box. This solicitation will be solicited
for award of an indefinite quantity contract. The
award will be for a base year and four option yearsThe
NSN, and Estimated Annual Quantity (EAQ) are as
follows: NSN: 6160-01-384-0325; Base Year AEQ:
5,144 each; Option Year AEQ: 5,144 each. Delivery:
FOB: Destination; Inspection/ /Acceptance:
Destination; 47 days ARO. Specifications, plans or
drawings related to the procurement described are
available and can be furnished by the Government.
The final contract award decision may be based upon a
combination of price, past performance, and other
evaluation factors as described in the solicitation. The
solicitation issue date is on or about 8 December 05.
The anticipated award date is 28 February 06.
Reference notes 1, 23 and 26.
A copy of the solicitation will be available via the
DLA Procurement Gateway at
http://progate.daps.dla.mil on the issue date cited in
the RFP. From the Gateway homepage, select ôSearch
RFPsö 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.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0406-06-R0435/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ZIP: 23297-5000
POP ADDRESS: Defense Supply Center Richmond
8000 Jefferson Davis Hwy
Richmond, VA
======================================
NAICS Code: 335999
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 61 -- Indefinite Quantity Contract for a
HMMMV Vehicle Retainer, Battery
SOLICITATION: SP0406-06-R-0436
RESP DATE: 01/09/06
CONTACT: Jackie Brown, Contract Specialist,
Phone 804-279-3399, Email Jackie.Brown@dla.mil Gail Edwards, Contract Specialist (Contractor), Phone
(804)279-6851, Fax (804)279-3881, Email
gedwards@dscr.dla.mil
DESC: This solicitation will contain one NSN for a
Retainer, Battery. This solicitation will be solicited for
award of an indefinite quantity contract. The award
will be for a base year and four option years. The
NSN, and Estimated Annual Quantity (EAQ) are as
follows: NSN: 6160-01-184-0643; Base Year AEQ:
9,804 each; Option Year AEQ: 9,804 each. Delivery:
FOB: Destination; Inspection/ /Acceptance:
Destination; 30 days ARO. Specifications, plans or
drawings related to the procurement described are
available and can be furnished by the Government.
The final contract award decision may be based upon a
combination of price, past performance, and other
evaluation factors as described in the solicitation. The
solicitation issue date is on or about 8 December 05.
The anticipated award date is 28 February 06.
Reference notes 1, 23 and 26.
A copy of the solicitation will be available via the
DLA Procurement Gateway at
http://progate.daps.dla.mil on the issue date cited in
the RFP. From the Gateway homepage, select ôSearch
RFPsö from the left-hand sidebar. Then choose the
50
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.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0406-06-R0436/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ZIP: 23297-5000
POP ADDRESS: Defense Supply Center Richmond
8000 Jefferson Davis Hwy
Richmond, VA
======================================
NAICS Code: 335931
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 61 -- 6150-01-073-0736 LEAD,
ELECTRICAL
SOLICITATION: SP0406-06-R-0669
RESP DATE: 12/02/05
CONTACT: Larry Brown, Contract Specialist
(Contractor), Phone (804)279-3282, Fax
(804)279-4505, Email lcbrown@dscr.dla.mil - Myra
Farris, Contract Specialist (Contractor), Phone
(804)279-3768, Fax (804)279-1665, Email
myra.farris@dla.mil
DESC: LEAD, ELECTRICAL UNISON
INDUSTRIES, INC. CAGE 59501, P/N:
10-395-047-2; FEDERAL-MOGUL AVIATION,
INC., CAGE: 0AFL4, P/N: 53095. This solicitation
will result in the award of an Indefinite Quantity
Contract for a one-year base period and four one-year
options periods. Quantity for delivery orders can range
from a minimum of 219 each to a estimated annual
maximum of 876 each for the base and option years
with a maximum contract quantity of 1752 for each
year.
Inspection/ Acceptance is Origin.
FOB Destination
Shipping locations include Stockton, CA and New
Cumberland, PA
Surge is required. The anticipated award date is 60-90
days after closing date.
Technical Data Package Availability: DSCR does not
currently have an approved technical data package
available for this NSN. Please do not submit requests
for TDPs to DSCR-VABA.
All responsible sources may submit an offer, which
will be considered.
Notes 12 and 26 apply to this procurement. A copy of
the solicitation will be available via the DLA
Procurement Gateway at http://progate.daps.dla.mil on
the issue date cited in the RFP. From the Gateway
homepage, select ôSearch RFPsö 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. The software
is available free at http://www.adobe.com. A paper
copy of this solicitation will not be available to
requestors. The solicitation issue date is 02 December
2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0406-06-R0669/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 335931
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 61 -- 6150-01-376-2053 WIRING
HARNESS
SOLICITATION: SP040606R0648
RESP DATE: 01/03/06
CONTACT: Larry Brown, Contract Specialist
(Contractor), Phone (804)279-3282, Fax
(804)279-4505, Email lcbrown@dscr.dla.mil - Myra
Farris, Contract Specialist (Contractor), Phone
(804)279-3768, Fax (804)279-1665, Email
myra.farris@dla.mil
DESC: WIRING HARNESS BRANCHED. This
solicitation will result in the award of an Indefinite
Quantity Contract for a one-year base period and four
one-year options periods. Quantity for delivery orders
can range from a minimum of 26 each to a estimated
annual maximum of 104 each for the base and option
years with a maximum contract quantity of 208 for
each year.
Inspection/ Acceptance is Origin.
FOB Destination
Shipping locations include Stockton, CA and New
Cumberland, PA
First Article Testing and surge ARE required. The
anticipated award date is 60-90 days after closing date.
Technical Data Package Availability: DSCR does
currently have an approved technical data package
available for this NSN. Please submit all requests for
TDPs to DSCR-VABA.
All responsible sources may submit an offer, which
will be considered.
Notes 26 and 29 apply to this procurement. A copy of
the solicitation will be available via the DLA
Procurement Gateway at http://progate.daps.dla.mil on
the issue date cited in the RFP. From the Gateway
homepage, select ôSearch RFPsö 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. The software
is available free at http://www.adobe.com. A paper
copy of this solicitation will not be available to
requestors. The solicitation issue date is 02 December
2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP040606R06
48/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Service-Disabled Veteran-Owned
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 61--INVERTER,POWER,STAT
SOLICITATION: SPM40006T5597
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
6130012024587 INVERTER,POWER,STAT: Line
0001 Qty 00006 UI EA Deliver To: XU
TRANSPORTATION OFFICER By:
07-AUG-06Approved source is 74025 PC-16-2. The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
006T5597/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 61--OVERCURRENTDEVICE
SOLICITATION: SPM40006T5629
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
6110010744226 OVERCURRENTDEVICE: Line
0001 Qty 00002 UI EA Deliver To: XU
TRANSPORTATION OFFICER By:
02-DEC-06Approved source is 30086 610704T03.
The solicitation is an RFQ and will be available at the
link provided in this notice. Hard copies of this
solicitation are not available. Specifications, plans, or
drawings are not available. All responsible sources
may submit a quote which, if timely received, shall be
considered. Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
006T5629/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: N/A
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 61--REGULATOR,VOLTAGE
SOLICITATION: SPM40006T5647
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
6110014755479 REGULATOR,VOLTAGE: Line
0001 Qty 00004 UI EA Deliver To: USS DWIGHT D
EISENHOWER CVN 69 By: 07-NOV-05Approved
sources are 97520 9 1256 00 106; 97520 SR125E. The
solicitation is an RFQ and will be available at the link
provided in this notice. Hard copies of this solicitation
are not available. Specifications, plans, or drawings
are not available. All responsible sources may submit a
quote which, if timely received, shall be considered.
Quotes must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
006T5647/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
63 - Alarm and Signal, and Security Detection
Systems
======================================
NAICS Code: 561621
Department of Agriculture, Animal and Plant Health
Inspection Service, Veterinary Services, 1800 Dayton
Avenue, AMES, IA, 50010
SUBJECT: 63 -- Security installation
SOLICITATION: FBO-DO27140
RESP DATE: 11/21/05
CONTACT: Deborah Brock, Lead Purchasing Agent,
Phone 5156637574, Fax 5156637247, Email
Deborah.Brock@aphis.usda.gov
DESC: The United States Department of Agriculture
(USDA), Animal and Plant Health Inspection Service
(APHIS), National Veterinary Services Laboratories
(NVSL), Ames, Iowa has a requirement for installation
of Cat II access controls. The USDA, NVSL intends to
negotiate solely with Communications Engineering
Company for material and labor. Installer must be a
certified Lenel VAR and must have a current security
clearance with the USDA. The system will connect to
the existing security system. As built drawings are
required to be provided. Completion of installation is
required on or before December 15, 2005 in order to
test and validate operation. Proposals and
Representations and Certifications may be faxed to
Attn: Deborah Brock (515)663-7247 or emailed
(Deborah.K.Brock@APHIS.USDA.gov) by 10:00 a.m.
CST November 21, 2005. Simplified procurement
procedures will be used as well as commercial item
acquisition regulations per FAR 12. This is a
COMBINED SYNOPSIS/SOLICITATION for
commercial items prepared in accordance with the
format in Subpart 12.6 as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation.
Quotations are being requested and a written
solicitation will not be issued. This solicitation
document incorporates provisions and clauses which
are in effect through the current Federal Acquisition
51
Circular. Applicable FAR clauses are incorporated by
reference: Instructions to Offerors û Commercial items
52.212-1; Evaluation-Commercial Items 52.212-2;
Offeror Representations and Certifications 52.212-3;
Contract Terms and Conditions û Commercial Items
52.212-4; Prohibition of segregated facilities
52.222-21; Equal Opportunity 52.222-26; Equal
Opportunity for Special Disabled Veterans, Veterans
of the Vietnam Era, and Other Eligible Veterans
52.222-35; Affirmative Action for Workers with
Disabilities 52.222-36; Employment Reports on
Special Disabled Veterans; Veterans of the Vietnam
Era, and Other Eligible Veterans 52.222-37;
Installment Payments on Commercial Items
52.232-30; Payment by Electronic Funds Transfer û
Central Contractor Registration 52.232-33.
All responsible sources may submit a quotation for
consideration. NOTE: 52.212-3 NEEDS TO BE
COMPLETED AND RETURNED WITH THE
OFFERORS QUOTE. The following evaluation
process is used in accordance with 52.212-2
Technical capability, past performance, and price,
trade off process, best value to the Government.
Non-price related factors are significantly more
important than price.
URL:
http://www.fbo.gov/spg/USDA/APHIS/NVSL/FBO-D
O27140/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 50010
POP ADDRESS: USDA, APHIS, NVSL
Ames, IA
======================================
NAICS Code: 334513
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 63 -- ANNUNCIATOR ASSEMBLY
SOLICITATION: FA8505-06-Q-20050
RESP DATE: 12/02/05
CONTACT: William (Mike) Weaver, Contract
Specialist, Phone (478)926-4741, Fax (478)926-7544,
Email William.Weaver@robins.af.mil
DESC: Spares (applicable to the F-15 aircraft) to be
purchased: Item 0001: NSN 6340-01-470-7526FX;
P/N 50880-8; NOUN: Annunciator Assembly; QTY:
BASIC 9 EA; Option I BEQ 16, Option II BEQ 16;
Dimensions: 3öx 4öx 6.5ö; Material: Aluminum and
plastic; Function: provides a visual indication when
certain systems malfunction on the F-15 aircraft.
Delivery: 31 Mar 06 for Basic and TBD for Option I
and II; Sole Source: Mark Electronics (0PPN6). Notes
22 and 26 are applicable.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
05-06-Q-20050/listing.html
Desc: Link to FedBizOpps document.
======================================
65 - Medical, Dental, and Veterinary Equipment
and Supplies
======================================
Attn: Department of Veterans Affairs So. Texas Health
Care System, Audie L. Murphy Division, 7400 Merton
Minter Boulevard, San Antonio, Texas 78229-4404
SUBJECT: 65--65 -65-RADIOPHARMACEUTICAL PRODUCTS
SOLICITATION: 671-17Q-06
RESP DATE: 11/28/05
CONTACT: Contracting Officer - Sally A. Lanoue,
Contracting Officer, Ph:(210) 617-5153, Fx:(210)
617-5255
DESC: This is a combined synopsis/solicitation for
commercial services prepared in accordance with the
format in FAR subpart 12.6, as supplemented with
additional information included in this notice for the
South Texas Veterans Health Care System (STVHCS).
This announcement constitutes the only solicitation;
Request for Quote (RFQ) 671-17Q-06, a written
solicitation will not be issued. Solicitation documents
and incorporated provisions and clauses are those in
effect through federal acquisition circular 2005-06.
NAICS 325412 with business size standard 750
employees. STVHCS has a requirement for
radiopharmaceutical products. Prospective vendors
are required to submit written proposal for the
following radiopharmaceuticals as per order basis:
Metastron Sr-89, 4 mCi - 2 EA, In-111 WBC
Labeling - 24 EA, Ceretec for Brain Studies- 6 EA,
I-123 Sodium Iodide 200 uCi Capsules- 6 EA, In-111
Octreoscan- 1 EA, In-111 DTPA 1.5 mCi -2 EA.
These quantities reflect yearly estimates. Pricing
should be submitted on letterhead paper, address
multiyear pricing, Base year and one additional option
year,in accordance with the following requirements:
Contractor and all sub-contractors must be licensed by
the Nuclear Regulatory Commission and be regularly
established in the business of providing
radiopharmaceuticals. Offerors must provide copies of
licenses and certifications along with the offer.
Contractor will provide quality assurance reports upon
request, employ highly experienced and have
monitored and controlled clean room conditions.
Radiopharmaceuticals may be ordered up to 5:00 pm
each day. Orders will be placed on an as needed basis.
Delivery is required within 60 minutes of placing the
order business hours, 0730-1700, per day 5 days per
week, carrying a proper bill of lading and emergency
response instruction with each shipment of radioactive
material. If needed, the Contractor will provide
unit-dose radiopharmaceuticals on Saturday and
Sunday. Contractor will provide leukocyte and platelet
labeling services, including weekends. If the volume
warrants, leukocyte and platelet labeling will be
available as same day service. Contractor will provide
monthly invoices with complete itemized list of all
procedures performed during the month, listed by
prescription number, patient name, procedure, date
and time and individual cost per item listed. Orders
will be placed daily on an as needed basis by
authorized employees. Individual radiopharmaceutical
will be provided in unit dose form and will be
delivered at the request of the VA. Contractor will
provide 24-hour on-call service for emergency
procedures. Submit quotes to Sally Lanoue (90C) at
the above address, NLT C.O.B. November 28,
2005.ááQuotes should be marked with the request for
quote number 671-17Q-06. Oral Quotes will not be
accepted, faxed quotes must be followed up with a
verbal confirmation of receipt. ALL OFFERORS ARE
TO INCLUDE A COMPLETED COPY OF THE
PROVISIONS AT 52.212-3, OFFEROR
REPRESENTATIONS AND CERTIFICATIONS
COMMERCIAL ITEMS WITH OFFER. The
following FAR clauses and provisions are applicable
to this solicitation: 52.212-1, Instructions to
Offerors-Commercial Items, 52.212-4, Contract Terms
and Conditions--Commercial Items; 52.204-7 Central
Contractor Registration; 52.247-34, F.O.B. Destination, 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive
Orders--Commercials Items; The following FAR
clauses identified at paragraph b of 52.212-5 are
considered checked and are applicable to this
acquisition: (15-20),(24i),(26)(32) section (c) (1),(2)
52.219-1 Small Business Program Representations,
52.232-18 Availability of Funds, 52.232-19
Availability of Funds for the Next Fiscal Year, VAAR
clauses: 852.216-70 Estimated quantities for
requirements contracts, 852.219-70 Veteran-owned
Small Business, clause 852.211-77 Brand name or
equal, 852.270-4 Commercial Advertising, and Wage
Determination Number 1994-2521(Rev 29) applies.
The full text of previous clauses may be accessed
electronically at this address: www.arnet.gov/far. For
any further information contact the contracting officer,
Sally Lanoue at 210-617-5153. Offerors are advised
that they are responsible for obtaining amendments.
Signing up for the bidders list in FedBizOpps will
automatically electronically provide you with any
amendment notification to this solicitation. The
successful offeror must be registered with the Central
Contractor Registration (CCR) and sign a Business
Associate Agreement (BAA) to be awarded a contract.
You may register in CCR easily and quickly on-line at
http://www.ccr.gov, a sample copy of the BAA will be
provided upon request.
URL:
http://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/67
1-17Q-06/listing.html
Desc: Link to FedBizOpps document.
EMAIL: sally.lanoue@med.va.gov
Desc: Sally A. Lanoue
SETASIDE: N/A
======================================
Attn: Department of Veterans Affairs National
Acquisition Center, (049A1), P.O. Box 76, Building
No. 37, Hines, Illinois 60141
SUBJECT: 65--65 -- Insulin Syringes w/ Needles
SOLICITATION: 797-NC-06-0004
RESP DATE: 01/03/06
CONTACT: Contracting Officer - Maria Alba,
Contract Specialist, Ph:(708) 786-4943, Fx:(708)
786-5221
DESC: The VA National Acquisition Center will issue
RFP 797-NC-06-0004 for the Department of Veterans
Affairs (VA), Department of Defense (DoD), Indian
Health Service (IHS) and Bureau of Prison (BOP)
requirements for Insulin Syringes w/ needles. The
solicitation will include two Family Groups which are
reflected below as Family Group 1 and Family Group
II. The descriptions and estimated annual usage for
Group I is as follows: Insulin Syringe w/ needle 29-30
Gauge X 0.5 inches, 0.5ml graduations of 0.02ml, 2
units of insulin, latex-free is 771,000; Insulin Syringe
w/ needle 29-30 Gauge X 0.5 inches, 1ml, graduations
of 0.02ml, 2 units of insulin, latex free is 630,000;
Insulin Syringe w/ needle 29-30 Gauge X 0.5 inches,
0.3ml, graduations of 0.02ml, 2 units of insulin, latex
free is 17,200 and Insulin Syringe w/ needle 30-31
Gauge X 0.3125-0.375 inches, 0.3ml, graduations of
0.02ml, 2 units of insulin, latex free is 11,650. The
description and estimated annual usage for Group II is
Insulin Syringe w/ needle 29-30 Gauge X 0.5 inches,
1ml, dual scale markings from 10-100 and 5-95 units,
latex free is 77,000. The estimated quantities listed
above are for VA, DoD, IHS, and BOP. The contract
period will be for one year plus four one-year option
periods. The contract items will be distributed through
the VA and DoD Pharmaceutical Prime Vendors
(PPV). The solicitation will be available for
downloading, on or about the issue date of December
1, 2005. Offers will be due by 4:00 pm Central
Standard Time on January 3, 2006. If a paper copy of
this solicitation is desired please fax written requests
to Maria E. Alba @ (708) 786-4943 or e-mail
alba.maria@med.va.gov.
URL:
http://www.fbo.gov/spg/VA/VANAC/VANAC/797-N
C-06-0004/listing.html
Desc: Link to FedBizOpps document.
EMAIL: alba.maria@med.va.gov
Desc: Maria Alba
SETASIDE: N/A
======================================
NAICS Code: 423450
Department of the Navy, Bureau of Medicine and
Surgery, NMC Portsmouth, 54 Lewis Minor St,
Portsmouth, VA, 23708-2297
SUBJECT: 65 -- Genzyme Diagnostics & Quidel
Corp. Test Kits
SOLICITATION: N00183-06-T-0022
RESP DATE: 11/23/05
CONTACT: Carolyn Johnson, Purchasing Agent,
Phone 757-953-5740, Fax 757-953-5738, Email
acjohnson@mar.med.navy.mil - Peggy Klingensmith,
Supervisory Contract Specialist, Phone 757-953-7547,
Fax 757-953-5738, Email
pkklingensmith@mar.med.navy.mil
52
DESC: Genzyme Diagnostics Part Number
124-OSOM hCG Combo Test Kit, 25 Tests/Kit;
Quidel Corporation Part Number 20121-QuickVue
Plus Infectious Mononucleosis Test Kit, 20 Tests/Kit.
This requirement is for a Standing Order (FY'06) for
the Laboratory Department at Naval Medical Center,
Portsmouth, VA. Hard copy of solicitation will be
available on Friday, 18 Nov 2005. SEE NOTE 22.
URL:
http://www.fbo.gov/spg/DON/BUMED/N00183/N001
83-06-T-0022/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 23708-2297
POP ADDRESS: Naval Medical Center, Materiel
Management Department, Contracting Division, 54
Lewis Minor Street, Portsmouth, VA
======================================
NAICS Code: 334510
Department of the Air Force, Air Mobility Command,
60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB,
CA, 94535
SUBJECT: 65 -- Alice 5 Acquisition System
SOLICITATION:
Reference-Number-FM442752310651
RESP DATE: 11/29/05
CONTACT: Edward Farmer, Contract Specialist,
Phone 707-424-7737, Fax 707-424-0288, Email
edward.farmer@travis.af.mil - Rodney Alcantara,
Contracting Officer, Phone 707-424-7727, Fax
707-424-0288, Email rodney.alcantara@tavis.af.mil
DESC: Travis AFB intends to award a sole-source
purchase order for 2 polysomnography, Alice 5 Sleep
Systems to Respironics. Respironics is the
manufacturer of a non-network capable version of the
equipment currently in use at the hospital. All
responsible sources may submit a quotation, which
shall be considered by the agency. NAICS Code
334510 applies. SIC 3842 applies. Contractors must
be actively registered with the Central Contractor
Registration (CCR) site at www.ccr.gov. Please send
any response to edward.farmer@travis.af.mil or fax to
(707) 424-0288 NO LATER THAN 29 Nov 05, 3:00
PM, PST. Point of contact is Edward Farmer,
Contract Specialist, telephone (707) 424-7737.
URL:
http://www.fbo.gov/spg/USAF/AMC/60CONS/Refere
nce-Number-FM442752310651/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: United States
POP ZIP: 94535
POP ADDRESS: 60 CONS, 350 Hangar Ave., Bldg
549, Travis AFB, Fairfield, CA
======================================
66 - Instruments and Laboratory Equipment
======================================
NAICS Code: 333999
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 66 -- Microwave Signal Generator
SOLICITATION: FA8517-06-Q-70189
RESP DATE: 12/17/05
CONTACT: Charles Williams, Contract Specialist,
Phone (478)222-1876, Fax (478) 222-1852, Email
Charles.Williams3@robins.af.mil
DESC: NSN: 6625-01-533-4056KV
P/N: MG3692B-RFMTS NHA: AN/USM-643
NOUN: SIGNAL GENERATOR
QTY: 6 EA. OPTIONS 2007 @ 1-10 EACH & 2008
@ 1-10 EA.
FORM/FUNCTION: Signal Generator Rack Mount
0.1 to 67.
SIZE/DIMENSION: H-133mm, W-429mm,
Weight-18kg
PREDOMINANT MATERIAL OF MANUFACTURE:
Anritsu Co. CC/OT1F7
NOTE: SOLE SOURCE: CAGE CODE 0T1F7
No data or drawings available.
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
17-06-Q-70189/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 334516
Department of the Air Force, Air Force Materiel
Command, HSW - 311 Human Systems Wing, 311th
HSW/PK 8150 Aeromedical Road, Brooks AFB, TX,
78235-5123
SUBJECT: 66 -- Tunable Laser System
SOLICITATION:
Reference-Number-F1JBAB5297A100
RESP DATE: 11/22/05
CONTACT: Beatrice Hernandez, Contracting SCEP
Intern, Phone 210-536-2626, Fax 210-536-1918,
Email Beatrice.Hernandez@brooks.af.mil - Grace
Elizalde, Contract , Phone 210-536-6216, Fax
210-536-2097, Email grace.elizalde@brooks.af.mil
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation;
proposals are being requested and a written solicitation
will not be issued. The solicitation document and
incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 2005-02. The
associated North American Industry Classification
System (NAICS) for this procurement is 334516 and
the size standard is 500 employees. This requirement
is a set aside for Total Small Business.
The requirements of the laser are as follows: the laser
must be a continously Q-switched pulse laser, must
generate computer controlled wavelenghts varying
from an ideal desired to continously tuning band of
210 - 2300nm, scan steps must be greater than 1nm,
output energy pulse must be greater than or equal to at
least .5mj, pulse width must be at less than 10ns per
pulse, pulse repetition frequency must be at least 10hz,
pulse energy stability within one standard deviation
must be less than 5 percent, laser's linewidth less than
or equal to 5cm^-1, laser beam will have a 1/e
divergence of less than 2mrad, should be able to use
closed cycle cooling, 208- 240 VAC single phase 60
Hz wall power, installed and configured to operate,
product warranty of no less than 90 days, and include
a user or operator's manual.
The provision at FAR Part 52.212-1, Instruction to
Offerors û Commercial, applies to this acquisition.
The following FAR provisions apply to this
solicitation: FAR 52.212-4, Contract Terms and
Conditions-Commercial Items; 52.232-33, Mandatory
Information for Electronic funds Transfer Payment;
DFAR 252.204-7004, Required Central Contractor
Registration and DFAR 252.232-7003, Electronic
Submission of Payment Requests. The clause at
52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial
Items, applies to this acquisition, including
subparagraphs (11), (12), (13), (14), (15), and (17).
Firms that recognize and can provide the requirement
described above are requested to submit a quote and
provide technical capability proposal. Award will be
made to the offeror whose offer represents the best
value for the government. All responses received by
the due date will be considered by the government.
URL:
http://www.fbo.gov/spg/USAF/AFMC/HSW/Referenc
e-Number-F1JBAB5297A100/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 78235
POP ADDRESS: Brooks City-Base, TX
======================================
Attn: Department of Veterans Affairs Connecticut
Health Care System, Contracting Officer, (90C), 950
Campbell Avenue, Bldg. 11, West Haven, Connecticut
06516
SUBJECT: 66--66 -- Centron Enironmental Tower
monitot
SOLICITATION: 00241-06-00824
RESP DATE: 11/23/05
CONTACT: Point of Contact - James Corbett,
Contracting Officer, Ph: (203) 937-4713, Fx:(203)
937-3089, Contracting Officer - James Corbett,
Contracting Officer, Ph:(203) 937-4713, Fx:(203)
937-3089
DESC: The VA Connecticut Healthcare System
intends to negotiate sole source procurement with Rees
Scientific, 1007 Whitehead Road, Trenton, NJ 08638
to acquire a Centron Environmental Monitor tower
unit with powerful 667 MHz processor. VA
Connecticut requires a replacement/upgrade to
existing to provide continuity regarding the security
system inthe animal research lab. This procurement is
under the authority of FAR 6.302. The Government
will consider all proposals received by 11/230/05. A
determination based upon responses to this notice is
solely within the discretion of the Government.
Information received will be considered solely for the
purpose of determining whether to conduct a
competitive procurement. See note22_
URL:
http://www.fbo.gov/spg/VA/WHVAMC/VAMCCO80
220/00241-06-00824/listing.html
Desc: Link to FedBizOpps document.
EMAIL: james.corbett2@med.va.gov
Desc: James Corbett
SETASIDE: N/A
POP COUNTRY: United States
POP ZIP: 06516
POP ADDRESS: 950 Campbell Avenue
======================================
NAVICP, 5450 CARLISLE PIKE, P.O. BOX 2020
MECHANICSBURG, PA 17055-0788
SUBJECT: 66---Voltmeter
SOLICITATION: N0010405RXA42
RESP DATE: 12/19/05
CONTACT: Contact Point, Rick D Rhoades,
0214.16, (717)605-3234, Fax, (215)697-3161, Twx,
Not-avail
DESC: NSN 7Z-6625-01-310-5497-TE, SPEC NR
TDP VER 006, Qty 1 EA, Deliver to Def Dist Depot
Norfolk Va Norfolk VA --This is a request for a 5 year
requirements contract with an estimated quantity of
200 each for the proposed contract term.\ The
specification can be viewed at www.navicpmart.org\
click on purchase descriptions and key in 2005
solicitations. The specification is dated 14 October
2005.\, See Notes 9,26*****
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N000104/N0
010405RXA42/listing.html
Desc: NAVICP BUSINESS OPPORTUNITIES
======================================
NAICS Code: 339111
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
Bethesda, MD, 20892-5455
SUBJECT: 66 -- AKTA FPLC System
SOLICITATION: NIH-NIDDK-06-611
RESP DATE: 12/14/05
CONTACT: Dana Harris, Contract Specialist, Phone
301-594-9987, Fax 301-480-4226, Email
harrisd@extra.niddk.nih.gov
DESC: The National Institutes of Health (NIH),
National Institute of Child Health and Human
Development (NICHD) has a requirement to procure a
ATKA Fast Protein Liquid Chromatography (FPLC)
with FRAC 920 system for the Laboratory of Cellular
and Molecular Neurophysiology for Preparative and
Analytical Protein Purification to support
crystallographic projects in the laboratory. Currently
the laboratory has an existing system but due to the
over utilization of the system the laboratory is seeking
53
an additional system to support all of our protein
purification requirements. The system should be
compatible with the existing system and specifications
shall include: 1) Model P-920 system pump; 2) Mixer
for precision gradient formation; 3) Injection valve; 4)
Wide range of optional filters for detection of proteins
and peptides; 5) Collector for collecting 175 fractions
in 12mm tubes up to 95 fractions in 18mm tubes; 6)
UNICORN software package system. A statement of
work will be attached to the Request for Quote (RFQ)
package. Responsible vendors that are capable of
providing NICHD with the services described above
may request a copy of the RFQ in writing or by FAX
to 301-480-4226 to the Contracting Officer prior to the
closing date of this notice. It is anticipated that RFQ
NIH-NIDDK-06-611 will be available fifteen (15) days
after the publication of this notice. Receipt of
quotations will be due ten (10) days after the release of
the RFQ. The anticipated award date is December 16,
2005. Quotations must be submitted in writing to the
National Institute of Diabetes and Digestive and
Kidney Diseases, 6707 Democracy Blvd., Room 779,
Bethesda, Maryland 20817, Attention: Mr. Dana
Harris. Fax quotations must contain offerors names,
address, telephone number, and fax number. FAX
quotations will only be accepted if dated and signed by
an authorized company representative. This order is
not a Small Business Set-Aside.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NID
DK-06-611/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 20892
POP ADDRESS: Bethesda, Maryland
======================================
NAICS Code: 334516
Department of Commerce, National Institute of
Standards and Technology (NIST), Acquisition
Management Division, 100 Bureau Drive, Building
301, Room B129, Mail Stop 1640, Gaithersburg, MD,
20899-1640
SUBJECT: 66 -- 64-Channel Scanner
SOLICITATION: Reference-Number-06-817-1513
RESP DATE: 12/02/05
CONTACT: Jennifer Roderick, Contract Specialist,
Phone 301-975-8173, Fax 301-975-8884, Email
Jennifer.Roderick@nist.gov - Patrick Staines, Contract
Specialist, Phone (301)975-6335, Fax (301)975-8884,
Email Patrick.Staines@nist.gov
DESC: The National Institute of Standards and
Technology (NIST) intends to negotiate, on a sole
source basis, under authority of FAR 13.106-1(b) (1),
with Data Proof, of Santa Clara, California, for the
acquisition of one (1) each, 64-Channel Scanner.
*****Sole source determination is based on the need
for scanner to have the following required
specifications: (1) Thermoelectric Potentials: nominal
20 nV, maximum 50 nV; and (2) Relay Contact
Ratings: 10 million cycle, 0.05 ohm maximum
resistance. Data Proof is the only known vendor
capable of supplying the required 64-Channel Scanner.
***Delivery shall be FOB DESTINATION and be
completed in accordance with the ContractorÆs
commercial schedule. ***
*** As defined in the Federal Acquisition Regulation,
(FAR), FOB Destination means: The contractor shall
pack and mark the shipment in conformance with
carrier requirements, deliver the shipment in good
order and condition to the point of delivery specified
in the purchase order, be responsible for any loss of
and/or damage to the goods occurring before receipt
and acceptance of the shipment by the consignee at the
delivery point specified in the purchase order; and pay
all charges to the specified point of delivery. The
contractor shall deliver all line items to NIST,
Gaithersburg, Maryland, 20899-0001. ***
*****The North American Industry Classification
System (NAICS) code for this acquisition is 334516,
and the size standard is 500 Employees.
******A determination by the Government not to
compete the proposed acquisition based upon
responses to this notice is solely within the discretion
of the Government. Information received will
normally be considered solely for the purpose of
determining whether to conduct a competitive
procurement.
*****No solicitation package will be issued. This
notice of intent is not a request for competitive
quotations. However, responses received by
December 2, 2005 will be considered by the
Government.
URL:
http://www.fbo.gov/spg/DOC/NIST/AcAsD/Reference
-Number-06-817-1513/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 20899-0001
POP ADDRESS: 100 Bureau Drive, Shipping &
Receiving, Building 301, Gaithersburg, Maryland
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 66--TRANSDUCER,MOTIONAL
SOLICITATION: SPM40006T5598
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
6695012553319 TRANSDUCER,MOTIONAL: Line
0001 Qty 00031 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 03-AUG-06Approved
source is 22863 GM7462-2. The solicitation is an
RFQ and will be available at the link provided in this
notice. Hard copies of this solicitation are not
available. Specifications, plans, or drawings are not
available. All responsible sources may submit a quote
which, if timely received, shall be considered. Quotes
must be submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
006T5598/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 66--TRANSMITTER,LIQUID
SOLICITATION: SPM40006T5657
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
6680011500765 TRANSMITTER,LIQUID: Line 0001
Qty 00002 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 08-JUL-06-06This is a
source controlled drawing item. Approved source is
26055 010-017-007. The solicitation is an RFQ and
will be available at the link provided in this notice.
Hard copies of this solicitation are not available. The
items furnished must meet the requirements of the
drawing cited in the solicitation. Digitized drawings
and Military Specifications and Standards may be
retrieved, or ordered, electronically. All responsible
sources may submit a quote which, if timely received,
shall be considered. Quotes must be submitted
electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
006T5657/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 66--DETECTINGAND TRACI
SOLICITATION: SPM40006T5670
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
6695014716027 DETECTINGAND TRACI: Line
0001 Qty 00092 UI EA Deliver To: XU DEF DIST
DEPOT SAN JOAQUIN By: 12-FEB-06-06Approved
sources are 0ELZ7 1165180; 1NKF2 1165180; 48849
AP010. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM40
006T5670/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: Total Small Business
======================================
DLA, DEFENSE SUPPLY CENTER RICHMOND;
ATTN: DSCR PROCUREMENT; 8000 JEFFERSON
DAVIS HIGHWAY; RICHMOND, VA 23297-5789
SUBJECT: 66--BEAM SPLITTER, OPTICAL
SOLICITATION: SPM4M106QJW68
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to DibbsBSM@dla.mil
DESC: Proposed procurement for NSN
6650010572377 BEAM SPLITTER, OPTICAL: Line
0001 Qty 00223 UI EA Deliver To: XU
TRANSPORTATION OFFICER within 90 days
ADOApproved sources are 12464 J72F0003-3; 93706
J72F0003-3. The solicitation is an RFQ and will be
available at the link provided in this notice. Hard
copies of this solicitation are not available.
Specifications, plans, or drawings are not available.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes may be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4M
106QJW68/listing.html
Desc: DEFENSE SUPPLY CENTER RICHMOND
SETASIDE: N/A
======================================
68 - Chemicals and Chemical Products
======================================
NAICS Code: 325188
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 68 -- NSN: 6850-01-099-4015,
AVIATION TURBINE FUEL ANTISTATIC
ADDITIVE
SOLICITATION: SP0406-06-Q-9168
RESP DATE: 12/09/05
CONTACT: James Travis Beasley, Contract
Specialist, Phone (804)279-2327, Fax (804)279-5061,
Email James.Beasley@dla.mil
DESC: 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. ALTHOUGH THIS IS A
COMBINED SYNOPSIS/SOLICITATION, PLEASE
REFER TO THE HARD COPY SOLICITATION
AVAILABLE ON THE GATEWAY AT
HTTP://PROGATE.DAPS.DLA.MIL/. YOU MUST
SUBMIT YOUR OFFER ON THE HARD COPY
SOLICIATION. FROM THE GATEWAY
HOMEPAGE, LEFT HAND SIDEBAR, SELECT
ôSEARCH RFQsö THEN CHOOSE THE RFQ YOU
WISH TO DOWNLOAD. RFPÆS ARE IN
PORTABLE DOCUMENT FORMAT(PDF). TO
DOWNLOAD AND VIEW THESE DOCUMENTS
YOU WILL NEED THE LATEST VERSION OF
ADOBE ACROBAT READER. THIS SOFTWARE
54
IS AVAILABLE FREE AT
HTTP://WWW.ADOBE.COM. A PAPER COPY OF
THE SOLICITATION WILL NOT BE AVAILABLE
TO REQUESTORS. THE COMBINED
SYNOPSIS/SOLICITATION WILL BE ISSUED ON
21 NOVEMBER 2005, WITH A CLOSING DATE OF
09 DECEMBER 2005. SOLICITATION NUMBER
SP0406-06-Q-9168 IS ISSUED AS A REQUEST FOR
QUOTE. THE SOLICITATION DOCUMENT AND
INCORPORATED PROVISIONS AND CLAUSES
ARE THOSE IN EFFECT THROUGH FEDERAL
ACQUISITION CIRCULAR 2005. SOLICITATION
IS UNRESTRICTED, OTHER THAN FULL AND
OPEN COMPETITION AND THE NAICS CODE IS
325188, 1000 EMPLOYEES. NSN:
6850-01-099-4015, ANTISTATIC ADDITIVE,
AVIATION TURBINE FUEL, WILL RESULT IN A
FIRM FIXED PRICE CONTRACT, WITH A 100%
QUANTITY OPTION. THIS IS A COMMERCIAL
ITEM. NO TECH DATA IS AVAILABLE;SOLE
APPROVED SOURCE IS OCTEL STARREON LLC,
CAGE 1ML15. STOCK LINE ONLY TO
RICHMOND, VA(SRG) FOR A QUANTITY OF 520
DR. THERE IS A 100% OPTION LINE INCLUDED.
FOB DESTINATION WITH
INSPECTION/ACCEPTANCE AT
DESTINATION.REQUESTED DELIVERY IS 45
DAYS. QUANTITY VARIANCE IS PLUS 5%,
MINUS 5%. MSDS AND OSHA HAZARD
WARNING LABEL ARE REQUIRED. AS OF 16
NOVEMBER 2005,THIS NSN IS NOT A CSI.
PROGRESS PAYMENTS DO NOT APPLY
--REQUIREMENTS OF FAR 32.5 HAVE NOT
BEEN MET. ABVS APPLIES. THE FINAL
CONTRACT AWARD DECISION MAY BE BASED
ON A COMBINATION OF PRICE, PAST
PERFORMANCE, AND OTHER EVALUATION
FACTORS AS DESCRIBED IN THE
SOLICITATION.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0406-06-Q9168/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 325120
Defense Logistics Agency, Logistics Operations,
Defense Energy Support Center - Missile Fuels,
Building 1621-K 2261 Hughes Avenue, Suite 128,
Lackland AFB, TX, 78236-9828
SUBJECT: 68 -- Aviator's Breathing Oxygen and
Liquid Nitrogen
SOLICITATION: SP0600-06-R-0304
RESP DATE: 01/13/06
CONTACT: Jennifer Groth, Contract Specialist,
Phone 210-925-1965, Fax 210-925-9758, Email
Jennifer.Groth@dla.mil - Joseph Beach, Contract
Specialist, Phone (210) 925-2119, Fax (210)
925-9758, Email joseph.beach@dla.mil
DESC: The Government intends to execute an
unrestricted procurement for delivery of 4,404,560
gallons (gal) of commercial AviatorÆs Breathing
Oxygen (ABO), Type II, IAW MIL-PRF-27210G,
dated 4 Apr 97, and Amendment 1, dated 24 Jan 00,
and delivery of 8,506,874 gal of Liquid Nitrogen
(LN2), Type II, Grade B, Class 1 of Commercial Item
Description A-A-59503, dated 1 Jun 00, FOB
Destination with delivery to Beale AFB CA, Travis
AFB CA, March AFB CA, Channel Islands ANGS
CA, Fresno ANG CA, Edwards AFB CA, Cannon
AFB NM, Holloman AFB NM, Kirtland AFB NM,
Davis Monthan AFB AZ, Luke AFB AZ, Tucson ANG
AZ, Ft Huachuca ANG AZ, Mountain Home AFB ID,
Gowen Field ID, Nevada ANG NV, Nellis AFB NV,
Creech AFB NV, Hill AFB UT, McChord AFB WA,
Peterson AFB CO, Buckley AFB CO, Kulis ANGB
AK, Elmendorf AFB AK, Eielson AFB AK, Montana
ANG MT, Portland ANG OR, Kingsley Field OR,
Hickam AFB HI. The total estimated contract
quantities per year are as follows: Beale AFB: ABO û
23,695 gal; Travis AFB: ABO û 71,175 gal and LN2 û
520,125 gal; March AFB: ABO û 23,700 gal; Channel
Islands ANGS: ABO û 22,000 gal; Fresno ANG: ABO
û 18,858 gal and LN2 û 25,108 gal; Edwards AFB:
ABO û 63,000 gal (year one only), 126,000 (years two
and three) and LN2 û 518,000 gal (year one),
1,036,000 (years two and three); Cannon AFB: ABO û
28,960 gal and LN2 û 54,858 gal; Holloman AFB:
ABO û 40,088 gal; Kirtland AFB: ABO û 22,000 gal
and LN2 û 258,408 (only two years) gal; Davis
Monthan AFB: ABO û 57,770 gal and LN2 û 1,840
gal; Luke AFB: ABO û 60,000 gal and LN2 û 312,000
gal; Tucson ANG: ABO û 35,944 gal; Ft Huachuca
ANG: ABO û 2,000 gal; Mountain Home AFB: ABO
û 11,945 gal and LN2 û 1,679 gal (year one only),
20,150 gal (years two and three); Gowen Field: ABO û
16,200 gal; Nevada ANG: ABO û 4,000 gal; Nellis
AFB: ABO û 68,262 gal and LN2 û 55,805 gal;
Creech AFB: ABO û 2,500 gal and LN2 û 2,800 gal;
Hill AFB: ABO û 45,625 gal and LN2 û 52,925 gal;
McChord AFB: ABO û 65,700 gal; Peterson AFB:
ABO û 6,500 gal; Buckley AFB: ABO û 9,200 gal and
LN2 û 700 gal; Kulis ANGB: ABO û 9,000 gal;
Elmendorf AFB : ABO û 54,000 gal; Eielson AFB:
ABO û 16,890 gal and LN2 û 8,588 gal (year one
only), 11,450 (year two only); Montana ANG: ABO û
7,800 gal; Portland ANG: ABO û 20,000 gal; Kingsley
Field: ABO û 24,000 gal; and Hickam AFB: ABO û
50,100 gal and LN2 û 51,900 (one year only), 69,200
(year two only). The resultant contract(s) will be a
five-year, firm fixed price requirements-type
contract(s). The contract ordering period will be from
1 April 2006 through 31 March 2011. Offerors are
required to have the capability to support bulk
shipments. Subject solicitation will be issued on or
about 17 November 2005 and posted to the
FedBizOpps web page at www.fedbizopps.gov. If you
do not have Internet access, a hard copy of the
solicitation may be requested. Only written, emailed,
or faxed requests for solicitation received directly from
the requestor are acceptable. All potential offerors
should contact the contract specialist identified above
for additional information and/or to communicate
concerns. For questions regarding Small Business or
Small Disadvantaged Business affairs contact Mrs.
Kathy Williams of the DESC Small Business Office at
1-800-523-2601 or 703-767-9465.
URL:
http://www.fbo.gov/spg/DLA/J3/DESC-MK/SP0600-0
6-R-0304/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Various U.S. Air Force locations in
the western United States.
======================================
NAICS Code: 325199
McAlester Army Ammunition Plant, Attn:
SOSMC-PC, 1 C Tree Road, McAlester, OK
74501-9002
SUBJECT: 68--N,N 2-HYDROXYETHYL
DIMETHYL HYDANTOIN (WS 23149)
POLYURETHANE GRADE
SOLICITATION: W44W9M-06-T-0039
RESP DATE: 12/15/05
CONTACT: Stephen Dunbar, 918-420-7401
DESC: N, N 2-HYDROXYETHYL DIMETHYL
HYDANTOIN PER WS 23149, POLYURETHANE
GRADE. 32,000 LBS. Certificate of Analysis,
Certificate of Conformance, and Material Safety Data
Sheet Required. After issuance of a solicitation,
offerors response shall include a C ertificate of
Analysis for their product which must meet the
specification requirements of WS 23149. The
certificate will also be required with each shipment
upon award. Requested delivery is approximately 30
days after award. FOB is destination. Estimated issue
date of solicitation is December 5, 2005. Acquisition
will be issued unrestricted; therefore, quotes will be
accepted from any responsible source. The solicitation
will be issued electronically in accordance with
Federal Acquisition Regulation (FAR ) 4.502 and
5.102. Therefore, hardcopies WILL NOT be provided.
Vendors wishing an electronic copy may download it
on or after the issue date by accessing this website.
CAUTION: This solicitation will be issued
electronically as will any amendments thereto.
Because of this, the government is under no obligation
and is in fact unable to maintain a bidders mailing list.
It is therefore incumbent upon any interested parties to
periodically access the solicitation via this website in
order to obtain any amendments which may be issued.
Failure to obtain any said amendments and to respond
to them prior to the date and time set for receipt may
render quote nonresponsive and resul t in the rejection
of same.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAA31/W44
W9M-06-T-0039/listing.html
Desc: Link to FedBizOpps document.
EMAIL: stephen.dunbar@us.army.mil
Desc: McAlester Army Ammunition Plant
SETASIDE: N/A
POP COUNTRY: US
POP ZIP: 74501-9002
POP ADDRESS: McAlester Army Ammunition Plant
Attn: SOSMC-PC, 1 C Tree Road McAlester OK
======================================
70 - General Purpose ADP Equipment Software,
Supplies and Support Equipment
======================================
NAICS Code: 511210
Other Defense Agencies, Office of the Secretary of
Defense, Defense Microelectronics Activity,
Contracting Division 4234 54th Street, Building 620,
McCellan, CA, 95652-1521
SUBJECT: 70 -- Software license purchase and
maintenance support and training.
SOLICITATION: H94003-06-R-0002
RESP DATE: 11/29/05
CONTACT: Judy Hilton, Contracting Officer, Phone
(916) 231-1526, Email hilton@dmea.osd.mil - Judy
Hilton, Contracting Officer, Phone (916) 231-1526,
Email hilton@dmea.osd.mil
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in FAR Subpart 12.6 as supplemented with
additional information included in this notice. This
announcement constitutes a solicitation. The NAICS
code is 511210 and the size standard for this
requirement is $21M. Solicitation H94003-06-R-0002
is sole source to Cadence Design Systems of San Jose,
CA. This requirement is a follow on requirement for
software license upgrades, software support and
maintenance. The contractor shall deliver the software
upgrades identified in Appendix A that are required to
enhance the existing Cadence Design Environment.
Technical support is required to be provided between
0800 and 1600 PST, excluding weekends and
holidays. The contractor shall perform corrective
actions within 48 hours after submission of a trouble
report and shall provide vendor approved field support
to correct actions on reported failures outside the
scope or expertise of the DMEA system manager. The
contractor shall delivery all pertinent documentation
required to implement and use the upgraded software.
Documentation shall be provided in printed form.
Second or backup copies shall be provided on 4mm
tape or CD. The Cadence Product Numbers for
software maintenance included in this requirement are:
21400, 300, 3000, 32500, 34500, 34510, 71520 and
72140. The Cadence Product Numbers for new
license purchase are: 300, 49800, 34500, 32120, 900,
32120, 32500 and 32520.
For a complete purchase description, send an email
request to hilton@dmea.osd.mil or fax your request to
(916) 231-2826. Contractors must be registered in the
Central Contractor Registration (CCR) prior to an
award. The following FAR clauses apply: 52.212-1,
Instructions to Offerors ûCommercial; 52.212-3,
Offeror Representations and
Certifications-Commercial Items; 52.212-4, Contract
Terms and Conditions-Commercial Items; 52.212-5,
55
Contract Terms and Conditions Required to
Implement Statutes or Executive Orders-Commercial
Items, 52.227-2 Notice and Assistance Regarding
Patent and Copyright Infrigement, and 52.227-19
Commercial Computer Software û Restricted Rights
DPAS rating is C9E. Questions regarding this
solicitation should be addressed to J. Hilton at
Hilton@dmea.osd.mil. Offerors are due at 1:00PM on
29 Nov 2005. See Note 22.
URL:
http://www.fbo.gov/spg/ODA/OSD/McCellanCA/H94
003-06-R-0002/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 95652
POP ADDRESS: Defense Microelectronics Activity
4234 54th Street
McClellan, CA 95652-2100
======================================
NAICS Code: 511210
Department of Health and Human Services, National
Institutes of Health, National Institute of
Environmental Health Sciences, Acquisitons
Management Branch, PO Box 12874, Research
Triangle Park, NC, 27709
SUBJECT: 70--License Renewal
SOLICITATION: DLI60031
RESP DATE: 11/23/05
CONTACT: Deitra Lunney, Contracting Officer,
Phone 919 541-0387, Fax 919 541-5117, Email
lunney@niehs.nih.gov
DESC: The National Institute of Environmental
Health Sciences (NIEHS) intends to negotiate on a
sole source basis with Omniviz, Maynard, MA 01754,
pursuant to 41 U.S.C.253(c)(1)--Only one responsible
source and no other supplies or services will satisfy
agency requirements. This request is for renewal of
existing licenses for Omniviz Platinum 3.8.1 (3 each)
for the period ending 12/31/06. Any firm believing
itself capable of providing these services may respond
by submitting a written narrative statement of
capability within 6 days of date of notice to Dee
Lunney at the above address for consideration by the
agency. Response must include detailed technical
information and other technical literature
demonstrating the ability to meet these requirements.
Responses shall also include itemized pricing that is
sufficient to make a determination that competition is
feasible. If no affirmative responses are received
within 6 days of this notice to determine whether a
qualified source is more advantageous to the
Government, an order will be placed with Omniviz.
The NAICS Code/Size is 511210/$21.0M. This
procurement is to be processed using Simplified
Acquisition Procedures in conjunction with FAR Part
12, Acquisition of Commercial Items and is not
expected to exceed the Simplified Acquisition
threshold of $100,000. There is no solicitation
package available. For any questions regarding this
announcement, please contact Dee Lunney via email
lunney@niehs.nih.gov.*****
URL:
http://www.fbo.gov/spg/HHS/NIH/AMB/DLI60031/lis
ting.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 511210
Department of the Navy, Office of Naval Research,
Naval Research Laboratory/Supply, 4555 Overlook
Ave S.W., Washington, DC, 20375
SUBJECT: 70 -- Electromagnetic Analysis Software
and License
SOLICITATION: N00173-06-Q-0008
RESP DATE: 12/15/05
CONTACT: Teri Thomas, Procurement Specialist,
Phone 202-767-9288, Fax 202-767-2992, Email
SolQnA@labmis.nrl.navy.mil
DESC: Naval Research Laboratory intends to award to
Sonnet Software, on other than full and open
competitive basis, a contract to purchase 1 each CST
Microwave Studio Full 3D Electromagnetic Analysis
Software, 1 each Parallel Processing Solver, 1 each
Extended DXF File Translator, and One-year software
maintenance and technical support. Additional
specifications on the RFQ. (Microsoft IE required).
Sole source based on software being of unique
capabilities to Sonnet Software. See note(s) 22.
Vendors who feel that they can provide the above
equipment shall fully identify their interest and submit
their capabilities to meet the above requirements
within 15 days after the publication of this synopsis.
Responses received after 15 days or without the
required information will be considered
non-responsive to the synopsis and not be considered.
Note: All offerors will be ineligible for award unless
they have registered in DODÆs Central Contractor
Registration database. Information on CCR
registration and annual confirmation requirements can
be obtained via Internet at http://www.ccr.gov or by
calling 1-888-227-2423.
URL:
http://www.fbo.gov/spg/DON/ONR/3400/N00173-06Q-0008/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 541519
Department of Commerce, National Institute of
Standards and Technology (NIST), Acquisition
Management Division, 100 Bureau Drive, Building
301, Room B129, Mail Stop 1640, Gaithersburg, MD,
20899-1640
SUBJECT: 70 -- FSS-i3 TM Expert Systems Software
SOLICITATION: Reference-Number-06-831-1023
RESP DATE: 11/28/05
CONTACT: Barbara Guise, Purchasing Agent, Phone
(301) 975-6310, Fax (301) 975-6319, Email
barbara.guise@nist.gov - Jo-Lynn Davis, Contract
Specialist, Phone 301-975-6337, Fax 301-975-6319,
Email jo-lynn.davis@nist.gov
DESC: The National Institute of Standards and
Technology (NIST) intends to negotiate on a sole
source basis with Promega Corporation 2800 Woods
Hollow Road, Madison, WI under the authority of
FAR 13.106-1(b)(1), Soliciting From a single source,
for FSS-i3 TM Expert Systems Software, maintenance
and support for one year, and training for one trainee
at Promega. NIST is looking to purchase an expert
system software package for automated analysis of
DNA profiles. This system must be compatible with
currently used methods in NIST DNA typing
laboratories and enable development and testing of
standards and standard data sets to aid the forensic
human identity testing community. At a minimum,
the software must be compatible with .fsa files
generated on ABI310, ABI3100, AND ABI3130,
instruments for STR kits PowerPlex 16, PowerPlex Y,
PowerPlex ES, Yfiler, SGM Plus, Profiler Plus,
COfiler, Identifiler, and SEfiler. Must provide
capability to evaluate two-person DNA mixtures and
produce a best-fit major profile to aid mixture
deconvolution; and must provide checks for potential
sample-to-sample contamination within a batch by
comparing all alleles called in a sample to the alleles in
every other sample in the batch. The FSS-i3 expert
systems software is the first STR data analysis
software package designed by forensic scientists for
forensic scientists. The FSS-i3 TM Expert Systems
Software is available in the United States only from
Promega Corporation.
A fixed price purchase order will be issued on or about
December 6, 2005. The maintenance and support
period will begin December 26, 2005 for one year.
Interested parties may identify their interest and
capability to respond to the requirement, in writing, no
later than the response date. Written responses to this
synopsis shall contain sufficient documentation to
establish a bona fide capability to fulfill the
URL:
http://www.fbo.gov/spg/DOC/NIST/AcAsD/Reference
-Number-06-831-1023/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 20899
POP ADDRESS: 100 BUREAU DRIVE
GAITHERSBURG, MD
======================================
NAICS Code: 423430
Defense Logistics Agency, Logistics Operations,
DLA-DSS Corporate Contracting Office, 8725 John J.
Kingman Road Suite 0119, Fort Belvoir, VA,
22060-6220
SUBJECT: 70 -- Cisco BPA
SOLICITATION: Reference-Number-J65405307001
RESP DATE: 12/12/05
CONTACT: Joseph Fortuna, Contract Specialist,
Phone 703-767-9562, Fax 703-767-1130, Email
Joseph.Fortuna@dla.mil - Loretta Buckley, Contract
Specialist, Phone 703-767-1194, Fax 703-767-1172,
Email loretta.buckley@dla.mil
DESC: The DLA HQ Information Operations
Directorate (J-6) has tasked the DLA Enterprise
Support Acquisition Office (DES-A) to award a
Blanket Purchase Agreement (BPA) establishing terms
by which the DLA Enterprise can obtain world class
support for its Cisco hardware, software, and
maintenance requirements.
The goal is to provide the DLA Enterprise with best
value, world class Cisco support. In assessing best
value, DLA will consider a number of factors, which
may include, but may not be limited to the following:
1) Price; 2) Delivery/Response Time; 3) Past
Performance; and 4) Technical Capability, which can
be broken down into the following subfactors: a) Asset
Management, b) Organizational Structure, c) Value
Added. Two critical elements of asset management
that should be noted are: 1) Order tracking (the
effective maintenance of records including but not
necessarily limited to sales data, DLA requiring
activity/location, P/N, serial #, maintenance term,
warranty, etc.); 2) ContractorΓÇÖs plan to meet DLA
goal of consolidating/organizing DLA maintenance
agreements to co-terminate at one end date.
The Government anticipates the scope of the
requirement to include all Cisco P/N items currently in
offering, including CONUS and OCONUS
maintenance/support for the various DLA field
activities around the world.
The Government invites all interested, responsible
parties to provide a brief plan/outline as to how they
would best meet the GovernmentΓÇÖs requirement.
The format for submission is at the discretion of the
contractor, but should address the prospective
evaluation factors noted. The following information
should also be provided by the interested party: 1)
CAGE Code; 2) Business Size (Use NAICS code
423430, size standard: 500 employees as a reference
point); 3) Cisco Certifications (i.e. Gold, Silver,
Premier, etc.). Keep in mind that this is not a formal
solicitation, but a Request For Information (RFI) /
Presolicitation Notice and responses to this notice
should not be submitted, nor will they be evaluated as
offers. The Government will take into account
feedback to this preliminary notice in the drafting its
formal solicitation to be released at a later date.
URL:
http://www.fbo.gov/spg/DLA/J3/DLA-DSS/ReferenceNumber-J65405307001/listing.html
Desc: Link to FedBizOpps document.
======================================
76 - Books, Maps, and Other Publications
======================================
NAICS Code: 511110
1940 Allbrook Drive Suite 3 Wright-Patterson AFB,
OH
SUBJECT: 76--AFRL-WIDE ACCESS TO
AMERICAN INSTITUTE OF PHYSICS JOURNALS
SOLICITATION: FA8604-06-R-7904
RESP DATE: 11/22/05
CONTACT: JULIE HOYT, 257-8344 ex. 4046
DESC: This is a combined synopsis/solicitation for
56
commercial items prepared in accordance with the
format in Federal Acquisition Regulation Subpart
12.6, as supplemented with additional information
included in this notice. This announcement
constitutes the only solicitation. Proposals are being
requested and a written solicitation will not be issued.
This solicitation is issued as a Request for Quotation
(RFQ). This solicitation and incorporated
clauses/provisions are those in effect through Federal
Acquisition Circular 2001-13 and DFARS Change
Notice 20030430 Edition. The solicitation
incorporates by reference the following clauses: FAR
52.212-1, 52.212-3, 52.212-4 and 52.212-5. DFAR
252.204-7004. NAIC Code: 511110. This is a sole
source requirement in accordance with FAR 6.302-1.
Authority: 10 U.S.C. 2304(c)(1), Justification:
Services required are available from only one or a
limited number of responsible source(s) and no other
type of services will satisfy agency requirements. The
Air Force Research Laboratory (AFRL) intend to
award to the American Institute of Physics. The item
being procured is the AFRL-wide electronic access to
the American Institute of Physics journals plus the
following society publishers: American Physical
Society, American Vacuum Society, American
Association of Physics Teachers, American Society of
Mechanical Engineers, Optical Society of American
journals and Acoustical Society of American journals.
Period of Performance: 1 Jan 2006 to 31 Dec 2006
This synopsis is being published for information
purposes only. This notice of intent is not a request
for competitive quotations. However, the government
will consider any quotations received within 3 days of
issuance of this notice. A determination by the
government not to compete this proposed contract
based upon the responses to this notice is solely within
the discretion of the government. Information
received will normally be considered solely for the
purpose of determining whether to conduct a
competitive procurement. Forward comments,
questions, and concerns via email to
Julie.Hoyt@wpafb.af.mil Proposals due no later than
11am EST., 22 Nov 2005.Submit by mail to: Julie
HoytASC/PKWRM Bldg 1 Area C 1940 Allbrook
Drive STE 3 Wright-Patterson AFB, OH 45433-5309
All information regarding this acquisition will be
posted on the World Wide Web at
http://www.pixs.wpafb.af.mil. For more information
on "AFRL-WIDE ACCESS TO AMERICAN
INSTITUTE OF PHYSICS JOURNALS", please refer
to:
http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id
=4173
URL:
http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-0
6-R-7904/listing.html
Desc: AFRL-WIDE ACCESS TO AMERICAN
INSTITUTE OF PHYSICS JOURNALS
EMAIL: Julie.Hoyt@wpafb.af.mil;
Desc: Julie.Hoyt@wpafb.af.mil;
SETASIDE: N/A
POP COUNTRY: USA
POP ZIP: 45433-7765
POP ADDRESS: AIR FORCE RESEARCH
LABORATORY (AFRL) WPAFB OH
======================================
81 - Containers, Packaging, and Packing Supplies
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 81---Shipping And Storag
SOLICITATION: N0038306RF111
RESP DATE: 12/27/05
CONTACT: Contact Point, Joanne Kaul, 0234.08,
(215)697-5173, Fax, (215)697-3161, Twx, Not-avail,
Contracting Officer, Cheryl A Cover, 0234.11,
(215)697-2067
DESC: NSN 6K-8145-01-222-5126-LU, SPEC NR
TDP VER 005, Ref Nr 412E001, Qty 5 EA, Delivery
FOB Origin, Contract 100 Percent Small Business Set
Aside--Due to the critical use of this item and its
quality history, a pre-award survey and post-award
conferance may be required for all new manufacturers.
For all previous sources, a post-award conferance may
be required.\ \Drawings are available and please visit
the following website, http://www.neco.navy.mil
which will direct you to FEDTEDs to retrieve the
drawings., See Note 22*****
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/N00
38306RF111/listing.html
Desc: NAVICP BUSINESS OPPORTUNITIES
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 81---Shipping And Storag
SOLICITATION: N0038306RF112
RESP DATE: 12/27/05
CONTACT: Contact Point, Amy Ortiz, 0234.07,
(215)697-0215, Fax, (215)697-1227, Twx, Not-avail,
Contracting Officer, Cheryl A Cover, 0234.11,
(215)697-2067
DESC: NSN 6K-8145-01-222-5125-LU, SPEC NR
TDP VER 005, Ref Nr 420E001, Qty 6 EA, Delivery
FOB Origin--All offerors are notified that a reverse
auction will be conducted for this requirement. All
offerors shall submit a proposed price in response to
the solicitation closing date.\\ Drawings/technical
data are available through the NECO website at
www.NECO.navy.mil. This webite will provide
contractors to a direct link to FedTeDS for
drawins/technical data packages., See Note 22*****
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/N00
38306RF112/listing.html
Desc: NAVICP BUSINESS OPPORTUNITIES
======================================
83 - Textiles, Leather, Furs, Apparel and Shoe
Findings, Tents and Flags
======================================
DLA, DEFENSE SUPPLY CENTER
PHILADELPHIA; 700 ROBBINS AVENUE;
PHILADELPHIA, PA 19111-5092
SUBJECT: 83--PANELMARKER
SOLICITATION: SPM10006T0126
RESP DATE: 11/30/05
CONTACT: Questions regarding this solicitation
should be emailed to dibbsBSM@dla.mil
DESC: Proposed procurement for NSN
8345002424378 PANELMARKER: Line 0001 Qty
00200 UI EA Deliver To: XU TRANSPORTATION
OFFICER By: 12-MAY-06The solicitation is an RFQ
and will be available at the link provided in this notice.
Hard copies of this solicitation are not available.
Digitized drawings and Military Specifications and
Standards may be retrieved, or ordered, electronically.
All responsible sources may submit a quote which, if
timely received, shall be considered. Quotes must be
submitted electronically.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-C-BSM/SPM1
0006T0126/listing.html
Desc: DEFENSE SUPPLY CENTER
PHILADELPHIA
SETASIDE: Total Small Business
======================================
84 - Clothing, Individual Equipment, and
Insignia
======================================
NAICS Code: 316991
Department of the Air Force, Air Mobility Command,
437th CONS, 101 E. Hill Blvd, Charleston AFB, SC,
29404-5021
SUBJECT: 84 -- A.L.E.R.T. Bags
SOLICITATION:
Reference-Number-FB441852850532
RESP DATE: 11/28/05
CONTACT: Lisa Hinson, Contract Specialist, Phone
843-963-5857, Fax 843-963-5183, Email
lisa.hinson@charleston.af.mil - Terry Jones, Contract
Specialist, Phone (843) 963-5159, Fax (843)
963-5183/2850, Email Terry.Jones@charleston.af.mil
DESC: (i) This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in Subpart 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation.
Proposals are requested and a written solicitation will
not be issued.
(ii) This solicitation/synopsis reference number is
FB441852850532 and is being issued as a Request for
Quote (RFQ).
(iii) This solicitation document and incorporated
provisions and clauses are those in effect through
Federal Acquisition Circular 2005-06
(iv) This acquisition is 100% set-aside for small
businesses. The associated NAICS code is 316991
with 500-employee size standard.
(v) Contractors shall submit a lump sum quote
including delivery FOB Destination for 50 ea.
A.L.E.R.T. (Assault Load-Out Emergency Response
Transport) Bags.
(vi) Rolling gear storage, organization and
transportation bag. All compartments closed by #9
YKK zipper and sliders Silent Zip / Grip Pulls. Four
large clear vinyl compartments for identification (two
on top and one on each end.) Eight large internal see
through MESH zippered compartments, five are
expandable. One internal pouch is completely padded
for sensitive gear (not mesh), explosives, magazines,
etc.
Full wrap around carry handles made of heavy duty
webbing for superior weight support. Carry handles
on each end are vertically attached for maximum
strength.
Hook & loop closing "handle grabber" secures the
handles together. Fully accessible hinge type lid.
Highest quality in-line skate wheels on one end and
hide away extension handle at the other end. The
bottom has internal rigid steel frame stiffeners for
efficient carry and rolling. The bottom will not droop
or bend under heavy loads when rolling and on the
move. Made with 2 layers of our rugged NyTaneon«
1000D Nylon material. Weight: 12lbs 4oz Size:
43x15x13 Color: Black. Vendors may be requested to
submit samples for evaluation.
(vii) Delivered within 30 calendar days of award.
(FOB Destination)
(viii) The following clauses and provisions are
incorporated and will remain in full force in any
resultant award: (full text of clauses and provisions
may be assessed electronically at this website:
http://farsite.hill.af.mil) FAR 52.212-1, Instructions to
Offerors-Commercial
(ix); FAR 52.212-2 Evaluation-Commercial Items
Evaluation. The Government will award a contract
resulting form this solicitation to the responsible
offeror whose offer conforming to the solicitation will
be most advantageous to the government, price and
other factors considered. The following factors shall be
used to evaluate offers: 1.Technical capability of the
item offered to meet the Government requirement. 2.
Price- The Government will evaluate offers for award
purposes or the total price for the requirement.
Technical and price factors, when combined, are
equal.
(x) Contractors shall include a completed copy of FAR
52.212-3, Offerors Representation and Certifications
Commercial Item or complete electronic annual
representations and certifications at
http//orca.bpn.gov.
(xi) FAR 52.212-4 Contract Terms and
ConditionùCommercial Items;
╖(xii) FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive
OrdersùCommercial Item are incorporated by
reference, however, for paragraphs (b) and (c) the
following clauses apply; FAR 52.222-21 -Prohibition
Of Segregated Facilities; FAR 52.222-26 Equal
Opportunity; FAR 52.222-35- Affirmative Action for
57
Disabled Veterans and Veterans of the Vietnam Era;
FAR 52.222-36 Affirmative Action for Workers With
Disabilities; FAR 52.222-37 -Employment Reports On
Disabled Veterans And Veterans Of The Vietnam Era;
FAR 52.232-33 -Payment by Electronic Funds
Transfer--Central Contractor Registration; 52.225-1,
Buy American Act - Supplies;
(xiii) The following additional clauses are applicable
to this procurement.
╖ FAR 52.211-6, Brand Name or Equal ╖ FAR
52.211-17 Delivery of Excess Quantities ╖ FAR
52.219-6, Notice of Total Small Business Set-Aside ╖
FAR 52.225-13, Restrictions on Certain Foreign
Purchases (>$2,500) ╖FAR 52.253-1 -Computer
Generated Forms ╖DFARS 252.204-7004 -Required
Central Contractor Registration (CCR); Contractors
not registered in the CCR will be ineligible for award
(register at www.ccr2000.com or call
1-800-334-3414).
╖ DFARS 252.225-7000, Buy American Act (BAA) Balance of Payments Program Certificate ╖ DFARS
252-225.7001, BAA - Balance of Payments Program
╖ DFARS 252.225-7002, Qualifying Country Sources
as Subcontractors ╖ DFARS 252.232-7003, Electronic
Submission of Payment Requests
╖DFARS 252.246-7000, Material Inspection And
Receiving Report
(xvi) Response to this combined synopsis/solicitation
must be received via email, fax, mail, or delivery by 28
November 2005 no later than 10:00 AM Eastern
Standard Time. Requests should be marked with
solicitation number FB441852850532
URL:
http://www.fbo.gov/spg/USAF/AMC/437CONS/Refer
ence-Number-FB441852850532/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 29404
POP ADDRESS: Charleston AFB
South Carolina
======================================
NAICS Code: 315999
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Philadelphia - Clothing &
Textiles, 700 Robbins Avenue, Philadelphia, PA,
19111-5096
SUBJECT: 84 -- Welders, Sleeve, Cape and Bib,
Leather Type II, Class 2
SOLICITATION: SP0100-06-Q-4019
CONTACT: Carol Dicicco, Contract Specialist,
Phone 215-737-3088, Fax 215-737-8143, Email
Carol.Dicicco@dla.mil - Marianne Campbell,
Contract Specialist, Phone 215-737-3089, Fax
215-737-8143, Email
Marianne.Campbell@dscp.dla.mil
DESC: ITEM: Welders Sleeve, Cape and Bib, Leather,
Type II, Class 2. NSN: 8415-00-261-6436, IAW
A-A-55098 dated 04 December 1993. Quantity: 419
each, Delivery beginning 120 days ADA (3 delivery
increments). Destination: Defense Distribution Depot,
New Cumberland PA and Defense Distribution Depot,
Tracy CA. Destination first Article Testing Required.
Availability of solicitations, FAR 5.102 (d) applies, as
our office no longer issues solicitations in paper form.
COPIES OF THIS SOLICITATION CAN BE FOUND
ON THE DLA PROCUREMENT GATEWAY AT
http://progate.daps.dla.mil APPROXIMATELY 28
NOVEMBER 2005. Offeror should register to receive
notification of this solicitation. Amendments to this
solicitation WILL NOT be available via the Gateway.
In order to receive notification of amendments to this
solicitation, you must E-MAIL Carol Dicicco at the
address listed below under point of contact, with the
name and address of prospective offeror, phone and
fax number and a point of contact. Reference
solicitation number and item description in all e-mail
correspondence. An unsuccessful offer may result if
prospective offeror fails to e-mail the Contract
Specialist named above of their intent to offer on this
solicitation. In addition, you can enter DSCP C&T
FSCs and NSNs to receive notification of RFQs. The
Gateway will send all registered users an email
notification of RFQ solicitations based on your FCN
and NSN profile. The NSN notification will contain a
link that connects users directly to a digital copy of the
solicitation on the internet. The solicitation will be in a
downloadable, printable format when viewed with
Adobe Acrobat Reader. Free software is available at
http://www.adobe.com. Gateway technical assistance
is available at webmaster@pgmail.daps.dla.mil.
DSCP has developed a web-based system that allows
manufacturers the ability to REQUEST
SPECIFICATIONS, PATTERNS AND DRAWINGS
on our contracting homepage: http://warfighter.dla.mil.
Click on "Vendor Info" for your request.
***Important Note on Foreign Content for RFQs over
100K. The Defense Appropriations and Authorization
Acts and other statutes (including what is commonly
referred to as the Berry Amendment), impose
restrictions on the DoD's acquisition of foreign
products and services. Generally, Clothing and Textile
items as defined in DFARS clause 252.225-7012 and
"specialty metals" as defined in DFARS clause
252.225-7014, must be grown, reprocessed, reused,
melted or produced in the United States, its
possessions or Puerto Rico, unless one of the DFARS
225.7002-2 exceptions applies.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-C/SP0100-06Q-4019/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
NAICS Code: 313230
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Philadelphia - Clothing &
Textiles, 700 Robbins Avenue, Philadelphia, PA,
19111-5096
SUBJECT: 84 -- Gloves, Toxicological Protective
Agent (TAP)
SOLICITATION: SP0100-06-R-0025
RESP DATE: 12/31/05
CONTACT: Terry Schoen, Contracting Officer,
Phone 215-737-3292, Fax 215-737-8143, Email
tschoen@dscp.dla.mil
DESC: The purchase description (MIL-G-12223J
NSN: 8415-01-753-6550 (s), is to be used for this
item. This is an IDTC acquisition with a base year plus
three (1) year term options for Gloves, Toxicological
Agents Protective (TAP) 12,000 Min and 45,000 Max
(Base Year) and 9,000 Min and 45,000 Max (Option
Years) to be delivered to our Albany GA depot.
Production lead time begins 120 days after date of
award (3) delivery increments). This is an unrestricted
acquisition. Anticipated issuance date is on or after 1
December 2005. All materials used in fabrication are
to be furnished by the successful bidder. All
responsible sources may submit offers which DSCP
shall consider. Availability of solicitations, FAR
5.102(a) applies, as our office no longer issues
solicitations or amendments in paper form. Offeror
should register in the CCR to receive notification of
this solicitation or solicitation amendments. Copies of
this solicitation can be found on the DLA Procurement
Gateway at http://progate.daps.dla.mil/home after
estimated date. From the Gateway homepage, select
"Search RFQ's/RFPÆs" from the left-hand sidebar.
Then choose the RFQ/RFP you wish to view. You
must be registered in order to download
RFQ's/RFPÆs. If you are not, you will be directed to
register at time of download. In order to ensure e-mail
notification of RFQ's/RFPÆs, prospective vendors
must go to the RFQ information page and select DSCP
Clothing and Textiles as the commodity center from
which notices will be sent. The solicitations will be in
a downloadable, printable format when viewed with an
Adobe Acrobat Reader. Free software is available at
http://www.adobe.com/products/acrobat/readstep2.htm
l. Gateway technical assistance is available at
admin_support@pgmail.daps.mil. Contractors can
request specifications/patterns from the following
website: http//ct.dscp.dla.mil. Once you are at this
page, scroll down to the paragraph that states:
ôContractors interested in requesting various items
from our Technical data Repository area can now
make their requests via this website.ö Just click here
and visit our Contracting Page where you will see (3
bullets down): æSpecification/Pattern/Drawing
Requests-Attention Contractors! Just click here and
you can send in a request for specifications, CIDS,
patterns, drawings or cartoons. This is a new feature
on this site. Contractors will need the control number
displayed at the time of their request to check the
status of their requests.
Important Note on Foreign Content
The Defense appropriations and authorization acts and
other statutes (including what is commonly referred to
as ôThe Berry Amendmentö) impose restrictions on
the DODÆs acquisition of foreign products and
services. Generally, Clothing and Textile items (as
defined in DFARS clause 252.225-7012) and
ôspecialty metalsö (as defined in DFARS Clause
252.225-7014) must be grown, reprocessed, reused,
melted or produced in the United States, its
possessions or Puerto Rico, unless one of the DFARS
225.7002-2 exceptions applies.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-C/SP0100-06R-0025/listing.html
Desc: Link to FedBizOpps document.
======================================
87 - Agricultural Supplies
======================================
Attn: Department of Veterans Affairs John D. Dingell
Medical Center, Office of Acquisition Management,
(001R-A), 4646 John R. Street, Detroit, Michigan
48201
SUBJECT: 87--87 -- Deliver and install healthy turf
grass sod
SOLICITATION: 553-00545-06
RESP DATE: 12/05/05
CONTACT: Point of Contact - Marilyn Dogan,
Purchasing Agent, Ph: (313) 576-4232, Fx:(313)
576-1077, Contracting Officer - Marilyn Dogan,
Purchasing Agent, Ph:(313) 576-4232, Fx:(313)
576-1077
DESC: Furnish all labor and materials to deliver and
install healthy, turf grass sod at the Great Lakes
National Cemetery, 4200 Belford Road, Holly, MI
48442. The North American Industry classification
(NAICS) Code for this procurement is 561730.
Projected period or service is from date of award
through September 30, 2008 (this includes two
pre-priced option years). Telephone or internet
requests will not be accepted. All offers must be
received by December 5, 2005 in the Acquisition
Management Office (001R-A), room B4213 at the
John D. Dingell VA Medical Center, 4646 John R.
Street, Detroit, MI 48201 by 2:00 pm local time.
Offers received after December 5, 2005 at 2:00 pm
will not be considered. In accordance with the
provisions of Federal Acquisition Regulation
19.502-2, award for this service will be made on a
competitive basis to eligible and responsible small
business concerns, provided that a minimum of two
competitive offers, in accordance with this solicitation,
are received from eligible small business concerns. If
a minimum of two eligible and responsible offers from
small business concerns are not received, award will
be made on the basis of full and open competition
from among all responsible business concerns that
submit an offer. See numbered note one.
URL:
http://www.fbo.gov/spg/VA/DtVAMC/VAMCCO802
20/553-00545-06/listing.html
Desc: Link to FedBizOpps document.
EMAIL: marilyn.dogan@med.va.gov
Desc: Marilyn Dogan
58
SETASIDE: Total Small Business
POP COUNTRY: United States
POP ZIP: 48442
POP ADDRESS: 4200 Belford Road, Holly, MI
======================================
BLM-BC NATIONAL BUSINESS CENTER* BC663
BLDG 50, DFC, PO BOX 25047 DENVER CO 80225
SUBJECT: 87--Alfalfa/Grass and Bermuda Hay
Delivered to Ridgecrest, CA
SOLICITATION: NAB060013
RESP DATE: 12/19/05
CONTACT: Steven Santoro Contracting Officer
3032363518 Steven_Santoro@blm.gov;
DESC: BLM Invitation for Bids, NAB060013, 800
TONS OF GOOD QUALITY ALFALFA/GRASS
HAY AND 670 TONS OF BERMUDA GRASS HAY
TO BE DELIVERED TO BLM RIDGECREST
CORRALS IN RIDGECREST, CA. Solicitation
number NAB060013 applies and will be issued as an
Invitation for Bid (IFB) on or about November 28,
2005 for the following requirement: The Bureau of
Land Management (BLM), Ridgecrest Field Office in
Ridgecrest, California has a requirement for 800 tons
of 80 percent alfalfa/20 percent grass hay and 670 tons
of 80 percent Bermuda grass/20 percent alfalfa hay, to
be delivered on the following schedule: 114 tons
alfalfa/grass hay & 96 tons Bermuda grass hay - No
later than January 10, 2006 114 tons alfalfa/grass hay
& 96 tons Bermuda grass hay - On or about February
10, 2006 114 tons alfalfa/grass hay & 96 tons
Bermuda grass hay - On or about March 10, 2006 114
tons alfalfa/grass hay & 96 tons Bermuda grass hay On or about April 10, 2006 114 tons alfalfa/grass hay
& 96 tons Bermuda grass hay - On or about May 10,
2006 114 tons alfalfa/grass hay & 96 tons Bermuda
grass hay - On or about June 10, 2006 116 tons
alfalfa/grass hay & 94 tons Bermuda grass hay - On or
about July 10, 2006 This is a 100% set-aside for small
business. The standard NAICS classification is
111940. Size standard is $.75 million. Bids are due
December 19, 2005 by 2:00 PM Mountain Time. Send
bids by U.S. Mail to: Department of the Interior; BLM,
BC-663; Attention: Steve Santoro; BLDG 50, DFC,
PO Box 25047; Denver, CO 80225-0047. By express
or hand delivery: Department of the Interior; BLM,
BC-663; Attention: Steve Santoro; Mail Room,
Entrance S-4; BLDG 50, Denver Federal Center;
Denver, CO 80225, or by facsimile to (303)
236-9421. An award will be made to the lowest bidder
offering favorable past performance. Bidders may bid
on one or both line items. Submit bids to the address
indicated above. Quotes shall include the following
items: 1) Pricing Schedule including unit price. 2) Any
prompt payment discount terms. 3) Completed
52.212-3 Representations and Certifications Commercial Items (provided in the solicitation). 4)
List of three most recent customers having similar
requirement (provide name, telephone number, and
point of contact). 5) Include TIN and DUNS Number.
6) Offer must be signed. Bidders must be registered at
http://www.ccr.gov to be considered for award.
URL:
http://www.fbo.gov/spg/DOI/BLM/NCR/NAB060013/
listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: Total Small Business
======================================
89 - Subsistence (Food)
======================================
NAICS Code: 721110
Department of the Navy, Military Sealift Command,
MSC-Atlantic, Virginia Bldg 238/2, Bldg 238/2 B
Street Camp Pendleton, Virginia Beach, VA, 23451
SUBJECT: 89 -- HOTEL LODGING SERVICES
FOR CIVILIAN MARINERS EMPLOYED BY THE
US GOVERNMENT
SOLICITATION: N62381-05-R-1022A
RESP DATE: 01/19/06
CONTACT: Lucinda Williams, Contract Specialist,
Phone 757-417-4628, Email
lucinda.williams@navy.mil - Sandra Tyree,
Supervisory Contract Specialist, Phone 757-417-4591,
Fax 757-417-4606, Email sandra.tyree@navy.mily.mil
DESC: THIS POSTING SUPERCEDS
PRE-SOLICITATION NOTICE N62381-05-R-1022
This procurement is to provide annual hotel lodging
and transportation services for civilian mariners
employed by the U.S. Government. The hotel
providing the services must be located within a 20
mile radius of the main entrance of the Military Sealift
Command Firefighting School, located at 1029
Highway 33, East Freehold NJ. The commute time to
the training facility from the hotel(s) must not exceed
1 hour each way during normal peek hours to and from
the facility each weekday. The performance period is
for one year with three option years. This is a small
business set aside procurement. All responsible
sources with an AAA Rating of three (3) diamonds or
better may submit proposals. All offeror must
demonstrate that they have received a rating of
satisfactory, within the last two years from the New
Jersey Department of Environmental Health Pest
Control. Offerors must provide a State of New Jersey
Bureau of Housing Green Card. Offerors must provide
documentation demonstrating compliance with The
Commonwealth of New Jersey State Regulations for
Hotels/Motels. The solicitation will be issued on or
about 19 December, 2005.
URL:
http://www.fbo.gov/spg/DON/MSC/N32205C/N62381
-05-R-1022A/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: USA
POP ZIP: 07728
POP ADDRESS: Military Sealift Command
Firefighting School 1029 Highway 33 East, Freehold
NJ
======================================
NAICS Code: 424490
Department of Justice, Bureau of Prisons, FBOP Field Acquisition Office, U. S. Armed Forces Reserve
Complex 346 Marine Forces Drive, Grand Prairie, TX,
75051
SUBJECT: 89 -- Bag in the Box Beverages USP/FPC Atlanta, GA
SOLICITATION: RFQ30103-0159-5
RESP DATE: 12/09/05
CONTACT: Bobby Addison, Contract Specialist,
Phone (972) 352-4527, Fax (972) 352-4545, Email
baddison@bop.gov - Kevin Megli, Contract Specialist,
Phone 972-352-4520, Fax 972-352-4545, Email
kmegli@bop.gov
DESC: The Federal Bureau of Prisons, Field
Acquisition Office, Grand Prairie, Texas intends to
make a single award, to a responsible quoter for the
provision of Bag in the Box fruit juice beverages for
the United States Penitentiary/Federal Prison Camp,
601 McDonough Boulevard SE, Atlanta, Georgia
30315. The contract period shall consist of a base
period from effective Date of Award through12
months from effective Date of Award, and four
one-year option periods for renewal at the unilateral
discretion of the Government. Estimated yearly
contract requirements include 6,000 gallons of
Vitamin C fortified kosher beverage base (19:1 ration)
per year. The North American Industrial
Classification (NAICS) code is 424490, with a small
business size standard of 100 employees. The
solicitation will be made available on or about
November 28, 2005 and will be distributed solely
through the General Services AdministrationÆs
Federal Business Opportunities web site
http://www.fedbizopps.gov/. Hard copies of this
solicitation will not be available as the site provides
complete downloading instructions. All future
information concerning this solicitation, including
amendments, will also be distributed solely through
this site. Interested parties are responsible for
monitoring this site to ensure they have the most
current information concerning this solicitation. This
solicitation is 100% set aside for small business. All
responsible small business sources are encouraged to
submit a quote which will be considered. Faith-Based
and Community-Based Organizations have the right to
submit quotes equally with other organizations for
contracts for which they are eligible. The anticipated
date for receipt of quotes is December 9, 2005.
URL:
http://www.fbo.gov/spg/DOJ/BPR/70032/RFQ301030159-5/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 30315
POP ADDRESS: United States Penitentiary/Federal
Prison Camp
601 McDonough Boulevard, SE
Atlanta, Georgia
======================================
96 - Ores, Minerals, and Their Primary Products
======================================
NAICS Code: 331111
Department of Justice, Federal Prison
Industries/UNICOR, Procurement Branch, 320 First
Street, N.W., Washington, DC, 20534
SUBJECT: 96 -- Sheet & Plate Steel
SOLICITATION: MT727-06
RESP DATE: 11/30/05
CONTACT: Chyrel McPherson, Contracting Officer,
Phone 202-305-7284, Fax 202-305-2091, Email
cmcphers@central.unicor.gov
DESC: This is a combined synopsis/solicitation for
Commercial items prepared in accordance with the
format in Subpart 12.6 of the Federal Acquisition
Regulations (FAR), as supplemented with additional
information included in this notice. This
announcement constitutes the only solicitation; quote
being requested. Solicitation Number for this quote is
MT727-06, this solicitation is issued as a Request for
Quote (RFQ). This RFQ document and incorporated
clauses and provisions are those in effect through
Federal Acquisition Circular 05-06. NOTICE: This
acquisition will be conducted through the reverse
auction process with Global eProcure. All prospective
offerors are to contact Ramanjit Singh (732) 382-6565
ext. 1034 or his e-mail address:
ramanjitsingh@globaleprocure.com. Only those
prospective offerors signed up for the reverse auction
process will be considered for award. Each offeror
will submit their pricing for this requirement through
the reverse auction with Global eProcure. The North
American Industry Classification System (NAICS) is
332312. UNICOR, Federal Prison Industries, Inc.,
intends to enter into a one (1) year firm-fixed price
requirements type contract for sheet steel and steel
plate Federal Correctional Institution Pekin, IL
Lewisburg, PA. The Government reserves the right to
make one single or multiple award, whichever is the
most advantageous to the government. For the
following items: Line Item: 0001, 5/8"T, 4130-HRS,
48"X96", UNICOR PART #PLT0421, Description:
plate steel, dimensions: 48" Wide by 96" long, 5/8"
thick hot rolled plate steel in accordance with
ASTM-A366 thickness tolerance: MIN. 600" MAX.
655" Width/length tolerance + .250" - .000" WT. Per
sheet: Estimated 817 LBS. Certificate of conformance
required maximum of approx. 12 sheets per skid,
sheets to be secured to wooden pallet with steel
strapping. Protective covering to avoid damages from
the elements. Estimated quantity 220 Each. Line Item
0002: 16GAX48"WX96"L,CRCQ,ASTM-A366
UNICOR Part number: SHS0094, Description: Sheet
steel in accord with ASTM-A366 Cold rolled
commercial quality oiled (water soluble) and paper
wrapped MSDS for oil is required mill certification
required inspection required Q.C. inspection required
ERMT Specs: Thickness: MIN=.055" / MAX=.065"
59
Per sheet WT: 80#LBS. Width Tolerance: -0 +6mm,
Carbon Steel, EMT Specs: Thickness: MIN=.055 /
MAX=.065, per Sheet WT: 80#LBS. #1 MATTE
(Exposed) Finish, #4 Temper ASTM-569 (LATEST
REV) HRPO With 15% Max Carbon is acceptable as
an alternate. Packed in bundles of 50 PCS (MAX).
Bundles to be banded with 3/4"WIDE (MIN), straps (2
Long and 2 Horiz) and secured to wooden skids.
Estimated Quantity 3,850 Each. Line item 0003, 11
GA X 48" X 96", CRS-A366, UNICOR Part number:
SHS0118. Description: Sheet Steel, Dimensions: 48ö
Wide by 96ö Long Dimensions: 48" Wide by 96" Long
11 Gauge cold rolled sheet steel in accordance with
ASTM-A366 Thickness: MIN. 0538" MAX. 0658
Width/Length tolerance + .250" - .000" WT. Per sheet:
Estimated 160 LBS. Certificate of conformance
required Maximum of 49 Sheets per Skid, sheets to be
secured to wooden pallet with steel strapping.
Protective covering to avoid damages from the
elements. Estimated quantity 550 Each. Line item
0004, 8GAX48"X96", HRPD-A-569, UNICOR Part
number SHS0119. Description: Sheet steel.
Dimensions: 48" Wide by 96" Long, 8 Gauge hot
rolled sheet steel in accordance with ASTM-A569
Thickness MIN. 1564" MAX. 1724 Width/Length
Tolerance + .250" - .000" WT. Per Sheet: Estimated
220 LBS. Certificate of conformance required
maximum of 48 Sheets per skid, sheets to be secured
to wooden pallet with steel strapping. Protective
covering to avoid damages from the elements.
Estimated Quantity 1,900 Each. SPECIAL NOTICE
TO ALL VENDORS SUBMITTING AN OFFER.
YOU ARE REQUIRED TO DENOTE THE ORIGIN
OF EACH LINE ITEM OF THE PRODUCT(S)YOU
ARE OFFERING IN THIS REQUIREMENT ON OR
BEFORE WEDNESDAY, NOVEMBER 30, 2005,
2:00 P.M. EASTERN TIME. NOTICE: MATERIAL
SHOULD BE SHIPPED ON A PALLET, NOT TO
EXCEED 4,000 POUNDS PER SKID. THE
MATERIAL SHOULD BE COVERED WITH A
TARP OR HARD CARDBOARD TO PROTESCT IT
FROM THE WEATHER. Required delivery is five to
fourteen (14) business days after receipt of delivery
order to Federal Correctional Institution, Federal
Prison Industries, 2600 South Second Street, Pekin, Il
61554, telephone (309) 346-8588. THE
QUANTITIES SHOWN IN THIS REQUIREMENT
ARE ESTIMATES ONLY AND NOT AN ORDER,
AND DO NOT OBLIGATE THE GOVERNMENT.
FUNDS WILL BE OBLIGATED BY EACH
DELIVERY ORDER AND NOT THE CONTRACT
ITSELF. All shipments should be labeled as follows:
vendor name, purchase order number and/or contract
number, item description, item quantity with weight,
and a certificate of conformance. In accordance with
52.211-16, Variation In Quantity, Variations per
delivery order is plus two (2) percent /minus Zero (0)
percent. FAR Clause 52.216-18, Ordering applies.
Orders may be issued from date of award through one
(1) year thereafter. The contractor will only deliver the
items that have been designated by a delivery order.
Items shipped without a delivery order will be returned
at the contractorÆs expense. Any supplies to be
furnished under this contract shall be ordered by
issuance of delivery orders by the Contracting Officers
at FCI Pekin, IL and Washington, DC with the
exception of the COTR. Delivery hours are 8:00 a.m.
to 11:00 a.m. and 1:00 p.m. to 2:30 p.m., Monday
through Friday, notwithstanding emergencies and
Federal holidays. JAR 2852.270-70, Contracting
OfficerÆs Technical Representative, applies. The
COTR for this contract will be Steve Stellar, General
Foreman. All invoices shall be forwarded to: ATTN:
Business Manager, Federal Correctional Institution,
Federal Prison Industries, 2600 South Second Street,
Pekin, IL 61554, telephone (309) 346-8588. FAR
Clause 52.216-21, Requirements applies, contractor
shall not be required to make deliveries under this
contract fourteen (14) calendar days after the
expiration of this contract. SECTION SPECIAL
CONTRACT REQUIREMENTS NOTICE: This
acquisition will be conducted through the reverse
auctioning process with Global eProcure. All
prospective offerors are to contact Ramanjit Singh at
(732) 382-6565 ext. 1034 or her e-mail address:
ramanjit.singh@globaleprocure.com. Only those
prospective offerors signed up and participate in this
event will be considered for award. Each offeror will
submit their pricing for this requirement through
reverse auction with Global eProcure. Offerors will
NOT SUBMIT prices with their quote by the closing
date. The Contracting Officer has opted to conduct a
competitive, anonymous, on-line reverse auction for
this Request for Quote (RFQ). The Contracting Entity
has retained Global eProcure for Global eProcure to
conduct the auction for this quote. Global eProcure
refers to its auction as a Web-based Bidding Event.
To avoid confusion and the sake of consistency this
solicitation will be Event MT727-06. During the
reverse auction, offerors will provide pricing through
submission of electronic offers the Global eProcure
website. The primary pricing competition for this
RFQ will be through the online reverse auction.
Global eProcure will explain the process in detail and
train all interested contractors participating in this
acquisition prior to the reverse auction. Offerors will
have the ability to submit revised pricing during the
reverse auction in response to prices submitted by
other offerors. The identity of offerors will not be
revealed to each other during the reverse auction. The
Contracting Officer reserves the right to suspend or
cancel the reverse auction at any time. If the
Contracting Officer cancels the reverse auction,
instructions on how to submit pricing will be requested
by an amendment to this quote. Notwithstanding FAR
52.212-5, Offerors will submit pricing only through
the on-line mechanism supplied by Global eProcure.
Offerors will not submit pricing via any other
mechanism including but not limited to post, courier,
fax, E-mail, or orally unless specifically requested by
the Contracting Officer. At the conclusion of the
Event, UNICOR intends to award the contract, by Lot,
to the eligible, low-priced, responsible Offeror. The
Contracting Officer reserves the right to award to other
than the low-priced Offeror or to make no award under
the solicitation. Further information about the Event is
provided through Global eProcure. Offerors should
contact Ramanjit Singh at (732) 382-6565 ext. 1034
and/or e-mail at ramanjit.singh@globaleprocure with
specific questions in preparation of the bidding event
immediately upon receipt of this Request for Quote.
The date of the PRACTICE bidding event will take
place Tuesday, October 29, 2005, 11:00 a.m. to 12:00
p.m., Eastern Standard Time. The Live bidding event
will take place on Wednesday, October 30, 2005, 1:00
p.m. to 2:00 p.m., Eastern Standard Time. All Offers
with the exception of pricing, which is to be conducted
through the reverse auctioning process, must be
received on or before Wednesday, October 30, 2005,
2:00 p.m., Eastern Standard Time. FAR Clause
52.216-19, Order Limitation û delivery order
limitations are a minimum quantity of PLT0421 û 18
each; SHS0094 û 214 each; SHS0118 û 157 each,
SHS0119 û 32 each; each per delivery order and a
maximum delivery order of PLT0421 û 23 each;
SHS0094 û 268 each; SHS0118 û 197 each, SHS0119
û 40 each per delivery order. The following are
addenda to FAR Clause 52.212-1 Paragraph: C Period
of acceptance of offers; the offeror agrees to hold their
proposal prices firm for 60 days from date specified
for receipt of offers. Provision 52.212-1, Instructions
to Offerors-Commercial Items, applies to this
acquisition. FAR provision 52.213-3, Offeror
Representations and Certifications-Commercial Items,
must be included with your offer. Beginning January
1, 2005, the Federal Acquisition Regulation (FAR)
will require the use of the Online Representations and
Certifications Application (ORCA) in Federal
solicitations as a part of the proposal submission
process. ORCA is a web-based system that centralizes
and standardizes the collection, storage and viewing of
many of the FAR required representations and
certifications previously found in solicitations. With
ORCA, you now have the ability to enter and maintain
your representation and certification information, at
your convenience, via the Internet at
http://orca.bpn.gov. The following clauses also apply
to this solicitation: FAR Clause 52.212-4 Contract
Terms and Conditions-Commercial Items
PARAGRAPH (d) DISPUTES shall be deleted and
replaced with ôDISPUTESö THIS CONTRACT IS
NOT SUBJECT TO THE CONTRCT DISPUTES
ACTS OF 1978, AS AMENDED (41 U.S.C. 601-613).
DISPUTES ARISING UNDER OR RELATING TO
THIS CONTRACT SHALL BE RESOLVED IN
ACCORDANCE WITH THE CLAUSE AT FAR
52.233-1 DISPUTES (JUL 2002)(DEVIATION) and
FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statues or Executive
Orders-Commercial Items. Any amendments hereby
issued to this solicitation will be synopsized in the
same manner as this solicitation and must be
acknowledged by each offeror. FAR 52.212-2,
Evaluation-Commercial. The following factors shall
be used to evaluate offers: Past Performance, price
and technical when combined are all equal. The
Government will award a contract resulting from this
solicitation to a responsible offeror whose offer
conforms to the solicitation and is considered most
advantageous to the Government. Offerors will
identify previous federal, state, local government and
private contracts, which they are currently performing
on or have performed on and that are similar in scope
to the requirement being evaluated. (List at least three
(3) and no more than five (5) contracts for evaluation.
References provided shall be for contracts performed
within the past three (3) to five (5) years. All
references provided may or may not be used in the
evaluation of the contractorÆs performance. Each
reference must contain the name, address and
telephone number of the company or government
agency for which the contract was performed as well
as a contact person from that company or agency and
the contract number if applicable. FAR Subpart 4.11
Central Contractor Registration applies. FAR
52.52.212-1 Instructions to Offerors-Commercial
Items (3)(k) Central Contractor Registration. Unless
exempted by an addendum to this solicitation, by
submission of an offer, the offeror acknowledges the
requirement that a prospective awardee shall be
registered in the CCR database prior to award, during
performance and through final payment of any
contract resulting from this solicitation. If the Offeror
does not become registered in the CCR database in the
prescribed by the Contracting Officer, the Contracting
Officer will proceed to award to the next otherwise
successful registered Offeror. Offerors may obtain
information on registration and annual confirmation
requirements via the Internet at http://www.ccr.gov or
by calling 1-888-227-2423 or 269-961-5757. FAR
52.204-7 Central Contractor Registration applies.
FAR 52.204-8 Annual Representations and
Certifications applies. FAR 52.204-6 Data Universal
Numbering System (DUNS) Number applies. FAR
Clause 52.232-33, Payment By Electronic Funds
Transfer-Central Contractor Registration. Also, All
Contractors MUST be registered in the Contractor
Performance System (CPS). To register go to
http://cps.od.nih.gov click on the hypertext
ôRegistration for Existing Contractsö listed under the
column labeled ôContractor Information,ö read the
information provided on the page and click the
hypertext http://cpscontractor.nih.gov/, this will put
you on the Login screen of the Contractor Performance
System (CPS). On the right hand side of the screen
you will see a question ôRegistered to the New CPS
yet?ö Click here to start the process under the word
ôBULLETINS.ö Click the word ôhereö which is in
hypertext format. Enter the required information to
register. If you have any questions you can contact
60
CPS Support by E-Mail (cps-support-I@list.nih.gov)
or call Jo Ann, Paulette or Alex on (301) 451-2771.
Taxpayer Identification Number, ACH (electronic
payment information) numbers are applicable. This
form can be downloaded from our web page
http://www.unicor.gov/procurement/proforms.htm.
All prospective vendors must download this form and
fill out in it entirety. FAR 52.232-18, Availability of
Funds applies. If offer is not submitted with a signed
Standard Form SF-1449, submit on Company
letterhead with a statement specifying agreement with
the terms, conditions and provisions included in this
solicitation to ATTN: Chyrel McPherson, Contracting
Officer, RFQ Number MT727-06, fax your offer to
(202) 305-2091 in accordance to FAR 52.215-5,
Facsimile Proposal. All Offers must be received on or
before Wednesday, October 30, 2005, 2:00 p.m.,
Eastern Standard Time.
URL:
http://www.fbo.gov/spg/DOJ/FPI-UNICOR/MMB/MT
727-06/listing.html
Desc: Link to FedBizOpps document.
======================================
99 - Miscellaneous
======================================
4890 University Square, Huntsville, AL 35816
SUBJECT: 99--Spectrum Analyzer by WinRadio,
Open Market Accepted, ITSS Registered Vendors,
End Customer US Navy
SOLICITATION: 4THO17069017
RESP DATE: 11/23/05
CONTACT: Name: Chris Harvel, Title: Account
Manager, Phone: 2568953383, Fax: 2568955898,
Email: chris.harvel@gsa.gov; Name: John Lee, Title:
Sourcing Agent, Phone: 703.244.9725, Fax:
703.385.9211, Email: john.lee@fedbid.com;
DESC: This is a combined synopsis/solicitation for
commercial items prepared in accordance with the
format in FAR Subpart 12.6, in conjunction with FAR
13.5, and as supplemented with additional information
included in this notice. This announcement constitutes
the only solicitation; quotes are being requested and a
written solicitation will not be issued. The solicitation
number is 4THO17069017 and is issued as a request
for quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect
through Federal Acquisition Circular FAC 01-27. The
associated North American Industrial Classification
System (NAICS) code for this procurement is 334111
with a small business size standard of 1,000
employees. This requirement is a [ Small Business ]
set-aside and only qualified offerors may submit a
quote. The solicitation pricing on www.FedBid.com
will start on the date this solicitation is posted and will
end on Wednesday, November 23, 2005 at 13:00:00
Eastern Time or as otherwise displayed at
www.FedBid.com. FOB Destination shall be Panama
City Beach, FL 32407 <BR><BR>The GSA FTS
Region 4 requires the following items, BRAND
NAME OR EQUAL, to the following: <BR>LI 001,
WD-3000/40 with 2nd WR3700-iPC Based Receivers
including:Ruggedized PC,WR3700-i ADF
receiver,WR3700-i Analysis receiver, 1, EA;<BR>LI
002, AX-71CFixed Site Discone Antenna,25 - 3000
MHz, 1, EA;<BR>LI 003, AX-55DMobile ADF
Antenna,50 ? 1000 MHz, 1, EA;<BR>LI 004,
AX-37EHand Held Directional Antenna, 300 ? 3000
MHz, 1, EA;<BR>LI 005, ACC71MOUNTING
CLAMPS FOR THE AX-71C, 1, EA; <BR><BR>For
this solicitation, GSA FTS Region 4 intends to
conduct an online competitive reverse auction to be
facilitated by the third-party reverse auction provider,
FedBid, Inc. FedBid has developed an online,
anonymous, browser based application to conduct the
reverse auction. An Offeror may submit a series of
pricing quotes, which descend in price during the
specified period of time for the aforementioned reverse
auction. GSA FTS Region 4 is taking this action in a
an effort to improve vendor access and awareness of
requests while expediting its ability to gather multiple,
completed, real-time offers. All responsible Offerors
that respond to this solicitation MUST submit the
pricing portion of their offer using the online exchange
located at www.FedBid.com. There is no cost to
register, review procurement data or make an offer on
www.FedBid.com. Offerors that are not currently
registered to use www.FedBid.com should proceed to
www.FedBid.com to complete their free registration.
Offerors that require special considerations or
assistance may contact the FedBid Helpdesk at
877-9FEDBID (877-933-3243) or via email at
clientservices@fedbid.com. Offerors may not
artificially manipulate the price of a transaction on
www.FedBid.com by any means. It is unacceptable to
place bad faith offers, to use decoys in the
www.FedBid.com process or to collude with the intent
or effect of hampering the competitive
www.FedBid.com process. Should offerors require
additional clarification, contact Chris Harvel at
chris.harvel@gsa.gov or FedBid.com at 877-9FEDBID
(877-933-3243) or
clientservices@fedbid.com.<BR><BR>In addition to
providing pricing at www.FedBid.com for this
solicitation, each Offeror must provide any required,
NON-PRICING responses (e.g. technical proposal,
representations and certifications, etc.) directly to
chris.harvel@gsa.gov (NOT THROUGH
FEDBID.COM) so that they are received at that email
address no later than the closing date and time for this
solicitation. The offeror must download and review the
Terms and Conditions document attached to this
solicitation. If selected, you will be contacted to
provide the completed document and your concurence
with its contents. Representations and certifications
are now required to be filled out online at
http://orca.bpn.gov. Desired Delivery Date is
12/15/2005. CCR Requirement - Company must be
registered on Central Contractor Registration (CCR)
before an award could be made to them. If company is
not registered in CCR, they may do so by going to
CCR web site at http://www.ccr.gov Use of
FedBid.com - Buyers and Sellers agree to use
FedBid.com as an independent Venue for buying and
selling goods or services, respectively. It is understood
that FedBid ranks all bids by price, regardless of the
evaluation criteria used by the buyer. Buyers and
Sellers understand that a Buyer always maintains all
rights assigned under their contracting authority and/or
applicable acquisition regulations, and may select the
most advantageous bid for the governments purpose
while considering offline factors such as delivery, past
performance, socio-economic classifications, and
source rotation. Vendors / sales agents submitting
quotes MUST BE registered in ITSS. If vendor
registration assistance is needed contact 877.243.2889
Option 2 Quote per specifications requested. If an item
has been discontinued or is end of life, annotate quote
referencing as such then quote an equal or better
replacement for the item. Quote is to include all fees,
including shipping or freight costs
URL:
http://www.fbo.gov/spg/GSA/FTS/4TRC-SMTP/4TH
O17069017/listing.html
Desc: www.fedbid.com (a-23555, n-1716)
SETASIDE: Total Small Business
POP COUNTRY: US
POP ZIP: 32407
POP ADDRESS: Panama City Beach, FL 32407
======================================
NAICS Code: 334519
Department of the Air Force, Pacific Air Forces, 15
CONS - Hickam, 90 G Street, Hickam AFB, HI,
96853-5230
SUBJECT: 99 -- VaporTracer2 (Brand Name) Qty: 3
SOLICITATION: FA5215-06-T-0002
RESP DATE: 11/23/05
CONTACT: Wendy Roe, Contract Specialist, Phone
(808) 449-6860 X407, Fax (808) 449-7026, Email
wendy.roe@hickam.af.mil - Hubert Cacho, Contract
Specialist, Phone (808) 449-6860 X414, Fax (808)
449-7026, Email hubert.cacho@hickam.af.mil
DESC: See uploaded document
URL:
http://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215
-06-T-0002/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP COUNTRY: USA
POP ZIP: 96853-5272
POP ADDRESS: 290 Vickers Ave Bldg 1050
Hickam AFB, HI
======================================
NAICS Code: 562112
Department of the Navy, Naval Supply Systems
Command, FISC NORFOLK DETACHMENT
PHILADELPHIA, 700 Robbins Avenue, Building 2B,
Philadelphia, PA, 19111-5083
SUBJECT: 99 -- Infestious Waste Removal
SOLICITATION: N00140-06-Q-0143
RESP DATE: 11/23/05
CONTACT: Diane Sturgis, Purchasing Agent, Phone
215-697-9696, Fax 215-697-9742, Email
Diane.Sturgis@navy.mil - Kevin Sweetra, Contracting
Officer, Phone 215-697-9690, Fax 215-697-9579,
Email kevin.sweetra@navy.mil
DESC: 1.FISC Norfolk Contracting Department
Philadelphia intends to procure a Infectious Waste
Removal for the Naval Ambulatory Care Center,
Groton, CT. Request for Quotation (RFQ)
N00140-06-Q-0143 contemplate a firm fixed price
contract. Delivery of services is required with 5 days
after receipt of order. This a combined
synopsis/solicitation for commercial item prepared in
accordance with Simplified Acquisition Procedures.
This announcement constitutes the only solicitation;
quotes being requested and a written solicitation will
not be issued. It is the contractorÆs responsibility to
be familiar with the applicable clauses and provisions.
This RFQ documents and incorporates provisions and
clauses in effect through FAC 2005-05 and DFARS
Change Notice 20051114. The clauses may be access
in full text at current through addresses:
www.arnet.gov/far and www.dtic.mil/dfars. The
NAICS Code is 562219. It is requested that qualified
sources capable of providing services for line item
numbers. SUPPLIES/SERVICES: CLIN 0001
Storage, pick-up and disposal of infectious waste from
01 Dec 05 thru 30 Sept 30. CLIN 0001AA Basic Year
QTY 650 boxes; OPTION YEAR 1 û CLIN 0002
Storage, pick-up and disposal of infectious waste from
01 Oct 2006 thru 30 Sept 2007 QTY 850 boxes;
OPTION YEAR 2 û CLIN 0003 Storage, pick-up and
disposal of infectious waste from 01 Oct 2007 thru 30
Sept 2008 QTY 850 boxes; OPTION YEAR 3 û CLIN
0004 Storage, pick-up and disposal of infectious waste
from 01 Oct 2008 thru 30 Sept 2009 QTY 850 boxes;
OPTION YEAR 4 û CLIN 0005 Storage, pick-up and
disposal of infectious waste from 01 Oct 2009 to 30
Sep 2010 QTY 850 boxes. Payment for services
rendered will be based upon actual boxes disposed of.
SECTION C û 1. SCOPE OF WORK: A full service
program including packaging supplies.
Transportation, incineration, and manifestation from
(NACC), Groton, CT. SPECIFIC/SPECIAL
REQUIREMENTS: Deliver supplies to NACC:
Corrugated boxes 18ö x 18öx 24ö to equal 4.5 cubic
ft., 50lbs, 30 gallon capacity; three mil red plastic bags
with the biohazard universal symbols printed on the
bag, to be used 2 per box; packing tap; manifest;
manifest tracking labels for corrugated boxes, ad
biohazard labels for red bags, body fluid containers,
and sharp containers. Consultation services by a
Medical Waste Professional. Training of NACC
personnel on federal and state infectious waste
regulations and compliance procedures, to be giving at
least twice a year whenever federal and state agencies
make changes in the regulations and/or requirements
for; packing, manifesting, handling of medical waste,
as related to the contract. Notify the Government
Contracting Officers Representative (COR) of changes
61
in regulations and laws pertaining to
medical/infectious issues involving the NACC. Keep
NACC Safety and Occupational Health Manager, and
Medical Waste Manager advised of changing
requirements and regulations of the Connecticut
Department of Environment management (CDEM);
Commonwealth of Massachusetts Department of
Environment Quality Engineering; and the Federal
Environmental Protection Agency. The Contractor
shall procure and maintain during the entire period of
performance under the contract the following
minimum coverage: 1.Comprehensive general liability
of $1,000,000.00 per occurrence.
2.Automobile liability of $200,000 per person,
$500,000 per occurrence, $20,000 per occurrence for
property damage.
3.WorkmanÆs Compensation: As required by Federal
and State workerÆs compensation and occupational
disease statues.
4.EmployerÆs liability coverage $100,000 except in
states where private carriers may not write workerÆs
compensation.
5.Environment Impairing coverage: $5,000,000
(minimum) Take title to medical waste once loaded
on-board contractorÆs transportation vehicle. Provide
indemnification and hold U.S. Government harmless
from loss, damages, suits, penalties, costs, liabilities
and expenses (including but not limited to legal and
investigative expenses) arising out of any claim for
loss or damage to property, include NACCÆs property
and injuries or death of NACC employees, caused by
or resulting from contractorÆs negligence, willful
misconduct or breath of contract. Handle medical
waste in properly licensed vehicles. All vehicles used
in the transportation of medical waste from the
NACCs will have all necessary Federal and State
licenses applicable to each state and jurisdiction. The
contractor shall provide a copy of the permits and
licenses applicable to operating an incinerator. All
drivers must meet training requirements of Department
of Transportation for Emergency Spill Response.
Provide copies of all manifests and provide copies of
signed certificates of destruction for all manifested
shipments. Provide a contractorÆs representative to
accompany the governmentÆs representative(s) while
they accomplish a comprehensive facility tour of the
contractorÆs plant. There will be a minimum of one
(1) and a maximum of twelve (12)
unannounced/announced (governmentÆs option)
comprehensive facility tours annually. 2.10 The
contractor will perform semi-annual medical waste
surveys for the NAC. The result of the survey will be
sent to the COR within 30 days of the completion of
the survey. 2.11 The contractor will also perform
additional pick-ups within 48 hours of request,
without additional charges other than the cost per box
charge agreed upon in Section B of this contract. The
provisions at 52.22-3 Hazardous Material
Identification & Material Safety Data; 52.212-1
Instruction of Offerors Commercial Items is applicable
to this procurement. Offerors are advised to include
complete copy of the provisions at 52.212-5 with their
offer. The clause 52.212-4 Contract Terms and
Conditions-Commercial Items applies to this
acquisition. The following clauses are applicable to
this acquisition: 52.217-6 Option for Increase;
52.217-8 Option to Extend Services; 52-212-5
Contract Terms and Conditions Required to
Implement Statues of Executive Orders, Commercial
Items; 52.222-19 Child Labor Cooperation with
Authorities and Remedies; 52.222-21 Prohibition or
Segregated Facilities; 52.222-26 Equal Opportunity;
52.232-33 Payment for Electronic Funds
Transfer-Central Contractor Registration; 52.249-1
Termination for Convenience of the Government
(Fixed Price); 52.212-2 Evaluation û Commercial
Items is applicable to this procurement. While price
will be a significant factor in the evaluation of offers,
the final contract award will be based on a
combination of factors û combination of price and past
performance, with past performance being considered
more important than price. The quoter shall submit, as
part of its quote information on previously performed
contracts or on-going contracts the solicitation
performed for Federal, State, or Local Governments,
and for commercial firms. Information shall be
provided on your most relevant and will not exceed
three sources. The information submitted shall include
a contract number, the total dollar value, and period of
performance of contract and POC knowledgeable
about your performance under that contract. Offers
shall be received at FISC Norfolk Contracting
Department Philadelphia Office, 700 Robbins Ave,
Bldg 2B, Philadelphia, PA 19111 no later 4PM (local
time) on 23 November 2005. All responses may be
emailed to Diane Sturgis at Diane.Sturgis@navy.mil
or faxed to (215) 697-9742 and reference quotation
number N00140-06-Q-0143. For additional
information concerning this requirement, please
contact Diane Sturgis at 215-697-9696.
URL:
http://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHI
LA/N00140-06-Q-0143/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: UNITED STATES
POP ZIP: 06349-5600
POP ADDRESS: 1 WAHOO DRIVE
GROTON, CT
======================================
M67399 Twentynine Palms, CA
SUBJECT: 99--TACTICAL SLINGS
SOLICITATION: M6739906Q0005
RESP DATE: 11/28/05
CONTACT: SSGT JONES, HAL 760-830-5124
DESC: Combined Synopsis/Solicitation 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. The announcement constitutes
the only solicitation; proposals are being requested and
a written solicitation will not be issued. The
solicitation is being issued as a request for quotation
(RFQ). RFQ # M67399-06-Q-0005 The solicitation
document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular
(FAC) 2005-06. This is a restricted purchase set-aside
for 100% Small Business Concerns. The North
American Industry Classification System Code
(NAICS) is 423910. The Standard Industrial
Classification Code (SIC) for this order is 5091. The
small business size standard is 500 EMP. The Defense
Priorities and Allocation System (DPAS) rating for
this order is DO-C9.The Federal Supply Classification
(FSC) for this order is 7810. CLIN 0001-COOPER
SLING RESTRAINT SYSTEM RAPID
DEPLOYMENT, HUMMER VERSION, P/N:
CS101RD, QUANTITY 50. CLIN 0002-COOPER
SLING RESTRAINT SYSTEM RAPID
DEPLOYMENT, 7-TON VERSION, P/N: CS104RD,
QUANTITY 40. Place of contract delivery will be
Marine Corps Air Ground Combat Center
(MCAGCC)/Marine Corps Air Ground Task Force
Training Command (MCAGTFTC) Twentynine Palms,
CA. Delivery date requested is 20 December 2005.
The Following Federal Acquisition Regulation (FAR)
and Defense Federal Acquisition Regulation
provisions and clauses are applicable to this
acquisition. All provisions and clauses may be found
at the following website: http://farsite.hill.af.mil/
FAR:52.212-1, 52-212-2, 52.212-3, 52.212-4,
52.212-5, 52.219-6, 52.222-3, 52.222-19,52.222-21,
52.222-26, 52.222-35, 52.222-36, 52.222-37,
52.225-1, and 52.232-33. DFARS:252.212-7000,
252.212-7001 (Dev), 252.204.7000, 252.204-7004
(Alt A), and 252.232.7003 Note: The complete
provision at the Federal Acquisition Regulation (FAR)
52.212-3 must accompany bid submittal. The
Government will award a contract resulting from this
solicitation to the responsible/responsive offeror whose
proposal conforming to the solicitation will be the
most advantageous to the Government, considering
lowest price technically acceptable offer. The
following factor shall be used to evaluate the
quotations. (1) Price- Price realism and price
reasonableness will be considered when evaluating
price. Quotations are due by COB- 1600 (4:00PM)
PST on November 28, 2005 at The Regional
Contracting Office , Marine Corps Air Ground
Combat Center (MCAGCC)/Marine Corps Air Ground
Task Force Training Command (MCAGTFTC), P.O.
Box 6053, Twentynine Palms, CA 92278-6053,
ATTN; SSgt Hal Jones, Contracting Specialist,
Telephone # 760-830-5124, Fax 760-830-6353, and
email: hal.d.jones@usmc.mil. Please submit your
quotations via any method listed below: E-MAIL
FEDERAL EXPRESS HAND-CARRIED TO THE
OFFICE
URL:
http://www.fbo.gov/spg/DON/USMC/M67399/M6739
906Q0005/listing.html
Desc: Link to FedBizOpps document.
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 99---Ae2100d3 Engine
SOLICITATION: N0038306Y5506
RESP DATE: 12/16/05
CONTACT: Contact Point, Donald C Hinkson,
0232.07, (215)697-2598, Fax, (215)697-3161, Twx,
Not-avail
DESC: , SPEC NR AE2100D3, Qty 4 EA, Delivery
FOB Origin--THE NAVAL INVENTORY CONTROL
POINT (NAVICP) INTENDS TO SOLICIT OFFERS
FROM QUALIFIED SOURCES TO PROVIDE THE
ENGINE MEETING THE SPECIFICATION OF
THE AE2100D3 ENGINE USED ON THE KC-130J
AIRCRAFT. THE KC-130 IS A MULTI-ROLE,
MULTI-MISSION TACTICAL
TANKER/TRANSPORT WHICH PROVIDES THE
SUPPORT REQUIRED BY THE MARINE AIR
GROUND TASK FORCES. THE SUBSEQUENT
CONTRACT WILL BE BASED ON FAR PART 12.
SOUCES NOT APPROVED WILL BE REQUIRED
TO OBTAIN SOURCE APPROVAL PRIOR TO
EVALUATION WHICH CAN BE FOUND AT THE
NAVICP EXTRANET WEBSITE UNDER
ENGINEERING AND PRODUCT
SUPPORT-SOURCE DEVELOPMENT (073).THE
POINT OF CONTACT FOR SOURCE APPROVAL
INFORMATION IS RON WALTON (215) 697-1248
OR ROANLD.WALTON@NAVY.MIL., See Note
23*****
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/N00
38306Y5506/listing.html
Desc: NAVICP BUSINESS OPPORTUNITIES
======================================
MODS TO PREVIOUS PRESOLICITATION
NOTICES
======================================
A - Research and Development
======================================
55 Broadway; Cambridge, MA 02142
SUBJECT: A --Passenger Rail Car Evacuation
Modeling
SOLICITATION: DTRT57-06-R-20005
RESP DATE: 11/30/05
CONTACT: Point of Contact - Darren Shaffer,
Contract Specialist, 617-494-2332
DESC: The purpose of this modification is to delete
the subject text, Aquisition Management Division and
insert Passenger Rail Car Evacuation Modeling.
URL:
http://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57
-06-R-20005/listing.html
Desc: Volpe Center Acquisition Division home page
EMAIL: darren.shaffer@volpe.dot.gov
Desc: Contract Specialist
======================================
M67004 814 Radford Blvd Albany, GA
62
SUBJECT: A--Professional, Administrative, and
Management Support Services
SOLICITATION: M6700405R0039
RESP DATE: 12/05/05
CONTACT: Tammy Lopez, Contract Specialist @
(229) 639-6024.
DESC: Please Note: Amendment #1 has changed the
solicitation number from M67004-05-R-0039 to
M67004-06-R-0019. The purpose of the amendment
to the synopsis is to provide additional information
regarding the forthcoming draft RFP and Industry Day.
P.O.C. concerning this notice is Ms. Tammy Lopez,
Contract Specialist @ (229) 639-6024. Industry day
will be held 07 December 2005 @ 09:00 a.m. located
at Naval Surface Warfare Center in Indian Head, MD.
Interested parties please contact Ms. Tammy D. Lopez
(229) 639-6024 or e-mail tammy.lopez@usmc.mil not
later than 05 December 2005. Please provide company
name, company address, phone number, e-mail
address and name of attendees (no more than 3
attendees per company). Directions are provided
below per attachments. PLEASE NOTE: At this time
the Government will proceed with this acquisition as
an unrestricted requirement but reserves the right to
change acquisition requirement to a small business
set-aside requirement. If this occurs an amendment to
the to the synopsis will be posted before release and
dissemination of final Request for Proposal (RFP).
URL:
http://www.fbo.gov/spg/DON/USMC/M67004/M6700
405R0039/listing.html
Desc: Link to FedBizOpps document.
======================================
US Army C-E LCMC Acquisition Center - DAAB07,
ATTN: AMSEL-AC, Building 1208, Fort Monmouth,
NJ 07703-5008
SUBJECT: A--This modification of the previous
notice only reflects a corrected response date of
12/02/2005.
SOLICITATION: W15P7T-06-I2WD-010
RESP DATE: 12/02/05
CONTACT: Louise Huntley, 732-427-7101
DESC: Points of Contact are Ms. Barbara McMurray,
Barbara.mcmurray@us.army.mil, (732) 427-5793 or
SFC Scott Cheseldine, scott.cheseldine@us.army.mil,
(732) 532-5868. The U.S. Army Research,
Development and Engineering Command (RDECOM),
Communications-Electronics Research, Development
and Engineering Center (CERDEC), Intelligence and
Information Warfare Directorate (I2WD), Fort
Monmouth, NJ is conducting an industry sur vey for
8(a) companies with experience in Systems
Engineering and Production Support. The I2WD
Fabrication Integration and Fielding Facility (FIFF)
provides extensive integration, and development
support as well as prototyping, system integration, part
f abrication, kit assembly, drawings, and logistics
support as required by various military, government
and federal agencies. Sources will be expected to
provide on-site, technical and logistics support at Fort
Monmouth, NJ and off-site support in the local
vicinity. This systems support effort includes, but is
not limited to: requirements definition, technology
insertion, syst ems development and procurement,
systems integration, installation and maintenance,
fabrication, testing, kit assembly, prototyping,
evaluation, certification, studies and analysis,
technical data management, configuration
management, drawings, operations, maintenance and
logistics support, training, fielding, acquisition support
and procurement assistance. This request for
information (RFI)/sources sought (SS) notice is for
information and planning purposes only, and shall not
be construed as a solicitation or as an obligation on
part of the US Army RDECOM. The purpose of this
RFI/SS is to identify potential sources that may be
interested in and capable of performing the work
described herein. US Army RDECOM does not intend
to award a contract on the basis of responses nor
otherwise pay for the preparation of any information
submitted or for the use of such information.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAB07/W15
P7T-06-I2WD-010/listing.html
Desc: Link to FedBizOpps document.
EMAIL: louise.huntley@us.army.mil
Desc: US Army C-E LCMC Acquisition Center DAAB07
SETASIDE: 8a Competitive
POP ADDRESS: US Army RDECOM CERDEC,
I2WD ATTN: AMSRD-CER-IW-S Fort Monmouth
NJ
POP ZIP: 07703-5000
POP COUNTRY: US
======================================
B - Special Studies and Analyses - Not R&D
======================================
NAICS Code: 541690
United States Trade and Development Agency,
USTDA, USTDA, 1000 Wilson Boulevard, Suite
1600, C/O US TDA 1000 Wilson Boulevard, Suite
1600, Arlington, VA, 22209-3901
SUBJECT: B -- Turkey - Soma Wind Farm
Feasibility Study Project
SOLICITATION: Reference-Number-0581017B
RESP DATE: 12/01/05
CONTACT: Evangela Kunene, Procurement Data
Manager, Phone 703-875-4357, Fax 703-875-4009,
Email ekunene@ustda.gov
DESC: TO:Prospective Proposers
RE: Turkey: Soma Wind Farm Project
Reference No. 200581017B
SUBJECT:Amendment to the Request for Proposals
DATE: Tuesday, November 8, 2005
This announcement serves to inform prospective
proposers on the above-referenced project to send one
(1) original proposal and four (4) copies to the project
sponsor, Bilgin Elektrik in Ankara, Turkey.
Amendment No. 1: No fewer than one (1) original and
four (4) copies of the proposal shall be sent to the
project sponsor in Ankara, Turkey.
Section 2.14 of the RFP package shall now read as
follows:
Each proposal must be sealed to ensure confidentiality
of the information. The proposals should be
individually wrapped and sealed, and labeled for
content including "original" or "copy number x"; the
original and four (4) copies should be collectively
wrapped and sealed, and clearly marked for content.
Neither USTDA nor the Grantee will be responsible
for premature opening of proposals not properly
labeled.
Section 3 of the RFP package shall now read as
follows:
To expedite proposal review and evaluation, and to
assure that each proposal receives the same orderly
review, all proposals must follow the format described
in this section.
Proposal sections and pages shall be appropriately
numbered and the proposal shall include a Table of
Contents. Offerors are encouraged to submit concise
and clear responses to the RFP. Proposals shall
contain all elements of information requested without
exception. Instructions regarding the required scope
and content are given in this section. The Grantee
reserves the right to include any part of the selected
proposal in the final contract.
The proposal shall consist of a technical proposal only.
No cost proposal is required as the value of the
USTDA grant is established at U.S. $245,780 dollars.
Offerors shall submit one (1) original and four (4)
copies of the proposal. Proposals received by fax
cannot be accepted.
The following sections and content are required for
each proposal:
Transmittal Letter,
Cover/Title Page,
Table of Contents,
Introduction and Executive Summary,
Company Information,
Organizational Structure, Management Plan, and Key
Personnel,
Technical Approach and Work Plan,
Experience and Qualifications, and
Miscellaneous.
Detailed requirements and directions for the
preparation of each section are presented below.
URL:
http://www.fbo.gov/spg/TDA/TDA1/TDA1/ReferenceNumber-0581017B/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 541330
Other Defense Agencies, Defense Threat Reduction
Agency, Defense Threat Reduction Agency
(Headquarters), DTRA Annex 8725 John J. Kingman
Road, MSC 6201, Fort Belvoir, VA, 22060-6201
SUBJECT: B -- Sources Sought for Defense Threat
Reduction Agency Balance Survivability Assessment
Program
SOLICITATION:
Reference-Number-DTRA-BSA-0001
RESP DATE: 11/18/05
CONTACT: Debra Albrecht, Contract Specialist,
Phone 703-325-9648, Fax 703-325-9294, Email
debra.albrecht@dtra.mil
DESC: The Defense Threat Reduction Agency
(DTRA) is seeking sources to support the agencyÆs
Balanced Survivability Assessment (BSA) Program.
DTRAÆs BSA Program provides all-hazard
vulnerability assessments worldwide across the full
spectrum of functional areas for critical Department of
Defense (DoD) national/theater mission systems and
emulates an adversary while performing vulnerability
assessments of critical DoD assets. Support to the BSA
Program is divided into three areas:
1. Blue Team support. Blue Team provides technical
expertise to perform all-hazard, full spectrum
vulnerability assessments on (DoD) critical
national/theater mission systems, including airborne,
above ground, under ground, sea-based and
space-based assets. 2. Red Team support. Red Team
provides planning/analytic/operational support to
emulate an adversary while performing vulnerability
assessments of critical DoD assets. 3. Home Support.
Home support includes classified holdings
management, IT support including SCI LAN
maintenance and administration and Blue/Red Team
field equipment preparation (such as laptop computers,
cell phones, GPS devices, cameras, etc) and support.
Potential Offerors are requested to provide
information that demonstrates the organizationÆs
capability to perform any or all of the above services.
Capability statements shall demonstrate an
understanding of the skills and approaches necessary
to provide Blue Team, Red Team or Home support.
Responses shall include the following information:
company name, address, point of contact, telephone
number, email address, business size and small
business status such as disadvantaged, 8(a), HUB
Zone, Woman Owned, Minority Owned, and/or
Veteran Owned. Responses should not exceed five (5)
pages in total. The information should be sent to
DTRA by 12:00 PM, November 18, 2005, via email,
to bsa@dtra.mil. Any questions can also be directed to
bsa@dtra.mil. If a solicitation is issued it will be
announced at a later date, and all interested parties
must respond to that solicitation announcement
separately from the responses to this announcement.
No reimbursement will be made for any costs
associated with providing information in response to
this announcement.
Note: DTRA is still having technical difficulties with
the two e-mail addresses posted for responses. Please
send all responses to: debra.albrecht@dtra.mil.
URL:
http://www.fbo.gov/spg/ODA/DTRA/DTRA01/Refere
nce-Number-DTRA-BSA-0001/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Defense Threat Reduction Agency,
63
8725 John J. Kingman MS6201, Fort Belvoir, VA
POP ZIP: 222060
POP COUNTRY: United States of America
======================================
C - Architect and Engineering Services Construction
======================================
NAICS Code: 541310
Department of the Navy, Naval Facilities Engineering
Command, NFEC Southwest, Specialty Center
Contracts Core, 1205 Mill Road Building 850, Port
Hueneme, CA, 92043-4347
SUBJECT: C -- A/E Services for Waterfront
Facilities, Worldwide
SOLICITATION: N62473-06-R-3004
RESP DATE: 12/06/05
CONTACT: Terry Moore, Contracting Officer, Phone
805-982-2479, Fax 805-982-4540, Email
terry.l.moore@navy.mil
DESC: The North American Industry Classification
System (NAICS) code has been changed to 541330,
with an annual size standard of $15,500,000.00.
The date for receipt of SF 330s is extended to
December 6, 2005, at 2:00 p.m., PST. Submittals
received after this date and time will not be
considered----------------- END OF NEW
INFORMATION
---------------------------------------------------Correction/Clarifications to Synopsis
N62473-06-R-3004 Waterfront A/E:
Revise the first paragraph to state: ?This synopsis
requests services for miscellaneous inspection,
structural engineering and design services for
underwater and waterfront facilities at Navy and DoD
installations worldwide?.
The types of submittals may include ?dive safety
plans? in addition to those already identified in the
initial synopsis.
Evaluation Factor (1) first sentence is revised to read:
?Professional qualifications and technical competence
of the personnel proposed for the required services of
performing underwater inspections using professional
registered engineer-divers?.
Also in factor (1) after the discussion of the EM
385-1-1, next sentence is revised to read: ?This
information must demonstrate that the prospective
firm has performed contract diving work using
professional registered engineer-divers on a regular
and routine basis for at least the past three years and is
able to accomplish such work in a safe and efficient
manner?.
Evaluation Factor (2) should also identify ?conducting
underwater inspections and associated travel (by land
or air)? to the specialized experience. ?(b)? should be
revised to read: ?Underwater structural condition
assessments, including the use of destructive and
non-destructive (NDT) techniques?.
Evaluation Factor (2) add: (j) prime contractor
experience in performing underwater facility
assessments, including associated diving operations.
Evaluation Factor (3) title should be revised to read:
?Quality control and dive safety assurance
procedures?.
Evaluation Factor (6) ? revise the word
?subconsultants? to read ?subcontractor?
Also in criteria (6) ? delete ?Small Business and Small
Disadvantaged Business Subcontracting Plan. Firms
will be evaluated on the extent to which they identify
and commit to the published Navy Small Business
Subcontracting Program. The Secretary of the Navy
has assigned the Naval Facilities Engineering
Command goals expressed in terms of percentages of
total planned subcontracting dollars for utilization of
small business of 74.8%. Included in the SB goals are
targets for: Small Disadvantaged Business (SDB)
15.5%, Women Owned Small Business (WOSB)
14.0%, Veteran Owned Small Business (VOSB) 3%,
Service Disabled Veteran Owned Small Business
(SDVOSB) 3%, and HUBZone Small Business 3.1%?
at the end of criteria.
End of new information-------------- The POC email address should be:
terry.l.moore@navy.mil.---- END OF NEW
INFORMATION--------INDEFINITE DELIVERY INDEFINITE QUANTITY
ARCHITECT-ENGINEER contract. This proposed
contract is being solicited on an unrestricted basis;
therefore replies to this notice are requested from all
business concerns. The North American Industry
Classification System (NAICS) code for this
procurement is 541310, and the annual size standard is
$4,000,000.00. This synopsis will result in the award
of up to six (6), Indefinite Delivery Indefinite Quantity
contracts. This synopsis requests services for
inspection, structural engineering and design services
for waterfront facilities at Navy and DoD installations
worldwide. Projects under this contract shall be
awarded on individual Task Orders. The work
includes, but is not limited to, field investigations,
underwater inspections; engineering analysis of
existing conditions in comparison to design
requirements, previous inspection reports and/or
drawings of the facilities; review of construction plans
and specifications of structural engineering features
and related work associated with waterfront
construction and repair; engineering calculations for
structural analysis with or without previous design
calculations; waterfront engineering feasibility studies;
design of waterfront repairs, including plans and
specifications; design of underwater instrument and
cable arrays, associated power and data cable
installation and termination, including fiber optic
elements; design of underwater instrument support
structures and assemblies; design of termination
junction boxes and support structures; design of
underwater cable installation using horizontal
direction drilling technology, including the
establishment of directional drilling monitoring and
response criteria to minimize environmental effects of
directional drilling; documentation of findings and
report preparation; cost estimation for waterfront
facility rehabilitation. Projects under this contract
shall be awarded on individual task orders. The types
of submittals may include inspection reports,
engineering alternatives and basis of repair/design
reports, calculations, plans and specifications, cost
estimates, and technical review comments. Additional
products and services may include construction
contract drawings using computer-aided design and
drafting (CADD), per the A/E/C CADD Standard (see
https://tsc.wes.army.mil/products), and specifications
produced in SPECSINTACT with Standard
Generalized Markup Language (SGML) using the
Unified Facilities Guide Specifications (UFGS);
contract bid analyses; post construction award services
(PCAS); Title II inspection services; engineering report
review; database design, construction and population;
procedures and guidelines reports; engineering
calculations; static and dynamic structural analyses
using finite element computer modeling; two and
three-dimensional structure modeling and rendering.;
seismic vulnerability assessments, including use of
finite element models and time history acceleration
data for linear and/or nonlinear analyses of critical
elements and development of retrofit schemes. In
addition to the formats specified above, drawings and
specification files shall also be delivered in Adobe
Acrobat Portable Data Format (PDF) or Postscript
electronic digital format. A waterfront facility is
defined as any structure located on the waterfront, in
connection with, or potentially in contact with, water
or the marine environment. This would include inland
structures that require underwater investigations.
Waterfront facilities include, but are not limited to,
piers, wharves, bulkheads, quaywalls, offshore towers,
dams, water control structures, instrument support
structures, dry docks, moorings, underwater cables, or
any similar structure. All waterfront facility
assessments, including underwater inspections will be
performed under direct control and supervision of
registered professional engineer-divers. For each
underwater assessment, one registered professional
engineer-diver shall be appointed as the
engineer-in-charge (EIC). That EIC shall dive at least
50% of the time, supervise the writing of the detailed
inspection report, and write at least 50% of the
detailed inspection reports. The other engineers
on-site may write the balance of the inspection report.
The EIC shall ensure that all diving operations are
performed in accordance with U.S. Army Corps of
Engineers EM 385-1-1 (November 2003) standards.
US citizenship for all on-site personnel is required for
access to Government sites.
at least fourAfter the award of the basic contracts, a
fair opportunity will be provided for each awarded
firm to compete for individual Task Orders. The
Government will provide evaluation factors for each
proposed task order which will be used to determine
the most highly qualified firm for that work. Each
firm will be required to provide additional information
on all proposed task order statements of work. The
additional information/qualifications requested of the
firms is not intended to be multiple pages of
documentation, but just highlighted specifics of a
given firmsÆ qualifications for the specific work in
question. For each Task Order, all information
provided by the contractor will be used to determine
the successful firm for award, including the initial SF
330 submittal. An evaluation will be conducted by the
Government on all the information provided, and a
determination will be made identifying the most highly
qualified firm to perform the services identified under
the proposed task order. Task Order Evaluation criteria
will be provided Each firm will be required to provide
additional information on all Task Order Statements of
Work. Pricing information will be requested from the
selected firm which will be required to provide a fee
proposal within ten calendar days after receiving the
Request for Proposal. Negotiations will be conducted
in accordance with FAR Part 36.606. Each Task
Order under this contract will be fixed price.
The term of the contract will cover a period of not to
exceed 365 days from the date of contract award or
until a $1,000,000.00 limitation is reached. The
Government has the option to extend theseis contracts
for four additional 365 day periods or until an
additional $4,000,000.00 is reached. The maximum
amount of the contract is $5,000,000.00 or five (5)
years depending on which limitthreshold is reached
first. If the dollar capacity of the previous year has not
been utilized, this capacity may be added to the
following year option (if exercised). The minimum
guarantee is $10,000 for the entire contract term
(including option years).initial Task Order. The
options may be exercised within the time frame
specified in the contract at the sole discretion of the
Government. Multiple Task Orders may be awarded
with similar delivery schedules requiring the selected
firm to provide services with overlapping
work/delivery dates. The entire contract period will
not exceed 5 years for ordering purposes
The following evaluation criteria will be used to select
up to six (6) firms under this synopsis. Evaluation
Factors (1) and (2) are of equal importance, and
factors (3) through (6) are listed below in descending
order of importance. Factor (7) will be used as a
tiebreaker among technically equal firms.
(1) Professional qualifications and technical
competence of the personnel proposed for this
contract. Professional qualifications include
professional registrations and/or relevant technical
certifications of the personnel assigned to the contract.
Each resume shall include a maximum of five (5)
specific completed projects that best illustrate the
individual personnelÆs experience. Qualifications for
all diving personnel proposed for this contract shall
include, but is not limited to, training certifications
and medical certifications issued as required under
Contract Diving Operations sections 30.A.06 through
30.A.10 of the U.S. Army Corps of Engineers EM
64
385-1-1 (November 2003). This information must
demonstrate that the prospective firm has performed
contract diving work on a regular and routine basis for
at least the past three years and is able to accomplish
such work in a safe and efficient manner. Contractor
must state that no "willful " OSHA violations have
occurred within this 3-year period. Multiple "serious"
violations with gravity of 10, as determined by OSHA,
may be cause for disqualification from further
consideration.
(2) Specialized experience in the type of work
required. This criteria includes experience in the
following areas: a) Design and engineering services
for repairs of waterfront facilities, including feasibility
studies. b) Structural condition assessments, including
the use of destructive and non-destructive (NDT)
techniques. c) Static and dynamic structural analyses,
including seismic vulnerability assessments and
vessel/structure interaction analyses of waterfront
facilities using computer aided tools. d) Geotechnical
investigations related to driven pile and gravity based
foundations. e) Testing and evaluation of structural
material samples. f) Evaluation of both impressed
current and sacrificial anode type cathodic protection
systems on waterfront and submerged structures. g)
Preparation of waterfront facilities repair cost
estimates, including Form DD1391. h) Design and
engineering services associated with underwater
instrument and cable arrays, including the use of
horizontal directional drilling.; i) provide Provide
engineering submittals in electronic format(s).
(Submittals include, but are not limited to: contract
bid documents, inspection reports, three dimensional
structure models and renderings.)
(3) Quality control and safety assurance procedures.
A copy of firmsÆ quality control manual(s) outlining
specific personnel (including their discipline/specialty)
and procedures for above water field inspections and
diving operations, technical report preparation,
structural assessments, analysis and design services is
required for review. Of special interest are the QC
processes in place that minimize the Governments
effort to QA the firmÆs work product for errors,
omissions, and quality. This submission is in addition
to information provided in the firmÆs SF 330. Any
manual(s) submitted will not be returned.
(4) Past performance on projects of similar scope.
This may be demonstrated by providing copies of
performance evaluations, design awards, letters of
recognition, etc.
(5) Capacity of the firm to perform the work in the
required time period. Capacity includes the firmÆs
ability to perform multiple tasks in multiple locations
concurrently in the required timeframe. Condition
assessment reports will be required within 60 to 120
days after completion of the field inspection,
depending upon the number and size of the facilities
inspected.
(6) Commitment to Small Business Concerns
(Separate package; not counted in page total) use of
small business concerns as subconsultants.
Submission requirement: Demonstrate commitment
and use of small business concerns as subconsultants
on these contracts. Provide a chart with each small
business category, identify the proposed names of the
small businesses, and the dollar amount and
subcontracting percentage the prime anticipates
subcontracting to each firm. Additionally, provide a
brief narrative as to how your firm will meet the
following small business subcontracting goals: Small
Business (SB) û 35%; Small Disadvantaged Business
û 7%; Women-owned SB û 10%; HUBZone û 3%;
Service Disabled Veteran-Owned SB û 3%;
Veteran-Owned SB û 3%. NOTE: If large business
firms are selected for award, an acceptable
subcontracting plan that reflects a minimum of
subcontracting goals stated above must be submitted
before price negotiations begin for contract
award.Small Business and Small Disadvantaged
Business Subcontracting Plan. Firms will be evaluated
on the extent to which they identify and commit to the
published Navy Small Business Subcontracting
Program. The Secretary of the Navy has assigned the
Naval Facilities Engineering Command goals
expressed in terms of percentages of total planned
subcontracting dollars for utilization of small business
of 74.8%. Included in the SB goals are targets for:
Small Disadvantaged Business (SDB) û 15.5%,
Women Owned Small Business (WOSB) û 14.0%,
Veteran Owned Small Business (VOSB) û 3%, Service
Disabled Veteran Owned Small Business (SDVOSB) û
3%, and HUBZone Small Business û 3.1%.
(7) Volume of work previously awarded to the firm by
the Department of Defense within the past twelve
months. Indicate in Block H of the SF 330 the total
dollar value of contracts awarded to your firm.
Estimated start date for this contract is February 2006.
In accordance with DFAR 252.204-7004, to be
eligible for contract award, a firm or joint venture
must be registered in the DoD Central Contractor
Registration (CCR). Registration can be via
http://www.ccr.gov. Interested firms shall submit their
Navy wide SF 295, Summary Subcontract Report with
their SF 330. The slated firms will be required to
provide a preliminary subcontracting plan (support for
small business subcontracting) as part of the interview.
SF 330Æs shall not exceed 50 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 330 (cover
letter, other attachments and pages in excess of the 50
page limit will not be included in the evaluation
process). Firms, their subsidiaries, or affiliates, which
design or prepare specifications for a construction
contract or procurement or supplies, cannot provide
the construction or supplies. This limitation also
applies to subsidiaries and affiliates of the firm.
Further clarification for completion of SF 330; SF 330
Part I is limited to 50 pages, Part I, Section D,
Organizational chart is not included in the 50 page
limit. SF 330 Part II is limited to one page for the
prime contractor and one page for each sub contractor.
In Part I, Section B, block 5, include the firms Tax
Identification Number and ACASS number. Part I,
block 16 include what year(s) the degree(s) was
received. Part I, Block 17 include what year(s) the
Professional Registration(s) was first issued. Part II,
block 5(b), Small Business Status û do not leave this
blank. Two copies of the submittal package are to be
received in this office no later than 2:00 p.m., Pacific
Time on November 28, 2005. Submittals received
after this date and time will not be considered.
Telegraphic and facsimile of SF 330 will not be
accepted. Site visits will not be arranged during the
submittal period. Responses are to be submitted to
Director, NAVFAC Southwest, Specialty Center
Contracts Core, NFECSW Code RAQN0/Naval Base
Ventura County, Attn: Terry Moore, 1205 Mill Road
Building 850, Port Hueneme, CA 93043-4347.
Outside corner of mailing envelope shall be labeled as
follows: A-E Services, N62473-06-R-3004.
THERE IS NO RFP PACKAGE TO DOWNLOAD.
ALL INFORMATION NEEDED TO SUBMIT SF-330
DOCUMENT IS CONTAINED HEREIN. SF 254S
AND SF 255S WILL NOT BE CONSIDERED. NO
SOLICITATION PACKAGE, TECHNICAL
INFORMATION, OR BIDDER/PLAN HOLDER LIST
WILL BE ISSUED. It is the offerorÆs responsibility
to check the NAVFAC electronic solicitation website
at: http://esol.navfac.navy.mil for any revisions to this
announcement or other notices.
URL:
http://www.fbo.gov/spg/DON/NAVFAC/N47408/N62
473-06-R-3004/listing.html
Desc: Link to FedBizOpps document.
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E Provide Addition for Bldg 11
SOLICITATION: 244-06-01219
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Modification to previous announcement
posted 11/17/05. Services to be performed for the
James E. VanZandt VA Medical Center, 2907 Pleasant
Valley Blvd., Altoona, PA 16602. Extimated
construction cost range of of the Provide Addition for
Bldg 11 Project is $100,000.00-$250,000.00.
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01219/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E-Renovate 6th Floor Finishes
SOLICITATION: 244-06-01220
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Modification to previous announcement
posted 11/17/05. Work for the contract is to be
performed for the James E VanZandt VA Medical
Center, 2907 Pleasant Valley Blvd. Altoona, PA
16602. Estimated construction cost range for the
Renovate 6th Floor Finishes Project is
$100,000.00-$250,000.00
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01220/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E-Halls & Walls Floors 1-3
SOLICITATION: 244-06-01221
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Modification to previous announcement
posted 11/17/05. Work for the contract is to be
performed for the James E VanZandt VA Medical
Center, 2907 Pleasant Valley Blvd. Altoona, PA
16602. Estimated construction cost range for the Halls
& Walls Floor 1-3 Project is $25,000.00-$100,000.00
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01221/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E - Replace Trailer T3 with
Bldg
SOLICITATION: 244-06-01222
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Modification to previous announcement
posted 11/17/05. Subject for this announcement
should read Renovate Primary Care Team. Work for
65
the contract is to be performed for the James E
VanZandt VA Medical Center, 2907 Pleasant Valley
Blvd. Altoona, PA 16602. Estimated construction cost
range for the Primary Care Team Project is
$500,000.00-$1,000,000.00
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01222/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E - Provide MRI Addition
SOLICITATION: 244-06-01225
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Modification to previous announcement
posted 11/17/05. Work for the contract is to be
performed for the James E VanZandt VA Medical
Center, 2907 Pleasant Valley Blvd. Altoona, PA
16602.
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01225/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
D - Information Technology Services, including
Telecommunication Services
======================================
NAICS Code: 517110
General Services Administration, Federal Technology
Service (FTS), Acquisition Services Division (3TS),
20 North 8th Street, 10th Floor, Philadelphia, PA,
19107
SUBJECT: D -- Local Telephone Exchange Services
located in Pittsburgh, PA
SOLICITATION: GST0306R0001
RESP DATE: 11/21/05
CONTACT: James VanAllan, Contract Specialist,
Phone 215-446-5843, Fax 215-814-6136, Email
james.vanallan@gsa.gov - Christopher Anderson,
Contracting Officer, Phone (215) 446-5801, Fax (215)
814-6130, Email christopher.anderson@gsa.gov
DESC: Amendment 05, dated 11/17/2005, is hereby
issued to incorporate the following information:
A) The date for receipt of proposals in response to this
Combined Synopsis/Solicitation remains at
11/21/2005 at 12:00PM (local time). In addition, the
date for requests for the three (3) attachments
referenced in this Combined Synopsis/Solicitation
remains at 11/07/2005.
B) Attachments 2 and 3 to this Combined
Synopsis/Solicitation are hereby revised to correct the
total numbers of DID #s as specified in Attachments 2
and 3, and correct the # of PRIs in Attachment 2.
Revised Attachments will be automatically provided to
those potential offerers who have previously requested
the Attachments.
C) The following questions have been submitted by
potential offeror(s). The Government's response to the
submitted questions are for informational purposes
only.
Question 1) The total numbers of DID #s called for in
the solicitation is 5250. Attachment 1 (Location
Detail) shows this same number when you add up the
numbers for all the locations. Attachments 2 and 3,
however list 5320. Which number is correct? If it's
the latter, where will the additional 70 DID #s reside.
Answer 1) The correct number is 5,250. Please see the
revised Attachments 2 and 3 issued concurrently with
this amendment which correct their totals.
Question 2) Attachment 3 lists the # of PRI's as
follows: "23b+D=9", "23b+ back-up D=3", and
"24b=6", for "Total=18". While Attachment 2 lists the
# of PRI's as follows: "23b+D=8", "23b+ back-up
D=4", and "24b=7", for a "Total=19". Which set of
numbers are accurate or should they be priced this
way?
Answer 2) Attachment 3 is correct. Attachment 2 is
corrected to show the # of PRI's as follows:
"23B+D=9", "23B+back-up D=3", and "24B=6", for a
"Total=18". These quantities now agree with the
quantities on Attachment 1.
D) All other terms and conditions remain unchanged.
URL:
http://www.fbo.gov/spg/GSA/FTS/ASD3TS/GST0306
R0001/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Pittsburgh, PA
======================================
Attn: Department of Veterans Affairs Austin
Automation Center, (00D), 1615 Woodward Street,
Austin, Texas 78772
SUBJECT: D--D -- ISS Upgrade
SOLICITATION: 200-26-06
RESP DATE: 11/22/05
CONTACT: Point of Contact - Kari L. Cozzens,
Contract Specialist, Ph: (512) 326-6494, Fx:(512)
326-6028, Contracting Officer - Kari L. Cozzens,
Contract Specialist, Ph:(512) 326-6494, Fx:(512)
326-6028
DESC: The following questions have been answered:
1. Which ISS products are in use at AAC, i.e.
RealSecure, Internet Scanner, Database Scanner,
System Scanner, etc? Site Protector, Intrusion
Prevention Appliances, Intrusion Detection Sensors,
Server Sensors, Desktop Sensors, Internet Scanner 2.
In paragraph 2 of the Statement Of Objective for this
RFP is the expected response time via phone? Is
someone expected to be available 24/7 Is this a two
hour or less response time? Is there any remote access
capability available for analyzing a given situation
when a trouble call is placed? The current support we
have with ISS is phone support; with the upgrade to
premier we were adding onsite time and a dedicated
support person as opposed to just waiting in the phone
queue with ISS support. There is no remote access
capability available for any of the products. These are
standard offerings from ISS that are sold to their
resellers. 3. Paragraph 6: Is the primary engineer
expected to be a full time position, i.e. 2080 hours per
year? This isn't a position at the AAC, it was suppose
to be an ISS engineer assigned to the AAC to get to
know our environment for a higher level of support.
See CLIN 0003. 4. What are the VA/AAC OCN
numbers for the ISS licenses? OCN 261701 OCN
262781 OCN 169709 OCN 190883 OCN 197269
OCN 197270 OCN 197270 OCN 203608 OCN
203608 OCN 234220 OCN 234220 OCN 234220
OCN 237371 OCN 188129 OCN 188129 OCN
188129 OCN 188129 OCN 188129 OCN 243112
OCN 240440 OCN 240440 OCN 240440 OCN
240440 OCN 240440 OCN 246011 OCN 222503
OCN 222503 OCN 222503 OCN 226571 OCN
241174 OCN 241174 OCN 241174 OCN 241174
OCN 250927 OCN 250927 OCN 250927 OCN
250927 OCN 252755 OCN 228442 OCN 228442
OCN 254038 OCN 254038 OCN 254038 OCN
254038 OCN 257975 OCN 258264 OCN 258264
OCN 258264 OCN 259750 OCN 258264 OCN
258264 OCN 269832 OCN 269832 OCN 269832
OCN 273679 OCN 273679 OCN 273679 5. Do you
want the maintenance and support to be extended for
multi-years or annually? Maintenance should be
provided for the period from date of contract award
through September 30, 2005. 6. Concerning the above
requirement, is this new? If not, can you provide me
with the incumbent contractor name, contract #, award
date, and total value? The upgrade requirement is a
new need, previous contracts have only been awarded
for maintenance support. The most recent
maintenance contract was awarded 10/1/05 to True
North Solutions in the amount of $100,177.92
URL:
http://www.fbo.gov/spg/VA/VAAAC/VAAAC/200-26
-06/listing.html
Desc: Link to FedBizOpps document.
EMAIL: kari.cozzens@mail.va.gov
Desc: Kari L. Cozzens
SETASIDE: Total Small Business
POP ADDRESS: 1615 Woodward
POP ZIP: 78772
POP COUNTRY: United States
======================================
G - Social Services
======================================
NAICS Code: 623990
Department of Justice, Bureau of Prisons, Acquisitions
Branch, 320 First Street, NW, Washington, DC, 20534
SUBJECT: G -- G-Comprehensive Sanctions Center
Services
SOLICITATION:
RFP-200-0887-SC--City-Limits-Waco-Texas-McLenn
an-County
RESP DATE: 01/30/06
CONTACT: Shelia Makle, Contracting Officer,
Phone 202-307-3070, Fax 202-307-2780, Email
smakle@bop.gov
DESC: This notice is to amend the issue and closing
dates as follows: The solicitation will be available on
or about November 30, 2005. The estimated closing
date of RFP 200-0892-SC will be on or about January
30, 2006.
URL:
http://www.fbo.gov/spg/DOJ/BPR/PPB/RFP-200-088
7-SC--City-Limits-Waco-Texas-McLennan-County/lis
ting.html
Desc: Link to FedBizOpps document.
======================================
J - Maintenance, Repair, and Rebuilding of
Equipment
======================================
NAICS Code: 238220
Department of Justice, Bureau of Prisons, FCI Fairton,
655 Fairton-Millville Road, Fairton, NJ, 08361
SUBJECT: J -- Replace Water Control System
SOLICITATION: RFQ20403-0004-06
RESP DATE: 11/28/05
CONTACT: Keith Neill, Contract Specialist, Phone
856-453-1177, Fax 856-453-4194, Email
kneill@bop.gov
DESC: RFQ20403-0004-06 is ammened to add site
visit on Monday, November 21, 2005 at 12:30 PM.
Drawings of existing control systems will be provided
by BOP during site visit. Report to Front Lobby with
photo identification 15 minutes prior to scheduled
visit. Contact Tom Cerione with any technical
questions at 856-453-4066.
URL:
http://www.fbo.gov/spg/DOJ/BPR/20403/RFQ204030004-06/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: 655 Fairton-Millville Rd.
Fairton, New Jersey
POP ZIP: 08320
POP COUNTRY: US
======================================
M67004 814 Radford Blvd Albany, GA
SUBJECT: J--Extend closing date from 21 Nov 2005
to 05 Dec 2005
SOLICITATION: M6700406Q0005
RESP DATE: 12/05/20
CONTACT: SSgt White (229) 639-6734
URL:
http://www.fbo.gov/spg/DON/USMC/M67004/M6700
406Q0005/listing.html
DESC: Link to FedBizOpps document.
======================================
M67004 814 Radford Blvd Albany, GA
SUBJECT: J--Modify due date from 21 Nov 05 to 05
66
Dec 05
SOLICITATION: M6700406Q0006
RESP DATE: 12/05/20
CONTACT: SSgt White (229) 639-6734
URL:
http://www.fbo.gov/spg/DON/USMC/M67004/M6700
406Q0006/listing.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 333994
TACOM - Anniston, Directorate of Contracting,
ATTN: AMSTA-AN-CT, Building 221, 7 Frankford
Avenue, Anniston, AL 36201-4199
SUBJECT: J--Provide Preventive Maintenance (PM),
Calibration, and Unlimited Emergency Repair for
Government Owned Furnace Units
SOLICITATION: W911KF-05-R-0018
RESP DATE: 11/30/05
CONTACT: Heather Robinson, 256-235-7530
DESC: Please note the following changes in issue date
and Point of Contact from previous notice: Estimated
issue date of solicitation is 30 Nov 05. CAUTION:
This solicitation will be issued electronically as will
any amendments thereto. Because of this , the
Government is under no obligation and is, in fact,
unable to maintain a bidders mailing list. It is
therefore incumbent upon any interested parties to
periodically access the above Internet address in order
to obtain any amendments, which may be is sued.
Failure to obtain any said amendments and to respond
to them prior to the date and time set for receipt of
proposals may render your proposal non-responsive
and result in the rejection of your proposal. POINT
OF CONTACT: Heather Robinson Contract
Specialist, (256) 235-7530; email:
heather.p.robinson@us.army.mil
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE24/W91
1KF-05-R-0018/listing.html
Desc: Link to FedBizOpps document.
EMAIL: heather.p.robinson@us.army.mil
Desc: TACOM - Anniston, Directorate of
Contracting
SETASIDE: N/A
POP ADDRESS: TACOM - Anniston, Directorate of
Contracting ATTN: AMSTA-AN-CT, Building 221, 7
Frankford Avenue Anniston AL
POP ZIP: 36201-4199
POP COUNTRY: US
======================================
N - Installation of Equipment
======================================
NAICS Code: 517410
Broadcasting Board of Governors, Associate Director
for Management, Office of Contracts (M/CON), 330 C
Street, SW, Room 2500, Washington, DC, 20237
SUBJECT: N -- Market Survey on Availability of
Leased Time on Direct TV Satellite, Latin America
SOLICITATION: Reference-Number-092805-KSH
RESP DATE: 11/25/05
CONTACT: Karen Harper, Contracting Officer,
Phone 202-205-9030, Fax 202-260-0855, Email
krose@ibb.gov - Herman Shaw, Contracting Officer ,
Phone 202-205--8412, Fax 202-260-0855, Email
hshaw@ibb.gov
DESC: The due date for receipt of a written
"Capabilities Statement" is hereby extended to 2:00
p.m. local time, November 25, 2005. The written
"Capabilities Statements" shall be submitted to the
Contracting Officer at Broadcasting Board of
Governors, Office of Contracts (M/CON), Switzer
Building, Room 2529, 330 "C" Street, SW,
Washington, DC 20237. Submittals may be sent via
facsimile or courier. No telephone responses are
acceptable. If determined to be in the best interest of
the Government, interested and qualified sources
responding to this sources sought notice may be
requested to provide follow-up information. Firms
who respond to this notice will be notified on whether
their written "Capabilities Statement," as verified by
the IBB is responsive to this notice.
URL:
http://www.fbo.gov/spg/BBG/ADM/MCONWASHDC
/Reference-Number-092805-KSH/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: BBG/IBB Headquarters,
Washington, DC 20237
======================================
P - Salvage Services
======================================
NAICS Code: 562111
DHS - Direct Reports, United States Coast Guard
(USCG), Commander (fcp), USCG Maintenance and
Logistics Command - Atlantic, 300 East Main Street
Suite 965, Norfolk, VA, 23510-9113
SUBJECT: P -- HURRICANE KATRINA VESSEL
REMOVAL OPERATION
SOLICITATION: HSCG84-06-Q-HYV745
RESP DATE: 11/28/05
CONTACT: Xiomarys Vargas, Contract Specialist,
Phone 757-628-4118, Fax 757-628-4134/4135, Email
xvargas@mlca.uscg.mil
DESC: Request For Quotation (RFQ)
HSCG84-06-Q-HYV745 is hereby cancelled in its
entirety.
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/FCPMLCA/
HSCG84-06-Q-HYV745/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Pass Christian and Bay St. Louis,
Mississippi
POP COUNTRY: USA
======================================
Q - Medical Services
======================================
NAICS Code: 621399
Department of the Treasury, Bureau of Engraving and
Printing (BEP), Office of Procurement, 14th & C
Streets, S.W., Washington, DC, 20228
SUBJECT: Q -- Occupational Health Services
SOLICITATION: BEP-06-0004
RESP DATE: 11/21/05
CONTACT: Victor Chavez, Contract Specialist,
Phone (202)874-3251, Fax (202) 874-2200, Email
Victor.Chavez@bep.treas.gov - Victor Chavez,
Contract Specialist, Phone (202)874-3251, Fax (202)
874-2200, Email Victor.Chavez@bep.treas.gov
DESC: The purpose of this amendment is to issue the
responses to the questions asked during the site visit
held on November 08, 2005 at the Bureau of
Engraving and Printing, Washington, D.C. facility.
The closing date for this procurement remains
unchanged.
URL:
http://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BE
P-06-0004/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: BEP, Washington DC Facility, 14th
& C Streets, S.W., Washington, DC
POP ZIP: 20228
POP COUNTRY: United States
======================================
R - Professional, Administrative and
Management Support Services
======================================
NAICS Code: 541613
General Services Administration, Public Buildings
Service (PBS), Upstate New York Service Center
(2PMC-U), James M. Hanley Federal Building &
Courthouse, Room 1350, 100 South Clinton Street,
Syracuse, NY, 13261-7005
SUBJECT: R -- Marketing Materials Development
for Dulski Federal Office Building, Buffalo, NY
SOLICITATION: GS-02P-06-PW-0000B
RESP DATE: 11/30/05
CONTACT: Matthew Gagnon, Contract Specialist,
Phone 315 448-0925, Fax 315 448-0968, Email
matthew.gagnon@gsa.gov
DESC: ***Response date for proposals has been
extended from 11/22/05 to 4:30 PM on 11/30/2005***
THADDEUS J. DULSKI FEDERAL BUILDING
BUFFALO, NEW YORK
Building Fact Sheet
GENERAL INFORMATION
Introduction
The Federal Building, Buffalo, New York, was
designed and constructed for the General Ser¼vices
Administration, Public Buildings Service, Region 2,
New York, New York. The building was constructed
in 1971. In 2004, GSA undertook a detailed review of
the financial performance of the Dulski Building.
GSA concluded that the asset was not contributing to
the overall portfolio and disposal was the
recommended option. Early in 2005, GSA
commenced the disposal process by reporting the
property to be excess to its needs. The first step of the
process was a screening of the property to other federal
land holding agencies. This 30-day screening ended in
September 2005; no federal agencies expressed
interest in acquiring the property. In October 2005,
GSA determined the property surplus to the needs of
the Government and initiated a screening for certain
non-profit organization, as well as local, county, and
state public agencies. If no non-profit organizations or
public bodies express interest in the property after that
60-day screening period, GSA will proceed to market
the property for a sale to the general public.
Building Design
The Federal Building is an unusual structure in several
respects. Described by its architect as being designed
ôinside-out and upside-downö this fifteen-story
building features a huge ser¼vice tower dominating
the facade on the West Huron side, which is the Main
Entrance. The windowless tower will contain eight
passenger elevators, a freight elevator and lavatories,
leaving each floor of the building completely devoted
to office space. The top floor houses machinery
generally found in basements. Boilers, refrigeration
plants and electrical installation will be on the fifteenth
floor. An underground automobile park¼ing area is
located in the basement, with its entrance and exit on
South Elmwood Avenue. Approximately 180 parking
spaces are also available.
The Service Tower, rising more than 200 feet will give
interest to the building, as will the sculp¼tured effect
of the precast concrete facade with its recessed
windows. The windows are vertically pivoted,
anodized aluminum sash and grey tinted glass.
Designed for effective maintenance and cleaning.
These windows can be rotated 360 degrees. Careful
planning and consideration have been given to the
comfort of the employees scheduled to occupy the
building. Modern equipment and facilities have been
provided throughout to pro¼duce an efficient and
effective working environment. The ceilings in all
offices are acoustically treated to provide noise
control. Sound-resistant partitioning has been used to
divide office space. All offices have recessed
fluorescent lighting, designed to provide a minimum
of 75-foot candles of illumination at desk level. The
use of an under floor electrical duct system
through¼out the office areas on the first through the
eleventh floors facilitates the installation of
tele¼phone and power receptacles in convenient
locations.
An air distribution system has been installed to
provide comfortable air cooling and heating regardless
of outside weather conditions. Two 600 and 100 ton
centrifugal refrigeration plants for air ¼conditioning
and two 10,463,000 BTU per hour capacity-boilers for
heating are inter-connected to a distribution system
with automatic temperature controls and related
equipment. The boilers are duel fuel oil/gas to assure
dependable operation under all conditions.
Complementing the air distribution system are
independent thermostatically controlled fan coil units
located on all floors, which provide heating and
cooling of perimeter office space. Four low rise
elevators servicing the basement through ninth floor
and four high rise elevators servicing the basement to
67
fifteenth floor provide rapid vertical transportation to
govern¼ment employees and to the public.
In addition, a freight elevator and two enclosed
stairways provide ready access to and from all floors.
Special consideration has been given to the
accessibility of the building for handicapped
per¼sons. Ramps are provided at the Delaware Street
entrance.
BUILDING DATA SUMMARY
OFFICIAL NAME AND ADDRESS: Thaddeus J.
Dulski Federal Building, 111 West Huron Street,
Buffalo, NY 14202
PARKING AREA: 50,618 square feet in basement
(not including ramp) housing approxi¼mately 180
cars.
BUILDING:15 stories, plus full basement, having a
total of 6,761,080 cubic feet content.
GROSS AREA: 470,496 square feet
RENTABLE AREA: 391,119 square feet
USABLE AREA: 293,679 square feet
RATIO: 70.99% of gross area is useable space
assigned to buildingÆs occupant agencies.
HEIGHT OF BUILDING: High point of main roof is
207Æ8ö and the elevator penthouse roof is 225Æ
above the City datum elevation of 33.94Æ.
EXTERIOR CAST STONE (ELEVATOR TOWER:)
Architectural cast stone stabs, with black and white
aggregate honed and polished finishes.
INTERIOR CAST STONE (LOBBY):
Black and white granite aggregate slabs - polished
finish.
MULLIONS AND SPANDRELS:
Formed architectural cast stone panels with
sandblasted exposed aggregate finishes.
WINDOWS: Vertically pivoted, extruded aluminum
units with aluminum trim and vinyl coated steel stools;
tinted gray glass.
FLOORS:Cellular Metal Deck in office spaces and
Metal Deck in lobbies and corridors¼ concrete fill.
Concrete slab in machine Rooms, shops and
mechanical equip¼ment spaces. Building has spray on
asbestoe fire proofing.
Finish Floors: Typical - vinyl asbestos tile
CEILINGS:Suspended Acoustical Tile
COLUMN SPACING: 25Æx 25Æ& 25Æx 30Æ Bays
FLOOR TO FLOOR HEIGHTS:
Basement15Æ2Æc
Typical 13Æ 1 ╜ö
Top Floor (mechanical)21Æ5ö
HEIGHT OF FINISHED CEILINGS ABOVE FLOOR:
Basement9Æ8ö x 11Æ0ö
Typical9ÆOö
Top Floor (mechanical)18Æ4ö
ELECTRICAL SYSTEM: Typical Floors:
Through cellular steel structural deck floors with
under-floor header duct for maximum flexibility in
office areas on a 5Æ module.
LIGHTING: Fluorescent troffers with acrylic lenses.
Special wood and plastic luminous ceiling in entrance
lobby. Dual type fixtures serve as built in linear
diffusers in conjunction with HVAC system in typical
elevator lobbies and permanent corridors. A 425 kw
emergency generator has been added.
AIR CONDITIONING SYSTEM:
Perimeter fan coil units from 1st to 15th floors for
heating and cooling of exterior zones. Interior zones
supplied by individual multizone air handling units on
alter¼nate floors through a modular placement of
ceiling diffusers. Ventilation of exter¼ior zone by
multizone units. Partial 2 pipe and 4 pipe system.
ELEVATORS (ELECTRICAL):
Passenger - 4 cars - 500 FPM - low rise bank
Passenger - 4 cars - 700 FPM - high rise bank Freight
-1 car - 350 FPM - all floors
MECHANICAL ROOMS, SHOPS, MAINTENANCE,
TOILETS AND LOCKER ROOMS: Electric
distribution room, vaults, telephone equipment and
frame room, pump room, building service storage and
mail room are located in basement. Boiler room,
mechanical equipment room, engineers office,
mechanics, male and female locker and toilet rooms,
printing and maintenance shops are located on the
15th floor. Air handling units serving intermediate
floors are located on alternate floors - serving floor
below and floor thereon. Cooling tower on roof.
Low-rise elevator machineÆ room is located on the
11th floor acid high-rise and freight elevator machine
rooms in tower penthouse. Telephone and electric
closets are located on each floor.
HEALTH UNIT: 9th Floor, for Government employees
only. Approximately 1650 square feet.
SNACK BAR:9th Floor, approximately 4600 square
feet, including kitchen, storage and serving. One
serving line.
PEDESTRIAN ACCESS Main Entrance - Huron
Street
URL:
http://www.fbo.gov/spg/GSA/PBS/2PMCU1/GS-02P06-PW-0000B/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: 111 West Huron St.
Thaddeus J. Dulski Federal Office Building
Buffalo, NY
POP ZIP: 14202
POP COUNTRY: USA
======================================
NAICS Code: 541990
Agency for International Development, Washington
D.C., USAID/Washington, 1300 Pennsylvania
Avenue, NW Room 7.10-006, Washington, DC, 20523
SUBJECT: R -- Iraq Program Manager
SOLICITATION: M-OAA-DCHA-OTI-06-077
RESP DATE: 11/15/05
CONTACT: Moncel Petitto, Contract Specialist,
Phone 202-712-0787, Fax 202-216-3134, Email
mpetitto@usaid.gov
DESC: CANCELLATION of Solicitation no.
M-OAA-DCHA-OTI-06-077.
Please note that Solicitation no.
M-OAA-DCHA-OTI-06-077 dated October 26, 2005
seeking applications for the position of Iraq Program
Manager is being cancelled in its entirety.
URL:
http://www.fbo.gov/spg/AID/OP/WashingtonDC/M-O
AA-DCHA-OTI-06-077/listing.html
Desc: Link to FedBizOpps document.
POP COUNTRY: IRAQ
======================================
NAICS Code: 561990
Agency for International Development, Washington
D.C., USAID/Washington, 1300 Pennsylvania
Avenue, NW Room 7.10-006, Washington, DC, 20523
SUBJECT: R -- EVENT-MEETING PLANNER
SERVICES
SOLICITATION: M-OAA-GRO-EGAS-06-091
RESP DATE: 11/29/05
CONTACT: Peter Schulleri, Contract Specialist,
Phone 202-712-0699, Fax 202-216-3132, Email
pschulleri@usaid.gov - Bettie Bowles, Contracting
Officer, Phone 233-21-228440, ext. 412, Fax
233-21-231937, Email bbowles@usaid.gov
DESC: Amendment 1 - M-OAA-GRO-EGAS-06-091.
Note that the closing date is November 29, 2005. The
closing time is 11:00 AM, EST.
URL:
http://www.fbo.gov/spg/AID/OP/WashingtonDC/M-O
AA-GRO-EGAS-06-091/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: WASHINGTON, DC
POP ZIP: 20523
POP COUNTRY: USA
======================================
NAICS Code: 541618
Department of the Navy, Naval Air Systems
Command, Naval Air Warfare Center Training
Systems Division, 12350 Research Parkway Code 253,
Orlando, FL, 32826-3224
SUBJECT: R -- PEO STRI CONGRESSIONAL
SUPPORT
SOLICITATION: N61339-05-T-0099
RESP DATE: 11/18/05
CONTACT: Oz Randall, Contract Specialist, Phone
407-380-4408, Fax 407-384-3528, Email
oz.randall@peostri.army.mil - Melissa Cossentino,
Contract Specialist, Phone 407-380-4199, Fax
407-380-4164, Email
melissa.cossentino@peostri.army.mil
DESC: This solicitation is hereby cancelled and the
Government is reassessing its long-term acquisition
approach to ensure compliance with applicable
regulations. Point of Contact
Oz Randall, Contract Specialist, Phone 407-380-4408,
Fax 407-384-3528, Email
oz.randall@peostri.army.mil, and Melissa Cossentino,
PCO, Phone 407-380-4191, Fax 407-384-3528, Email:
Melissa.Cossentino@peostri.army.mil
URL:
http://www.fbo.gov/spg/DON/NAVAIR/N61339/N613
39-05-T-0099/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Washington, D. C.
POP COUNTRY: USA
======================================
NAICS Code: 541611
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
Bethesda, MD, 20892-5455
SUBJECT: R -- Clinical Trial Specialist
SOLICITATION: NIH-NIDDK-06-593
RESP DATE: 12/12/05
CONTACT: Patricia Haun, Purchasing Agent, Phone
(301) 594-8855, Fax (301) 480-4226, Email
haunp@extra.niddk.nih.gov
DESC: The National Institutes of Health (NIH),
National Institute of Diabetes and Digestive and
Kidney Diseases (NIDDK), has a requirement to
procure the services of a Clinical Trials Specialist û
Base Year with 4 Option Years. This position is
full-time. This is being conducted under Commercial
Services in FAR Part 12. This is set aside for Small
Businesses. Those vendors that are capable of
providing a Clinical Trial Specialist to the Government
may request a copy of the Request for Quote (RFQ) in
writing or by FAX to 301-480-4226 to the Contracting
Office prior to the closing date of this notice. It is
anticipated that RFQ NIH-NIDDK-06-593 will be
available fifteen (15) days after the publication date of
this synopsis. Receipt of quotations will be due ten
(10) days after the release of the RFQ. The anticipated
award date is December 12, 2005. Quotations must be
submitted in writing to the National Institute of
Diabetes and Digestive and Kidney Diseases, 6707
Democracy Blvd., Room 774C, Bethesda, Maryland
20817 Attention: Patricia Haun. Fax quotations must
contain offerors names, address, telephone number and
fax number. FAX quotations will only be accepted if
dated and signed by an authorized company
representative.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NID
DK-06-593/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: 6707 Democracy Blvd.
Bethesda, MD
POP ZIP: 20817
======================================
NAICS Code: 541611
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
Bethesda, MD, 20892-5455
SUBJECT: R -- Support Administration
SOLICITATION: NIH-NIDDK-06-609
RESP DATE: 12/08/05
CONTACT: Patricia Haun, Purchasing Agent, Phone
68
(301) 594-8855, Fax (301) 480-4226, Email
haunp@extra.niddk.nih.gov
DESC: The National Institutes of Health (NIH),
Fogarty Internation Center (FIC) administers a unique
program sending graduate level students in health
sciences to advancd research centers in low- and
middle-income countries for a one-year clinical
research training experience. The first cadre of 20
U.S. fellows was selected in March, 2004, and the
second cadre of 54 fellows had itÆs orientation in
July, 2005. The purchase order will support the
administration of the program. Included in the
administration are: 1) organizing a major scientific
conference that will include research presentations and
posters by the 1st cohort of fellows; 2) the final
selection of the 2006-2007 U.S. fellows; 3) a meeting
of steering committee of the program; 4) evaluation of
selected training sites; 5) the expansion of the menus
of research opportunities for students; 6) outreach
activities including presentations at regional and
national meetings as well as educational institutions
(especially those with significant numbers of minority
students); 7) development of educational materials for
educational institutions and organizations and
development of mechanisms for student selection,
trainee tracking, and program evaluation. This is
set-aside for small business. A statement of work will
be attached to the Request for Quote (RFQ) package.
Responsible vendors that are capable of providing FIC
with the services described above may request a copy
of the RFQ in writing or by FAX to 301-480-4226 to
the Contracting Office prior to the closing date of this
notice. It is anticipated that RFQ NIH-NIDDK-06-609
will be available fifteen (15) days after the publication
date of this synopsis. Receipt of quotations will be
due ten (10) days after the release of the RFQ. The
anticipated award date is December 16, 2005.
Quotations must be submitted in writing to the
National Institute of Diabetes and Digestive and
Kidney Diseases 6707 Democracy Blvd., Room 774C,
Bethesda, Maryland 20817 Attention: Patricia Haun.
Fax quotations must contain offerors names, address,
telephone number and fax number. FAX quotations
will only be accepted if dated and signed by an
authorized company representative.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NID
DK-06-609/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: 9000 Rockville Pike
Bethesda, MD
POP ZIP: 20892
======================================
NAICS Code: 323119
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
Bethesda, MD, 20892-5455
SUBJECT: R -- Printing for Disease Control
Priorities
SOLICITATION: NIH-NIDDK-06-623
RESP DATE: 12/14/05
CONTACT: Marlene Mireles, Contract Specialist,
Phone 301-594-8831, Fax 301-480-4226, Email
MirelesM@extra.niddk.nih.gov
DESC: This presolicitation announcement has been
cancelled.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NID
DK-06-623/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Bethesda, MD
POP ZIP: 20817
POP COUNTRY: USA
======================================
NAICS Code: 561110
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
Bethesda, MD, 20892-5455
SUBJECT: R -- Professional Services for
Administrative Support ofr the Referral and PRogam
Analysis Branch, NICHD
SOLICITATION: NIH-NIDDK-06-631
RESP DATE: 12/14/05
CONTACT: Marlene Mireles, Contract Specialist,
Phone 301-594-8831, Fax 301-480-4226, Email
MirelesM@extra.niddk.nih.gov
DESC: This presolicitation notice has been cancelled.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NID
DK-06-631/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Bethesda, MD
POP ZIP: 20817
POP COUNTRY: USA
======================================
NAICS Code: 561110
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
Bethesda, MD, 20892-5455
SUBJECT: R -- Professional Services for
Administrative Support ofr the Referral and PRogam
Analysis Branch, NICHD
SOLICITATION: NIH-NIDDK-06-631
RESP DATE: 12/14/05
CONTACT: Marlene Mireles, Contract Specialist,
Phone 301-594-8831, Fax 301-480-4226, Email
MirelesM@extra.niddk.nih.gov
DESC: This presoliciation notice has been cancelled.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NID
DK-06-631/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Bethesda, MD
POP ZIP: 20817
POP COUNTRY: USA
======================================
NAICS Code: 541519
Department of Housing and Urban Development,
Denver Field Contracting Operations, Denver
Contracting Operations, 1670 Broadway 23rd Floor,
Denver, CO, 80202-4801
SUBJECT: R -- RASS TECHNICAL SUPPORT
SOLICITATION: R-DEN-02004
RESP DATE: 11/30/05
CONTACT: Michael Mee, Contract Specialist, Phone
303-672-5281 x1820, Fax 303-672-5062, Email
Michael_J._Mee@hud.gov - Gay Julian, Supvy
Contract Spec. (Branch Chief), Phone 303-672-5281
x1819, Fax 303-672-5062, Email
Gay_E._Julian@hud.gov
DESC: The solicitation is amended to incorporate a
web site for additional system documentation and to
revise a HUDAR clause. The solicitation will be
available at
http://www.hud.gov/offices/cpo/contract.cfm, by cob
11/17/05.
URL:
http://www.fbo.gov/spg/HUD/DFCO/DCO/R-DEN-02
004/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: 8a Competitive
POP ADDRESS: Washington DC
POP ZIP: 20410
POP COUNTRY: U.S.
======================================
NAICS Code: 541611
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
Bethesda, MD, 20892-5455
SUBJECT: R -- Indexing, Reporting and Beta-Testing
for the Referral and Program Analsis Branch
SOLICITATION: RFQ-NIH-NIDDK-06-635
RESP DATE: 11/17/05
CONTACT: Robert Coonley, Contracting Officer,
Phone 301-594-8837, Fax 301-480-8261, Email
CoonleyR@extra.niddk.nih.gov
DESC: This presolicitation notice has been cancelled.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/RFQ-NI
H-NIDDK-06-635/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Bethesda, Maryland
POP ZIP: 20817
POP COUNTRY: USA
======================================
US Army ARDEC, AMSTA-AR-PC, Picatinny
Arsenal, New Jersey 07806-5000
SUBJECT: R--Small Arms Distribution/Logistics
Management Support Services
SOLICITATION: W15QKN-06-R-0477
RESP DATE: 12/12/05
CONTACT: David Decandia, Contract Specialist,
(973)724-4674
DESC: Solicitation W15QKN-06-R-0477 is hereby
extended. Please see Solicitation 0002 for a detailed
description of changes.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE30/W15
QKN-06-R-0477/listing.html
Desc: US ARMY TACOM-Picatinny Procurement
Network
EMAIL: decandia@pica.army.mil
Desc: David Decandia
======================================
S - Utilities and Housekeeping Services
======================================
NAICS Code: 561720
Department of Health and Human Services, National
Institutes of Health, National Institute of Allergy &
Infectious Diseases/AMOB, 10401 Fernwood Drive,
Suite 2NE70, MSC 4811, Bethesda, MD, 20817
SUBJECT: S -- CUSTODIAL SERVICES
SOLICITATION:
Reference-Number-RML-RFQ-6005
RESP DATE: 11/25/05
CONTACT: Julienne Keiser, Purchasing Agent,
Phone 406-363-9370, Fax 406-363-9376, Email
Jkeiser@niaid.nih.gov
DESC: QUESTIONS AND ANSWERS FROM
11/16/05 SITE VISIT
1.QUESTION: Please verify if the walk off mats are
Government supplied and the care of them?
ANSWER: The Government will supply the walk off
mats. The contractor will be required to vacuum û no
shampooing. See statement of work C.7.a.1.e.
2.QUESTION: Will the Government furnish the large
brown and clear Plastic bags?
ANSWER: Brown bags that are used for disposal of
laboratory waste will be provided by the Government.
Clear plastic bags that are larger than thirteen gallon
capacity must be no less than two mil and will not be
provided by the Government.
3.QUESTION: Are there secure areas that must be
cleaned before 5:00 P.M.? ANSWER: Building 22,
16, 8, 9, 1(room 1110), and 6(room 6104).
4.QUESTION: When will the contract begin?
ANSWER: 12/3/05
5.QUESTION: Is there outside receptacle cleanup, and
policing of grounds?
ANSWER: Outside cleanup will include cigarette
receptacles.
See statement of work c.7.a.4.a.
6.QUESTION: Is snow removal included?
ANSWER: No snow removal is included.
7.Question: Will RML be autoclaving AND laundering
contractor's dust mops and cleaning towels at
government expense?
Answer: Yes
8. Question: Will there be roll towel dispensers in
69
any/all bathrooms, have ROLL TOWEL (4-1/2" X
11") dispensers been installed in bathrooms since
August 1, 2005 as per J-C4 (2) (a)?
Answer: There are no roll towel dispensers on the
RML Campus at this time.
URL:
http://www.fbo.gov/spg/HHS/NIH/AMOB/ReferenceNumber-RML-RFQ-6005/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: ROCKY MOUNTAIN
LABORATORIES
903 S. 4TH STREET
HAMILTON, MT
POP ZIP: 59840
POP COUNTRY: USA
======================================
NAICS Code: 561720
Department of Health and Human Services, National
Institutes of Health, National Institute of Allergy &
Infectious Diseases/AMOB, 10401 Fernwood Drive,
Suite 2NE70, MSC 4811, Bethesda, MD, 20817
SUBJECT: S -- CUSTODIAL SERVICES
SOLICITATION:
Reference-Number-RML-RFQ-6005
RESP DATE: 11/25/05
CONTACT: Julienne Keiser, Purchasing Agent,
Phone 406-363-9370, Fax 406-363-9376, Email
Jkeiser@niaid.nih.gov
DESC: AMENDMENT 11/17/05
QUESTIONS AND ANSWERS FROM 11/16/05
SITE VISIT
1.QUESTION: Please verify if the walk off mats are
Government supplied and the care of them?
ANSWER: The Government will supply the walk off
mats. The contractor will be required to vacuum û no
shampooing. See statement of work C.7.a.1.e.
2.QUESTION: Will the Government furnish the large
brown and clear Plastic bags?
ANSWER: Brown bags that are used for disposal of
laboratory waste will be provided by the Government.
Clear plastic bags that are larger than thirteen gallon
capacity must be no less than two mil and will not be
provided by the Government.
3.QUESTION: Are there secure areas that must be
cleaned before 5:00 P.M.? ANSWER: Building 22,
16, 8, 9, 1(room 1110), and 6(room 6104).
4.QUESTION: When will the contract begin?
ANSWER: 12/3/05 û 4/30/05
5.QUESTION: Is there outside receptacle cleanup, and
policing of grounds?
ANSWER: Outside cleanup will include cigarette
receptacles.
See statement of work c.7.a.4.a.
6.QUESTION: Is snow removal included?
ANSWER: No snow removal is included.
URL:
http://www.fbo.gov/spg/HHS/NIH/AMOB/ReferenceNumber-RML-RFQ-6005/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: ROCKY MOUNTAIN
LABORATORIES
903 S. 4TH STREET
HAMILTON, MT
POP ZIP: 59840
POP COUNTRY: USA
======================================
NAICS Code: 561612
Other Defense Agencies, Washington Headquarters
Services, Acquisition and Procurement Office,
Acquisition and Procurement Office, Rosslyn Plaza
North, Suite 12063 1155 Defense Pentagon,
Washington, DC, 20301-1155
SUBJECT: S -- Security Services
SOLICITATION:
Reference-Number-PFPA-0538-SV-100
CONTACT: Karen Rooney, Contracting Officer,
Phone 703-696-4041, Fax 703-696-4164, Email
karen.rooney@whs.mil - Donna Truesdel, Contracting
Officer, Phone 703 696 4093, Fax 703 696 4164,
Email donna.truesdel@whs.mil
DESC: Washington Headquarters Services
Acquisition and Procurement Office (WHS/A&PO) in
support of the Pentagon Force Protection Agency
(PFPA) requires Security Services for the Pentagon
Reservation and other DoD buildings and facilities
under PFPAs purview in and around the National
Capital Region (NCR) as replacement and/or
follow-on contracts for those currently in place.
AMENDMENT TWO (2)
1. A DRAFT RFP FOR THIS REQUIREMENT WILL
BE PUBLISHED ON OR BEFORE COB
NOVEMBER 18, 2005. ALL INQUIRIES SHALL BE
IN WRITING VIA EMAIL TO MS ROONEY OR MS
TRUESDEL. EMAIL ADDRESSES ARE AT THE
END OF THIS AMENDMENT.
2. SOLICITATION REFERENCE IS
HQ0034-06-R-1005
3. PRE-PROPOSAL/INDUSTRY DAY
CONFERENCE
(a)A pre proposal/site visit meeting will be conducted
at 1777 North Kent Street, Arlington, VA 22209 14th
Floor Conference Room 3 on 22 November 2005, 9:00
a.m. All firms interested in attending the site
visit/meeting must submit the following information
by email to karen.rooney@whs.mil no later than noon
21 November 2005. Full name of individual(s)
attending, social security number, date of birth,
citizenship, driverΓÇÖs license number and state of
issuance, company name, phone and fax number. All
attendees will be required to sign in at the security
desk, and present a driverΓÇÖs license or other
government issued identification in exchange for a
visitorΓÇÖs identification card. All attendees will
require escort to the conference room.
(b)It is anticipated that the conference will last
approximately 2-3 hours.
(c)During the conference, a general overview of the
solicitation requirements will be provided. In addition,
potential offerors will have the opportunity to submit
written questions concerning contract requirements.
Questions arising at the conference will be addressed
as time permits.
(d)Due to space limitations, individual firms are
requested to send no more than 2 representatives to the
conference.
(e) Government replies to contractors' questions
concerning any aspect of this Request for Proposal
(RFP) will be recognized as official only if the offeror
submits the question in writing. The Government will
provide responses via the Internet. If a question results
in a change to the RFP, an amendment will be issued
through the FedBizOpps. Offerors are specifically
cautioned that verbal discussions and replies to
questions shall not have the effect of changing the
provisions of the written RFP.
OFFERORS ARE ENCOURAGED TO SUBMIT
WRITTEN QUESTIONS IN ADVANCE OF THE
CONFERENCE DATE TO ALLOW REPLIES TO BE
PROVIDED DURING OR SHORTLY AFTER THE
CONFERENCE. Questions in writing should be
submitted to karen.rooney@whs.mil and copy to
donna.truesdel@whs.mil.
POCs for this solicitation are Karen Rooney,
karen.rooney@whs.mil. and Donna Truesdel,
donna.truesdel@whs.mil
URL:
http://www.fbo.gov/spg/ODA/WHS/REF/Reference-N
umber-PFPA-0538-SV-100/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: 1155 DEFENSE PENTAGON
RPN 12063
WASHINGTON DC
POP ZIP: 20301-1155
POP COUNTRY: UNITED STATES
======================================
T - Photographic, Mapping, Printing, and
Publication Services
======================================
NAICS Code: 511199
Department of the Air Force, Air Mobility Command,
43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC,
28308-2896
SUBJECT: T -- Base Pocket Map
SOLICITATION: F31601-00-H0001A
RESP DATE: 11/23/05
CONTACT: Phillip Carpenter, Contract Specialist,
Phone 394-6255, Fax 394-5687, Email
phillip.carpenter@pope.af.mil - Gail Williams,
Contracting Officer/Flight Chief, Phone (910)
394-6512, Fax (910) 394-5687, Email
gail.williams@pope.af.mil
DESC: 43D Contracting Squadron, Pope AFB, NC
has a requirement for a Concessionaire to produce a
Base Pocket map for Pope AFB, NC. The contractor
shall furnish all personnel, labor, materials, and
equipment, supplies and other items to produce the
ôPope Air Force Base Pocket Mapö. The applicable
North American Industrial Classification System
(NAICS) Code is 511199.The performance period will
be one year base period, to start on 1 Dec 05. This
contract may be extended by mutual agreement on
either a 1- year or 2- year basis for a total period not to
exceed 6 years. Offerors shall meet the requirements
and qualifications in the Statement of Work (SOW).
This acquisition will be accomplished in accordance
with Federal Acquisitions Regulation (FAR) and non
Appropriated Fund Instrumentalities (NAFI). The
government reserves the right to exercise options. To
request the Statement of Work or for questions contact
Amn Phillip A. Carpenter at (910) 394-6255,
phillip.carpenter@pope.af.mil or Mrs. Gail Williams
at (910) 394-6512 gail.williams@pope.af.mil.
URL:
http://www.fbo.gov/spg/USAF/AMC/43CONS/F3160
1-00-H0001A/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Pope AFB NC
POP ZIP: 28308
POP COUNTRY: United States
======================================
NAICS Code: 511199
Department of the Air Force, Air Mobility Command,
43rd CONS, 1443 Reilly Rd Suite C, Pope AFB, NC,
28308-2896
SUBJECT: T -- Base Pocket Map
SOLICITATION: F31601-00-H0001A
RESP DATE: 11/23/05
CONTACT: Phillip Carpenter, Contract Specialist,
Phone 394-6255, Fax 394-5687, Email
phillip.carpenter@pope.af.mil - Gail Williams,
Contracting Officer/Flight Chief, Phone (910)
394-6512, Fax (910) 394-5687, Email
gail.williams@pope.af.mil
DESC: 43D Contracting Squadron, Pope AFB, NC
has a requirement for a Concessionaire to produce a
Base Pocket map for Pope AFB, NC. The contractor
shall furnish all personnel, labor, materials, and
equipment, supplies and other items to produce the
ôPope Air Force Base Pocket Mapö. The applicable
North American Industrial Classification System
(NAICS) Code is 511199.The performance period will
be one year base period, to start on 1 Dec 05. This
contract may be extended by mutual agreement on
either a 1- year or 2- year basis for a total period not to
exceed 6 years. Offerors shall meet the requirements
and qualifications in the Statement of Work (SOW).
This acquisition will be accomplished in accordance
with Federal Acquisitions Regulation (FAR) and non
Appropriated Fund Instrumentalities (NAFI). The
government reserves the right to exercise options. To
request the Statement of Work or for questions contact
Amn Phillip A. Carpenter at (910) 394-6255,
phillip.carpenter@pope.af.mil or Mrs. Gail Williams
at (910) 394-6512 gail.williams@pope.af.mil.
URL:
http://www.fbo.gov/spg/USAF/AMC/43CONS/F3160
70
1-00-H0001A/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Pope AFB NC
POP ZIP: 28308
POP COUNTRY: United States
======================================
U - Education and Training Services
======================================
NAICS Code: 611430
Office of Personnel Management, Center for
Contracting, Facilities & Administrative Services,
Contracting Group, 1900 E Street, N.W., Room 1342,
Washington, DC, 20415-7710
SUBJECT: U -- Investigative interviewing training
SOLICITATION: SOL060000005BAH
RESP DATE: 11/22/05
CONTACT: Bradley Holtzapple, Contracting Officer,
Phone 724-794-5612 x289, Fax null, Email
baholtza@opm.gov
DESC: The following are answers to questions that
were asked regarding the above referenced combined
Synopsis/Solicatation. While there were more
questions OPM has responded to those that directly
related to the scope of the announcment.
Quotations under this Solicitation must be received by
1500 (3:00 PM EST) on November 22, 2005.
How much lead time does the Government anticipate
between notification of the class schedule and the
actual delivery of the class? Answer: One month.
What is the GovernmentÆs policy regarding
homework assignments for attendees? Answer: This
section of training for the Basic Special Agent
Training should not include homework.
How much time is available for development of the
training materials? Answer: The first class is
anticipated to commence no sooner than 1/9/06
How much time is available for development of the
training materials.
Answer: The first class is anticipated to commence no
sooner than 1/9/06
Why does the contractor need to provide laptops for
the attendees (who are presumed to be using laptops
for rest of the material being offered)? Please confirm
that laptops are required for all attendees, or clarify the
purpose (and number) of the laptops specified in
Section D (paragraph 3).
Answer: Attendees will use their Government issued
computer.
Please specify the number of copies, the form of
delivery (hardcopy or electronic), and time and
location for the delivery of our response to the RFQ.
Answer: Electronic delivery is preferred. Two copies
if hardcopy; delivery should be to the Boyers, PA
location if you send hardcopies.
OPM FISD
1137 Branchton Rd.
P.O.Box 618
Boyers, PA 16018-0618
Attn: Acquisition Team
URL:
http://www.fbo.gov/spg/OPM/OCAS/CD/SOL060000
005BAH/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: OPM-FISD one of three location:
Boyers, PA
Washington, DC
Sheppardstown, WV
POP ZIP: 16018-0618
POP COUNTRY: U.S.
======================================
W - Lease or Rental of Equipment
======================================
NAICS Code: 562991
ACA, White Sands Missile Range, Directorate of
Contracting, Bldg 143, 2nd Floor, Crozier Street,
White Sands Missile Range, NM 88002-5201
SUBJECT: W--Chemical Latrines
SOLICITATION: W9124Q-05-R-LATRINES
RESP DATE: 12/02/05
CONTACT: Michael Armenta, 505 678-3416
DESC: An amendment is being developed and a new
proposal closing date is forthcoming for solicitation
W9124Q-05-R-LATRINES (Chemical Latrines) which
is being extended in order that all supporting bid
documents can be made available to all solicitors and a
reasonable mobilization time can be made adequate to
support the entire White Sands Missile Range. A
Final Scope of Work, Maps and supporting documents
will be made accessible, on or before 02 DECEMBER
2005, on the Army Contracting Agency, White Sands
Mis sile Range, Directorate of Contracting Web Site Http://www.wsmr.army.mil/docpage/docpage.htm under 'Business Opportunities'.
URL:
http://www.fbo.gov/spg/USA/DABK/DABK39/W912
4Q-05-R-LATRINES/listing.html
Desc: Link to FedBizOpps document.
EMAIL: armentami@wsmr.army.mil
Desc: ACA, White Sands Missile Range
SETASIDE: Total Small Business
POP ADDRESS: ACA, White Sands Missile Range
Directorate of Contracting, Bldg 143, 2nd Floor,
Crozier Street White Sands Missile Range NM
POP ZIP: 88002-5201
POP COUNTRY: US
======================================
NAICS Code: 532412
USPFO for Maine, Camp Keyes, Augusta, ME
04333-0032
SUBJECT: W--Lease, Glycol Recovery Vehicle
(GRV), 6 Month
SOLICITATION: W912JD-06-T-2001
RESP DATE: 11/28/05
CONTACT: Patrick Nott, 207-990-7419
DESC: Change Response Date from 01 Dec 05 to 28
Nov 05.
URL:
http://www.fbo.gov/spg/USA/NGB/DAHA17/W912J
D-06-T-2001/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Patrick.Nott@mebngr.ang.af.mil
Desc: USPFO for Maine
SETASIDE: N/A
POP ADDRESS: Maine Air National Guard 101
CES/DE, 106 Ashley, Ste 486 Bangor ME
POP ZIP: 04401
POP COUNTRY: US
======================================
Y - Construction of Structures and Facilities
======================================
NAICS Code: 236220
US Army Engineer District, New York, CENAN-CT,
26 Federal Plaza, New York, NY 10278-0090
SUBJECT: Y--Fire Headquarters at Picatinny, NJ
SOLICITATION: W912DS-06-320-01
RESP DATE: 01/02/06
CONTACT: Adriana Dunaway, 917-790-8178
DESC: THIS ANNOUNCEMENT REPLACES
PREVIOUS NOTICE IN ITS ENTIRETY The U.S.
Army Corps of Engineers, New York District is
issuing this Sources sought Notice to determine if
there is an adequate number of interested and qualified
SBA certified 8(a) firms serviced by SBA New Jersey
or New York district offices, HUB Zone or
Service-Disabled Veteran Owned Small Business
firms having the capability and bonding capacity for
the following effort: Construction of a Two Company
Fire Headquarters with additional bay, 15,000 Square
Feet, in the central location of Picatinny Arsenal t o
support force protection measures. The facilities will
include the following areas: 4 bay apparatus,
administrative, and dormitory. The project will be
based on a standard design, though site adapted to
meet customer needs and/or site constraints. The
project location will also support force protection
measures, including response time and mileage
distance throughout Picatinny. Responses to this
sources sought will be used by the Government to
make an appropriate procurement decision. If qualified
firm s do not respond to this Sources Sought Notice
the project may be acquired under full and open
competition. This project is planned for advertisement
in July 2006 with award scheduled in September 2006.
Contract duration is estimated at approximately 540 c
alendar days. The North American Industry
Classification System (NAICS) code is 236220. The
business size standard is $28.5 million. The estimated
price range is between $1,000,000 and $5,000,000.
Twenty percent (20%) of the work is to be
self-performed. A ll interested businesses should notify
this office in writing by mail or fax by 02 Jan 2006,
10:00am local time. Responses should include: (1)
Identification and verification of the company as an
SBA certified 8(a)firm by SBA New Jersey or New
York distric t offices, HUB Zone or Service-Disabled
Veteran Owned Small Business; (2) CAGE Code and
DUNS Number; (3) Past Experience through the
description of completed projects that are similar in
size, scope and complexity to the proposed project,
and the percentag e and type of self-performed work;
(4) Capability of obtaining performance and payment
bonds for a project in the dollar amount (price) range
listed above; and (5) A statement verifying the
contractor will perform 20% of the work and the type
of work to be self-performed. Send responses to the
US Army Corps of Engineers, New York District, 26
Federal Plaza, Room 1843, ATTN: Adriana Dunaway,
New York, NY, 10278-0090 or by fax to (212)
264-3013. This is NOT a commitment on the part of
the Government to awar d a contract as a result of this
notice or to pay for any information received. This
synopsis neither constitutes a Request for Proposal or
Invitation for Bid, nor does it restrict the Government
to an ultimate acquisition approach. This Sources
Sought Syn opsis should not be construed as a
commitment by the Government for any purpose. The
Government does not intend to rank submittals or
provide any reply to interested firms. Submittals will
be used for market survey information only.
URL:
http://www.fbo.gov/spg/USA/COE/DACA51/W912D
S-06-320-01/listing.html
Desc: Link to FedBizOpps document.
EMAIL: adriana.a.dunaway@nan02.usace.army.mil
Desc: US Army Engineer District, New York
SETASIDE: N/A
POP ADDRESS: PICATINNY Picatinny Picatinny NJ
POP ZIP: 07806
POP COUNTRY: US
======================================
Z - Maintenance, Repair or Alteration of Real
Property
======================================
NAICS Code: 238160
Department of the Air Force, Direct Reporting Units,
USAF Academy - 10 MSG/LGC, 8110 Industrial
Drive Suite 200, USAF Academy, CO, 80840-2315
SUBJECT: Z -- Roofing Maintenance, Roofing
Repair, and Roofing Minor Construction Work
SOLICITATION: Not-Applicable
RESP DATE: 11/30/05
CONTACT: Theresa Coffenberry, Contract
Specialist, Phone 719-333-3142, Fax 719-333-6608,
Email theresa.coffenberry@usafa.af.mil
DESC: Reference the sources sought synopsis posted
9 November 2005 which states, ôThe search is
restricted to the Region 8 (Colorado, Utah, Wyoming,
Montana, North Dakota, and South Dakota)ö The
purpose of this amendment is to rescind this statement
and state the search is not restricted. Request all types
of vendors, nation wide, respond if interested in this
acquisition.
URL:
http://www.fbo.gov/spg/USAF/DRU/10ABWLGC/Not
-Applicable/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: U.S. Air Force Academy, Colorado,
Farish Recreation Area, located east of Woodland
71
Park, Colorado; and Bullseye Auxiliary Airfield,
located east of Colorado Springs off Highway 94
POP ZIP: 80840
POP COUNTRY: U.S
======================================
NAICS Code: 238160
ACA, Fort Sam Houston , Directorate of Contracting,
2107 17th Street, Bldg. 4197 , Fort Sam Houston, TX
78234-5015
SUBJECT: Z--REPARI/REPLACE ROOFS, FORT
SAM HOUSTON, CAMP BULLIS, CANYON LAKE
ARMY RECREATION AREA, TEXAS
SOLICITATION: W9124J-05-R-0005
RESP DATE: 12/16/05
CONTACT: Cristina Chial, (210)221-3041
DESC: SOLICITATION NUMBER
W9124J-05-R-0005 HAS BEEN ISSUED ON 16
NOV 05 AND POSTED ON THE ARMY SINGLE
FACE TO INDUSTRY (ASFI) WEBSITE
https://acquisition.army.mil/asfi/. Anyone wishing to
participate in this proposed procurement must obtain
his or her copy from the Internet. Copies will not be
mailed from SRCC-West. All amendments will be
posted on the Internet. Vendors will be solely
responsible for obtaining amendments from the
Internet to update their files.
URL:
http://www.fbo.gov/spg/USA/DABK/DABK33/W912
4J-05-R-0005/listing.html
Desc: Link to FedBizOpps document.
EMAIL: cristina.chial@samhouston.army.mil
Desc: ACA, Fort Sam Houston
SETASIDE: 8a Competitive
POP ADDRESS: ACA, Fort Sam Houston Directorate
of Contracting, 2107 17th Street, Bldg. 4197 Fort
Sam Houston TX
POP ZIP: 78234-5015
POP COUNTRY: US
======================================
NAICS Code: 238290
US Army Corps of Engineer - Omaha District, 106 S.
15th Street, Omaha, NE 68102-1618
SUBJECT: Z--Construction of Administration
Building Elevator Installation, Garrison Project,
Riverdale, ND.
SOLICITATION: W9128F-06-B-0001
RESP DATE: 01/09/06
CONTACT: Neil Herman, (402) 221-4119
DESC: The NAICS Code is corrected to read 238290
Other Building Equipment Contractors, and the
Response Date is corrected to read 01-09-2006.
URL:
http://www.fbo.gov/spg/USA/COE/DACA45/W9128F
-06-B-0001/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Neil.F.Herman@usace.army.mil
Desc: US Army Corps of Engineer - Omaha District
SETASIDE: N/A
POP ADDRESS: US Army Corps of Engineer Omaha District 106 S. 15th Street, Omaha NE
POP ZIP: 68102-1618
POP COUNTRY: US
======================================
10 - Weapons
======================================
NAICS Code: 332994
TACOM - Rock Island, ATTN: AMSTA-AQ-AR,
Rock Island Arsenal, Rock Island, IL 61299-7630
SUBJECT: 10--Rotor, Feeder Assembly P/N 1252439
NSN 4320-01-436-2802
SOLICITATION: W52H09-06-R-0036
RESP DATE: 01/30/06
CONTACT: Nancy Miles, 309-782-6433
DESC: ROTOR,FEEDER ASSEMBLY (NSN:
4320-01-436-2802) END ITEM IS M242 25MM
AUTOMATIC GUN. CONSISTS OF STAINLESS
STEEL ROTOR SHAFT, 12524540
APPROXIMATELY 0.9 IN DIA BY 12.5 IN LONG.
THE SHAFT HAS SPLINES AND MUST BE HEAT
TREATED. THE SECOND COMPONENT IS AN
INTRICATE INVESTMENT CAST AMMON FEED
ROTOR. LIQUID PENETRANT, RADIOGRAPHIC
INSPECTION AND WELDING IS REQUIRED. THE
LAST COMPONENT IS A TAPERED EXPANSION
MS PLUG. THIS SOLICITATION WILL RESULT IN
THE AWARD OF A 3 TO 5 YEAR INDEFINITE
DELIVERY INDEFINI TE QUANTITY (IDIQ) TYPE
CONTRACT WITH GUARANTEED MINIMUM
QUANTITY OF 174 EA. FOB is Destination. For use
on the M242. Estimated issue date is 15 Dec 2005.
This solicitation will be issued electronically in
accordance with FAR 4.502 and 5.102, therefore,
hardcopies will not be provided. Vendors wishing an
electronic copy may download it on or after the issue
date by accessing the following address via the internet
https://aais.ria.army.mil/aais/SOLINFO/index.htm.
CAUTION: This solicitation will be issue d
electronically as will any amendments thereto.
Because of this, the Government is under no obligation
and is in fact unable to maintain a bidders mailing list.
It is therefore incumbent upon any interested parties
to periodically access the above inter net address in
order to obtain any amendments which may be issued.
Failure to obtain any said amendments and to respond
to them prior to the date and time set for bid
opening/receipt of proposals may render your bid or
proposal nonresponsive and result in the rejection of
same. This solicitation incorporates a Technical Data
Package (TDP) that cannot be provided via the
internet. Vendors who need this TDP in order to
prepare a bid or proposal are instructed to request
same by submission of an email requ est to:
tacom-ri-tdp@ria.army.mil. Any said requests should
contain the following information; CAGE Code (if
available), Company Name, Point of Contact
(optional), Street Address, City, State, Zip Code,
Telephone Number. A TDP will be provided by
norma l mail after the solicitation has been released to
the internet. Note 26 applies. Proposed contract is
100% small business set-aside.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/W52
H09-06-R-0036/listing.html
Desc: Link to FedBizOpps document.
EMAIL: milesn@ria.army.mil
Desc: TACOM - Rock Island
SETASIDE: Total Small Business
POP ADDRESS: TACOM - Rock Island ATTN:
AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
POP ZIP: 61299-7630
POP COUNTRY: US
======================================
13 - Ammunition and Explosives
======================================
US Army ARDEC, AMSTA-AR-PC, Picatinny
Arsenal, New Jersey 07806-5000
SUBJECT: 13--M232 Wax Liner and Igniter
Assemblies
SOLICITATION: W15QKN-06-R-0317
RESP DATE: 11/22/05
CONTACT: Michael Gomez, Contract Specialist,
(973)724-2368
DESC: This solicitation is amended to include Note 1.
This will be 100% Small Business Set A-side.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE30/W15
QKN-06-R-0317/listing.html
Desc: US ARMY TACOM-Picatinny Procurement
Network
EMAIL: mgomez@pica.army.mil
Desc: Michael Gomez
======================================
14 - Guided Missiles
======================================
NAICS Code: 336414
US Army Aviation and Missile Command (Missile),
ATTN: AMSAM-AC, Building 5303, Martin Road,
Redstone Arsenal, AL 35898-5280
SUBJECT: 14--Advanced Precision Kill Weapon
System II (APKWS II) System Development &
Demonstration (SDD) and Low Rate Initial Production
(LRIP) Effort
SOLICITATION: W31P4Q-05-R-0396
RESP DATE: 11/29/05
CONTACT: Donna Morris, 256-876-4165
DESC: This synopsis modification is being issued to
notify the public on the release of Amendment 0011 to
RFP W31P4Q-05-R-0396.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH01/W31
P4Q-05-R-0396/listing.html
Desc: Link to FedBizOpps document.
EMAIL: donna.morris@redstone.army.mil
Desc: US Army Aviation and Missile Command
(Missile)
SETASIDE: N/A
POP ADDRESS: US Army Aviation and Missile
Command (Missile) ATTN: AMSAM-AC-TM-A/M.
Yourich, Building 5303, Martin Road Redstone
Arsenal AL
POP ZIP: 35898-5280
POP COUNTRY: US
======================================
15 - Aircraft and Airframe Structural
Components
======================================
NAICS Code: 488190
Department of Commerce, National Oceanic and
Atmospheric Administration (NOAA), Central Region
Acquisition Division, 601 East 12th Street, Room
1756, Kansas City, MO, 64106
SUBJECT: 15 -- FULL MAINTENANCE SERVICE
- TWIN COMMANDER TWIN PROP 695A
SOLICITATION:
Reference-Number-NAAN6000604000
RESP DATE: 11/28/05
CONTACT: Jane Allen, Contract Specialist , Phone
816-426-7531 , Fax 816-274-6993, Email
jane.a.allen@noaa.gov
DESC: THIS AMENDMENT IS BEING ISSUED TO
REQUEST THAT PARTIES INTERESTED IN
RECEIVING MORE INFORMATION AND A COPY
OF THE REQUEST FOR PROPOSAL, CONTACT
JANE A. ALLEN AT jane.a.allen@noaa.gov.
DESCRIPTION
This is a combined synopsis/solicitation for
commercial items prepared and processed in
accordance with the format in Federal Acquisition
Regulations (FAR) Part 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation;
proposals are being requested and a written solicitation
will not be issued. This is a solicitation from the U.S.
Department of Commerce (DOC), National Oceanic
and Atmospheric Administration (NOAA), Aircraft
Operations Center (AOC), MacDill AFB, Tampa, FL
and is for the acquisition of a full maintenance service
contract for a Twin Commander Model Jet Prop-695A,
serial number 96089, FAA registration N45RF. The
aircraft shall require full maintenance support for the
12-month period following award of a contract with
options to extend the contract support services for 4
consecutive 12-month periods. This Request for
Proposal (RFP) is hereby issued as RFP No.
NAAN6000604000. This is an unrestricted
solicitation with full and open competition. This RFP
and the incorporated provisions and clauses are those
in effect through Federal Acquisition Circular (FAC)
2005-06.
Refer to attachment/solicitation/RFP for details
regarding this requirement.
URL:
http://www.fbo.gov/spg/DOC/NOAA/CASC/Referenc
e-Number-NAAN6000604000/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: CONTRACTOR'S FACILITY
======================================
NAICS Code: 336413
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
72
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 15 -- Control Assy, Pu
SOLICITATION: SPM4A7-06-R-0039
RESP DATE: 12/15/05
CONTACT: Arla Allen, Contract Specialist, Phone
(804)279-6133, Fax (804)279-6172, Email
Arla.Allen@dla.mil
DESC: PR 0011625767, RFP SPM4A7-05-R-0039,
Control Assy, Pu, NSN 1680-01-106-9393, IAW
Sikorsky Aircraft, cage 78286, DWG 70301-02108,
Rev "R" Dtd 23May03, Source control item; approved
sources are Imo Corp, cage 04638, P/N C81393-2;
Triumph Controls Inc., cage 78710, P/N 7-44205-5;
and Triumph Controls Inc., cage 3CW15, P/N
7-44205-5. Will result as a definite quantity contract
for 281 each, Unrestricted, other than full and open
competition, Fob Destination, I/A origin, 122 DARO.
Acquisition of this part is restricted to the sources
specified in the source control drawing. Alternate
sources will not be accepted. Partial data is availabe
in DSCR-VA. Do not submit DSCR Form 407. A
copy of the solicitation will be available via the DLA
Internet Bid Board System at
https://www.dibbs.bsm.dla.mil/RFP on the issue date
cited in the RFP. 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 requestors.
Anticipated solicitation issue date is Nov. 15, 2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SPM4A7-06R-0039/listing.html
Desc: Link to FedBizOpps document.
======================================
16 - Aircraft Components and Accessories
======================================
NAICS Code: 336413
DHS - Direct Reports, United States Coast Guard
(USCG), Commanding Officer, USCG Aircraft Repair
& Supply Center, HU25, HH65, H60J, C130, EISD,
130J or Support Procurement Building 79, 75, 79,
78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
SUBJECT: 16 -- Repair or various Engine
Components
SOLICITATION: HSCG38-06-Q-100002
RESP DATE: 11/15/05
CONTACT: James Lassiter, HU25 Purchasing Agent,
Phone 252-335-6143, Fax 252-334-5427, Email
James.A.Lassiter@uscg.mil
DESC: Closing date is changed to Dec/06/05
THIS IS A PRESOLICITATION NOTICE ONLY
AND NOT A SOLICITATION OR REQUEST FOR
QUOTE (RFQ) DOCUMENT. THE
RFQ/SOLICITATION PACKAGE WILL BE
AVAILABLE AFTER THE CLOSING DATE OF
THIS PRE-SOLICITATION NOTICE. QUOTES
ARE NOT BEING SOLICITED OR ACCEPTED AT
THIS TIME. CONTRACTORS SHOULD FOLLOW
THE INSTRUCTIONS BELOW. The U.S. Coast
Guard Aircraft Repair and Supply Center (ARSC)
intends to issue a Purchase Order using Simplified
Acquisition Procedures(incorporating the latest FAC,
FAC 05-05) for the Repair (2) each Engine Gen.
Stator PN# 2046916-2 NSN: 2925-01-454-2046 and
(2) each Shroud PN#3002384-13
NSN#2840-01HR2-3653 and (2) each Seal Ring Assy.
PN#3002979-1 NSN#2825-01-326-9027 and (2) each
Deswril PN#3001769-13 NSN#2840-01-HR2-0899
and (1) Midframe Assy. PN#3001398-8
NSN#2840-01-451-3135 and (1) each Load Valve
PN#109756-1-2, Mod to PN#109756-2-1
NSN#4810-01-HR2-1170 and (2)Modulating Valve
PN#979558-2 NSN#5930-01-074-5366 and (2) each
Load Valve PN#109756-2-1 NSN#4810-01-HR2-1170
and (8) each Computer EHMS PN#2101598-4
NSN#5895-01-454-4415. Items are to be Repaired
IAW OEM Specifications.Midframe Assy is ACMS
Tracked. All items except for Modualting Valves are
Flight Critical. ALL OEM SERVICE BULLETINS
PREVIOUSLY INCORPORATED SHALL REMAIN
INCORPORATED.SERVICE BULLETINS THAT
UPGRADE THE COMPONENT OR IMPROVE
RELIABILITY SHALL BE INCORPORATED UPON
APPROVAL OF THE USCGÆS CONTRATING
OFFICER. If the vendor (or offeror as appropriate)
proposes to use technical information (manuals,
service bulletins, specifications, etc.) other than that
specified in the solicitation to repair or overhaul these
components, he shall provide the latest CMM,
Revision Number, Service Bulletin or Amendment and
a brief synopsis of the Revision and Date with his
quote (proposal). All documents should be listed with
basic and revision dates along with the source for this
information. The OEM for all items are Cage Code is
02LU7 Honeywell International. The Coast Guard
does not own nor can it obtain specifications,
drawings, plans or other technical data for repair. The
Statement of Work will be available as part of the
Request For Quote (RFQ). Requests for
specifications, drawings, etc. will be disregarded. The
RFQ document, HSCG38-06-Q-100002, will be
available for downloading from FedBizOps at
www.eps.gov or can be obtained by faxing or
E-mailing a written request to (252) 334-5427 (FAX)
jalassiter@arsc.uscg.mil (e-mail address). Contractors
shall be able to download, print, and E-mail the RFQ
from the FedBizOps website. The RFQ/solicitation
will be available for download after the closing date
(Due Date or Response Date shown above) with an
anticipated award date of Nov/30/2005. This date is
approximate and not exact. Contractors are
encouraged to register and use FedBizOps and can call
Jim Lassiter, Purchasing Agent at (252) 335-6143 for
assistance. The North American Industry
Classification Standard (NAICS) is 336413 and the
size standard is 1000 employees to classify as a small
business. This is THIS IS AN UNRESTRICTED
PROCURMENT OF SERVICES. All responsible
sources may submit a quotation which shall be
considered by the agency. Sources must have valid
Cage Codes and DUNs Numbers or have the ability to
obtain one, also be registered in CCR (Central
Contractors Registration). Quotes may be F.O.B.
Origin or F.O.B. Destination(F.O.B. Destination is
preferred) and will be evaluated on the basis of best
value to the government considering technical
acceptability, price, delivery and past performance and
quality and price realism. Desired delivery 150 days
after receipt of material, required delivery date is 180
days after receipt of material. Packaging instructions
will be specified in the RFQ/solicitation. Delivery
shall be to U.S.C.G. Aircraft Repair and Supply
Center, Elizabeth City, NC 27909 Attn: Receiving
and/or Quality Assurance Section. See Numbered
Note 26.
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/USCGARSC
/HSCG38-06-Q-100002/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 336413
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 16 -- Valve, Oxygen Mask
SOLICITATION: SP0407-06-R-0541
RESP DATE: 12/29/05
CONTACT: Karen Harris, Contract Specialist, Phone
(804)279-4510, Fax (804)279-5614, Email
karen.harris@dla.mil
DESC: THIS SOLICITATION IS CANCELLED IN
ITS ENTIRETY
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0407-06-R0541/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Undetermined at this time
======================================
NAICS Code: 336413
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 16 -- Valve, Brake Control Transfer
SOLICITATION: SPM4A7-06-R-0032
RESP DATE: 12/10/05
CONTACT: Arla Allen, Contract Specialist, Phone
(804)279-6133, Fax (804)279-6172, Email
Arla.Allen@dla.mil
DESC: PR 0011627057, Valve, Brake Control
Transfer, NSN 1630-01-158-2945, McDonnell
Douglas Helicopter co., cage 8V613, P/N
7-111412024, approved source is Eaton Corp., cage
99643, P/N 19170-3. Will result as a definite quantity
contract for 45 each, unrestricted, other than full and
open competition, FOB destination, I/A destination,
156 DARO. DSCR does not currently have an
approved technical data package available for this
NSN. Please do not submit request to DSCR-VABA.
A copy of the solicitation will be available via the
DLA Internet Bid System at
https://www.dibbs.bsm.dla.mil/RFP on the issue date
cited in the RFP. 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 requestors.
Anticipated solicitation issue date is Nov. 10, 2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SPM4A7-06R-0032/listing.html
Desc: Link to FedBizOpps document.
======================================
17 - Aircraft Launching, Landing, and Ground
Handling Equipment
======================================
NAICS Code: 333999
Department of the Air Force, Air Force Materiel
Command, WR-ALC, WR-ALC/PK Acquisition
Opportunities 235 Byron St,, Warner Robins, GA,
31098-1611
SUBJECT: 17 -- Hydraulic Jack, Tripod
SOLICITATION: FA8518-05-Q-059AX
RESP DATE: 12/14/05
CONTACT: Charles Harris, Jr., Contract Negotiator,
Phone (478) 222-1889, Fax (478) 222-1854, Email
Charles.Harris@robins.af.mil
DESC: NSN: 1730-00-734-9382
P/N: 2010-25
QTY: Basic: 420 ea, 1 ea First Article with data;
Options I - II: 151 ea, Options III - IV: 101 ea
Load Capacity: 3 Ton. The proposed contract is
100% set aside for small business concerns. The
solicitation document contains information that has
been designated as "Militarily Critical Technical
Data." Only businesses that have been certified by the
Department of Defense, United States/Canada Joint
Certification Office, and have a valid requirement may
have a copy of the solicitation document. All requests
for copies of the solicitation document must include a
certified copy of DD Form 2345, Militarily Critical
Technical Data Agreement. To obtain certification,
contact: Commander, Defense Logistics Information
Service (DLIS), ATTN: U.S./Canada Joint
Certification Office, 74 Washington Avenue North,
Battle Creek, MI 49017-3084 or call the DLIS at
(800)-352-3572. The DLIS Unites States/Canada Joint
Certification Lookup service is available via the
Internet at: http://www.dlis.dla.mil/ccal/. The Data
Package for this requirement is available on CD-ROM
only. Aperture Cards are not available for this
procurement. The minimum set-up requirements to
view this data package are as follows: 386 DX/33; 4
Megabytes RAM; VGA Monitor; Mouse; 2X (Dual
Speed) CD ROM Drive; Microsoft Windows, Version
3.1 or Later; MS DOS, Version 5.0 or Later.
73
URL:
http://www.fbo.gov/spg/USAF/AFMC/WRALC/FA85
18-05-Q-059AX/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
19 - Ships, Small Craft, Pontoons, and Floating
Docks
======================================
N00024 1333 Isaac Hull Avenue S.E. Washington
Navy Yard, DC
SUBJECT: 19--YP Training Patrol Craft
SOLICITATION: N0002406R2200
CONTACT: Stephen V. Piasecki, SEA 02222,
stephen.piasecki@navy.mil Contracting Officer, and
Megan Fish, SEA 02222F, megan.fish@navy.mil
URL:
http://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ
/N0002406R2200/listing.html
DESC: Link to FedBizOpps document.
======================================
26 - Tires and Tubes
======================================
NAICS Code: 811198
Department of the Navy, Naval Facilities Engineering
Command, NAVFAC Atlantic, Headquarters,
Hampton Roads IPT, 6506 Hampton Blvd Building
Z140, Room 320, Norfolk, VA, 23508-1278
SUBJECT: 26 -- Annual Regional Vehicle Tire
Repair/Replacement, All Sites
SOLICITATION: N40085-05-R-2467
CONTACT: LeeArjetta Hamilton, Contract
Specialist, Phone 757-322-4427, Fax 757-322-4611,
Email HamiltonLA@efdlant.navfac.navy.mil
DESC: provide the replacement and repair of tires and
associated equipment on base support vehicles and
equipment located at various Naval Installations in the
Tidewater area and any area within a hundred-mile
radius of Norfolk. The vehicles that will require tire
maintenance include; trailers and all self-propelled
motor vehicles designed for highway or cross-country
operations. Specifically included are buses, sedans,
trucks, carryalls, station wagons, ambulances,
refuelers, defuelers, truck trailers, brush, structural,
aircraft firefighting, and rescue operation trucks. All
mechanical equipment used in the construction,
alteration, or repair of buildings, bridges, roads, or
other kinds of real property. This includes pile drivers,
power shovels, and cranes with special attachments,
road rollers, tractors, scrapers, plows and street
sweepers. All self propelled material handling
equipment and conveyor equipment used in storage
and materials handling operations in and around
warehouses, shipyards, industrial plants, airfields,
magazines, depots, docks, terminals and on-board
ships. Included are warehouse tractors, forklifts, rough
terrain forklift trucks, platform trucks, pallet trucks,
conveyors and conveyor systems and straddle carrying
trucks. All weight handling equipment including
mobile or transportable trucks, crawlers and railway
mounted locomotive cranes normally used for lifting,
moving and placing heavy material or equipment.
Weight Handling Equipment does not include portal,
gantry, jib and other facility type cranes. The
Contractor shall perform maintenance and repair in
accordance with the time frames established in the
following priorities: Priority 1 û Base Support
Vehicles and Equipment (BSVE) includes emergency
vehicles (ambulances, fire trucks, police sedans and
pickups), utility boom bucket trucks, and automobiles
assigned to Commanding Officers and their staffs.
Response to BSVE in this category shall be within 2
hours after being reported down. Priority 2 - BSVE
includes designated buses, automobiles assigned to
base tenant activity staffs, emergency service vehicles,
cranes and material handling equipment. Response to
BSVE in this category shall be within 4 hours after
being reported down. The proposed contract will be
an Indefinite Quantity contract. The term shall be for
a period of one year. Task Orders can be issued on the
contract for a period not to exceed 60 months.
Response date is is to be determined at a later date.
URL:
http://www.fbo.gov/spg/DON/NAVFAC/N62470HR/
N40085-05-R-2467/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Norfolk, Virginia
======================================
28 - Engines, Turbines, and Components
======================================
NAICS Code: 336412
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 28 -- 28+CUP, LOCKING, DISK
RETAINING UNIT
SOLICITATION: SP0407-06-R-0211
RESP DATE: 01/03/06
CONTACT: Connie Hall, Contract Specialist
(Contractor), Phone (804)279-5624, Fax
(804)279-1757, Email Connie.Hall@dla.mil
DESC: ***THIS IS TO MODIFY THAT THE
SOLICITATION WILL BE POSTED ON THE DLA
PROCUREMENT GATEWAY ON OR ABOUT 02
DECEMBER 2005****
PR No: RD051670030000; This solicitation will
contain 1 NSN for a Cup, Locking, Disk Retaining
Nut, for the T55-L-712 ACFT Eng., CH-47D. This
solicitation will be solicited for award of an indefinite
quantity contract. The award will be for a base year
and four option years. The OEM is Honeywell Intl,
Inc. CAGE 99193. There is one approved source of
supply: B&N Tool Co., Inc., CAGE 0CMJ0. The
NSN, Part Number and Annual Estimated Quantity
(AEQ) are as follows: NSN: 2840-00-441-9046; Part
Number 2-141-221-01; Base Year AEQ: 172, Option
Year AEQ: 172 each. Delivery: FOB Destination,
Inspection/Acceptance at Origin, 154 days ARO.
Specifications, plans or drawings related to the
procurement described are available and can be
furnished by the Government. The final contract award
decision may be based upon a combination of price,
past performance, and other evaluation factors as
described in the solicitation. Solicitation will be
issued on an unrestricted basis, other than full and
open competition procedures. Reference notes 1, 23
and 26.
A copy of the solicitation will be available via the
DLA Procurement Gateway at
http://progate.daps.mil/home or
http://12.3.216.20/home on the issue date cited 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. The
solicitation issue date is on or about 4 November
2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0407-06-R0211/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Defense Logistics Agency, Logistics
Operations, Defense Supply Center Richmond, 8000
Jefferson Davis Highway, Richmond, VA.
POP ZIP: 23297-5000
POP COUNTRY: USA
======================================
29 - Engine Accessories
======================================
NAICS Code: 336412
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 29 -- 29+Housing Assembly
SOLICITATION: SP0407-06-R-0621
RESP DATE: 12/30/05
CONTACT: Connie Hall, Contract Specialist
(Contractor), Phone (804)279-5624, Fax
(804)279-1757, Email Connie.Hall@dla.mil
DESC: ****THIS IS TO MODIFY THAT THE
SOLICITATION WILL BE POSTED ON THE DLA
PROCUREMENT GATEWAY ON OR ABOUT 28
NOVEMBER 2005****
PR No: RD051160050000; This solicitation will
contain 1 NSN for a Housing Assembly, for the CH-53
Helicopter. This solicitation will be solicited for
award of an indefinite quantity contract. The award
will be for a base year and four option years. The OEM
is Sikorsky Aircraft Corp. CAGE 78286. There is one
approved source of supply: Rotair, CAGE 54878. The
NSN, Part Number and Annual Estimated Quantity
(AEQ) are as follows: NSN: 2995-00-070-1839; Part
Number 65301-12010-041; Base Year AEQ: 188,
Option Year AEQ: 188 each. Delivery: FOB
Destination, Inspection/Acceptance at Origin, 239
days ARO. Specifications, plans or drawings related
to the procurement described are available and can be
furnished by the Government. The final contract award
decision may be based upon a combination of price,
past performance, and other evaluation factors as
described in the solicitation. Solicitation will be
issued on a restricted basis, under full and open
competition procedures after exclusion of sources.
Reference notes 1, 23 and 26.
A copy of the solicitation will be available via the
DLA Procurement Gateway at
http://progate.daps.mil/home or
http://12.3.216.20/home on the issue date cited 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. The
solicitation issue date is on or about 15 November
2005.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0407-06-R0621/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: Defense Supply center Richmond
8000 Jefferson Davis Highway
Richmond, VA
POP ZIP: 23297
POP COUNTRY: USA
======================================
31 - Bearings
======================================
NAICS Code: 332991
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 31 -- CYLINDRICAL ROLLER
BEARING
SOLICITATION: SP0441-06-R-0291
RESP DATE: 12/26/05
CONTACT: LaToya Green, Contract Specialist,
Phone (804)279-4985, Fax (804)279-6669, Email
latoya.green@dla.mil
DESC: NSN: 3110-01-189-2803, YPG05265000768,
CYLINDRICAL ROLLER BEARING. ôConfiguration
Control,ö ôFirst Article Testing,ö Pratt and Whitney
CAGE 77445, P/N 4061140 and 4069671. Approved
source(s): Timken Aerospace CAGE 78118 and FAG
Bearings CAGE 36069. Origin inspection required.
FOB Destination. DSCR does not currently have an
approved technical data package available for this
NSN. Requested delivery is 289 days aro. Solicitation
will result in a Request For Proposal (RFP) including
100% option to increase quantity. Solicited
unrestricted on an Other than Full and Open
Competitive basis. The final contract award decision
74
may be based upon a combination of price, past
performance, and other evaluation factors as described
in the solicitation. Solicitation issue date is November
25, 2005, closing December 26, 2005. A copy of the
solicitation will be available via the DLA Procurement
Gateway at http://progate.daps.dla.mil on the issue
date cited in the RFP. From the Gateway homepage,
select ôSearch RFPsö 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.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0441-06-R0291/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 332991
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 31 -- CYLINDRICAL ROLLER
BEARING
SOLICITATION: SP0441-06-R-0291
RESP DATE: 12/26/05
CONTACT: LaToya Green, Contract Specialist,
Phone (804)279-4985, Fax (804)279-6669, Email
latoya.green@dla.mil
DESC: NSN: 3110-01-189-2803, YPG05265000768,
CYLINDRICAL ROLLER BEARING. ôConfiguration
Control,ö ôFirst Article Testing,ö Pratt and Whitney
CAGE 77445, P/N 4061140 and 4069671. Approved
source(s): Timken Aerospace CAGE 78118 and FAG
Bearings CAGE 36069. Origin inspection required.
FOB Destination. DSCR does not currently have an
approved technical data package available for this
NSN. Requested delivery is 289 days aro. Solicitation
will result in a Request For Proposal (RFP) including
100% option to increase quantity. Solicited
unrestricted on an Other than Full and Open
Competitive basis. 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 is November
25, 2005, closing December 26, 2005. A copy of the
solicitation will be available via the DLA Procurement
Gateway at http://progate.daps.dla.mil on the issue
date cited in the RFP. From the Gateway homepage,
select ôSearch RFPsö 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.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/SP0441-06-R0291/listing.html
Desc: Link to FedBizOpps document.
======================================
43 - Pumps and Compressors
======================================
NAICS Code: 333912
1940 Allbrook Drive Suite 3 Wright-Patterson AFB,
OH
SUBJECT: 43--Air Compressor
SOLICITATION: FA8601-06-T-0025
RESP DATE: 11/19/05
CONTACT: Susan Slivinski, 937-257-6146 ext. 4216
DESC: Modification #1 The model number of the
Speedaire air compressor listed in the solicitation is
1WD95. The due date for quotes has been extended
one additional day. The closing date is now Friday,
18 November 2005. AIR COMPRESSOR. This is a
combined synopsis/solicitation for commercial items
prepared in accordance with the format in Subpart
12.6, as supplemented with additional information
included in this notice. This announcement
constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued.
Solicitation #FA8601-06-T-0025 is issued as a
Request for Quotation (RFQ). This solicitation
document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular
2005-06. This acquisition is 100% set aside for small
business. The associated NAICS 333912. The size
standard is 500 employees. This RFQ is being
conducted as a commercial item procurement using
Simplified Acquisition Procedures (FAR Part 13). No
paper copies of this solicitation will be provided. This
RFQ has one (1) line items. Quotations are being
solicited on a brand name OR EQUAL basis in
accordance with FAR 52.211-6. A Firm Fixed Price
(FFP) type purchase order is anticipated with 1 line
item as follows: 1 each Speedaire Air Compressor, HP
rating 30 HP, Free Air Flow at 175 psi, 101.0 CFM,
Phase Three, Voltage Rating 200 Volts, Current
Rating 84.0 Amps, Tank Capacity 120 Gallons, Tank
Type Horizontal, Oil Capacity 7 Ounces, Speed 890
RPM, Height 64 Inches, Length 72 1/2 Inches, Width
27 1/2 Inches, NPT Outlet (F) 1 1/4 Inches, Including
Initial Fill of Heavy-Duty Compressor Oil. Evaluation
will be based on the overall best value for the
government. Evaluation factors are price, technical,
delivery. Responding contractors shall include
adequate information with their quotations to enable
the government to make a complete evaluation and
appraisal of the offering with respect to the
requirements set forth in this combined synopsis
solicitation. The Contracting Officer will evaluate
"equal" products on the basis of the evaluation factors
listed in this solicitation and the information
furnished by the quoter or identified in the quote and
reasonably available to the Contracting Officer. THE
CONTRACTING OFFICER IS NOT RESPONSIBLE
FOR LOCATING OR OBTAINING ANY
INFORMATION NOT IDENTIFIED IN THE
QUOTE. Include manufacturerÆs name, model
number, and specifications in your quote. Unless the
quoter clearly indicates in its offer that the product
being offered is an "equal" product, the quoter shall
provide the brand name product referenced in the
solicitation. A copy of FAR Clause 52.212-3 with Alt
I, Contractor Representations and
Certifications-Commercial Items, must be completed
and submitted with quotation. A copy is attached to
this solicitation and is available at
http://www.pixs.wpafb.af.mil/. Delivery is required
within 30 days from date of award. The delivery
location is Wright-Patterson Air Force Base, Ohio.
The FOB point for this acquisition is Destination.
Quoted prices shall be delivered (F.O.B. Destination)
prices. Contract financing will NOT be provided for
this acquisition. The Government will make an award
from this request for quotation to the responsible
quoter whose quote will be most advantageous to the
Government. The Government reserves the right to
not make an award at all. By submission of a quote,
the quoter acknowledges the requirement that a
prospective awardee must be registered in the CCR
database prior to award, during performance, and
through final payment of any contract resulting from
this solicitation. The following FAR Provisions and
Clauses apply to this acquisition: 52.211-6, Brand
Name or Equal 52.212-1, Instructions to
OfferorsùCommercial 52.212-2, Evaluation Factors
(The evaluation factors for the fill-in portion are price,
technical, and delivery.) 52.212-3, Contractor
Representations and Certifications 52.225-13,
Restrictions on Certain Foreign Purchases 52.204-6,
Data Universal Numbering System (DUNS) Number
52.212-4, Contract Terms and
Conditions--Commercial Items Clause 52.212-5,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, applies to this acquisition. For paragraph (b),
the following clauses apply: 52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities
and Remedies 52.222-21, Prohibition of Segregated
Facilities 52.222-26 Equal Opportunity 52.232-33,
Payment by Electronic Funds TransferùCentral
Contractor Registration) The following DFARS
Clauses apply to this acquisition: 252.204-7003,
Control of Government Work Product 252.212-7001,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, (for paragraph (b), the following applies):
252.204-7004, Required Central Contractor
Registration 252.225-7001, Buy American Act and
Balance of Payments Program 252.225-7002,
Qualifying Countries Sources as Subcontractors
Copies of all provisions and clauses, including
Representations and Certifications, are available at
http://farsite.hill.af.mil/. A registration page will be
attached to the website. You may register if you
would like to receive notice of any amendments and/or
addendum that may be issued to the solicitation. If
you do not register, it is your responsibility to review
the web site for any changes to the RFQ. Contractors
that are debarred, suspended or proposed for
debarment are excluded from receiving contracts.
Quotes prepared by debarred, suspended, or otherwise
ineligible contractors are at the risk and expense of the
contractor. All responsible sources may submit quote
packages, including technical capability (brand
equivalency if applicable), and completed 52.212-3,
Offeror Representations and
Certifications-Commercial Items, NO LATER THAN
16 NOVEMBER 2005, 5:00 PM EST. Point of contact
for this acquisition is Susan Slivinski, 937-257-6146
ext. 4216. Quotes can be e-mailed (preferred) to
Susie.Slivinski@wpafb.af.mil; faxed to 937-656-1412,
Attn: Susan Slivinski; or mailed to 88 CONS/PKBB,
Attn: Susie Slivinski, 1940 Allbrook Dr., Ste 3,
WPAFB OH 45433-5309. No special format or form
is required for your quote; however, a completed copy
of FAR 52.212-3 with Alt I, Representations and
Certifications, must be included. A copy can be
found at http://www.pixs.wpafb.af.mil/. Quotes are
due no later than 5:00 PM EST on Wednesday, 16
November 2005. For more information on "Air
Compressor", please refer to:
http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id
=4159
URL:
http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-0
6-T-0025/listing.html
Desc: Air Compressor
EMAIL: Susie.Slivinski@wpafb.af.mil;
Desc: Susie.Slivinski@wpafb.af.mil;
SETASIDE: Total Small Business
======================================
NAICS Code: 333912
1940 Allbrook Drive Suite 3 Wright-Patterson AFB,
OH
SUBJECT: 43--Air Compressor
SOLICITATION: FA8601-06-T-0025
RESP DATE: 11/19/05
CONTACT: Susan Slivinski, 937-257-6146 ext. 4216
DESC: Modification #1 The model number of the
Speedaire air compressor listed in the solicitation is
1WD95. The due date for quotes has been extended
one additional day. The closing date is now Friday,
18 November 2005. AIR COMPRESSOR. This is a
combined synopsis/solicitation for commercial items
prepared in accordance with the format in Subpart
12.6, as supplemented with additional information
included in this notice. This announcement
constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued.
Solicitation #FA8601-06-T-0025 is issued as a
Request for Quotation (RFQ). This solicitation
document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular
2005-06. This acquisition is 100% set aside for small
business. The associated NAICS 333912. The size
standard is 500 employees. This RFQ is being
conducted as a commercial item procurement using
75
Simplified Acquisition Procedures (FAR Part 13). No
paper copies of this solicitation will be provided. This
RFQ has one (1) line items. Quotations are being
solicited on a brand name OR EQUAL basis in
accordance with FAR 52.211-6. A Firm Fixed Price
(FFP) type purchase order is anticipated with 1 line
item as follows: 1 each Speedaire Air Compressor, HP
rating 30 HP, Free Air Flow at 175 psi, 101.0 CFM,
Phase Three, Voltage Rating 200 Volts, Current
Rating 84.0 Amps, Tank Capacity 120 Gallons, Tank
Type Horizontal, Oil Capacity 7 Ounces, Speed 890
RPM, Height 64 Inches, Length 72 1/2 Inches, Width
27 1/2 Inches, NPT Outlet (F) 1 1/4 Inches, Including
Initial Fill of Heavy-Duty Compressor Oil. Evaluation
will be based on the overall best value for the
government. Evaluation factors are price, technical,
delivery. Responding contractors shall include
adequate information with their quotations to enable
the government to make a complete evaluation and
appraisal of the offering with respect to the
requirements set forth in this combined synopsis
solicitation. The Contracting Officer will evaluate
"equal" products on the basis of the evaluation factors
listed in this solicitation and the information
furnished by the quoter or identified in the quote and
reasonably available to the Contracting Officer. THE
CONTRACTING OFFICER IS NOT RESPONSIBLE
FOR LOCATING OR OBTAINING ANY
INFORMATION NOT IDENTIFIED IN THE
QUOTE. Include manufacturerÆs name, model
number, and specifications in your quote. Unless the
quoter clearly indicates in its offer that the product
being offered is an "equal" product, the quoter shall
provide the brand name product referenced in the
solicitation. A copy of FAR Clause 52.212-3 with Alt
I, Contractor Representations and
Certifications-Commercial Items, must be completed
and submitted with quotation. A copy is attached to
this solicitation and is available at
http://www.pixs.wpafb.af.mil/. Delivery is required
within 30 days from date of award. The delivery
location is Wright-Patterson Air Force Base, Ohio.
The FOB point for this acquisition is Destination.
Quoted prices shall be delivered (F.O.B. Destination)
prices. Contract financing will NOT be provided for
this acquisition. The Government will make an award
from this request for quotation to the responsible
quoter whose quote will be most advantageous to the
Government. The Government reserves the right to
not make an award at all. By submission of a quote,
the quoter acknowledges the requirement that a
prospective awardee must be registered in the CCR
database prior to award, during performance, and
through final payment of any contract resulting from
this solicitation. The following FAR Provisions and
Clauses apply to this acquisition: 52.211-6, Brand
Name or Equal 52.212-1, Instructions to
OfferorsùCommercial 52.212-2, Evaluation Factors
(The evaluation factors for the fill-in portion are price,
technical, and delivery.) 52.212-3, Contractor
Representations and Certifications 52.225-13,
Restrictions on Certain Foreign Purchases 52.204-6,
Data Universal Numbering System (DUNS) Number
52.212-4, Contract Terms and
Conditions--Commercial Items Clause 52.212-5,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, applies to this acquisition. For paragraph (b),
the following clauses apply: 52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities
and Remedies 52.222-21, Prohibition of Segregated
Facilities 52.222-26 Equal Opportunity 52.232-33,
Payment by Electronic Funds TransferùCentral
Contractor Registration) The following DFARS
Clauses apply to this acquisition: 252.204-7003,
Control of Government Work Product 252.212-7001,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, (for paragraph (b), the following applies):
252.204-7004, Required Central Contractor
Registration 252.225-7001, Buy American Act and
Balance of Payments Program 252.225-7002,
Qualifying Countries Sources as Subcontractors
Copies of all provisions and clauses, including
Representations and Certifications, are available at
http://farsite.hill.af.mil/. A registration page will be
attached to the website. You may register if you
would like to receive notice of any amendments and/or
addendum that may be issued to the solicitation. If
you do not register, it is your responsibility to review
the web site for any changes to the RFQ. Contractors
that are debarred, suspended or proposed for
debarment are excluded from receiving contracts.
Quotes prepared by debarred, suspended, or otherwise
ineligible contractors are at the risk and expense of the
contractor. All responsible sources may submit quote
packages, including technical capability (brand
equivalency if applicable), and completed 52.212-3,
Offeror Representations and
Certifications-Commercial Items, NO LATER THAN
16 NOVEMBER 2005, 5:00 PM EST. Point of contact
for this acquisition is Susan Slivinski, 937-257-6146
ext. 4216. Quotes can be e-mailed (preferred) to
Susie.Slivinski@wpafb.af.mil; faxed to 937-656-1412,
Attn: Susan Slivinski; or mailed to 88 CONS/PKBB,
Attn: Susie Slivinski, 1940 Allbrook Dr., Ste 3,
WPAFB OH 45433-5309. No special format or form
is required for your quote; however, a completed copy
of FAR 52.212-3 with Alt I, Representations and
Certifications, must be included. A copy can be
found at http://www.pixs.wpafb.af.mil/. Quotes are
due no later than 5:00 PM EST on Wednesday, 16
November 2005. For more information on "Air
Compressor", please refer to:
http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id
=4159
URL:
http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-0
6-T-0025/listing.html
Desc: Air Compressor
EMAIL: Susie.Slivinski@wpafb.af.mil;
Desc: Susie.Slivinski@wpafb.af.mil;
SETASIDE: Total Small Business
======================================
NAICS Code: 333912
1940 Allbrook Drive Suite 3 Wright-Patterson AFB,
OH
SUBJECT: 43--Air Compressor
SOLICITATION: FA8601-06-T-0025
RESP DATE: 11/19/05
CONTACT: Susan Slivinski, 937-257-6146 ext. 4216
DESC: Modification #1 The model number of the
Speedaire air compressor listed in the solicitation is
1WD95. The due date for quotes has been extended
one additional day. The closing date is now Friday,
18 November 2005. AIR COMPRESSOR. This is a
combined synopsis/solicitation for commercial items
prepared in accordance with the format in Subpart
12.6, as supplemented with additional information
included in this notice. This announcement
constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued.
Solicitation #FA8601-06-T-0025 is issued as a
Request for Quotation (RFQ). This solicitation
document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular
2005-06. This acquisition is 100% set aside for small
business. The associated NAICS 333912. The size
standard is 500 employees. This RFQ is being
conducted as a commercial item procurement using
Simplified Acquisition Procedures (FAR Part 13). No
paper copies of this solicitation will be provided. This
RFQ has one (1) line items. Quotations are being
solicited on a brand name OR EQUAL basis in
accordance with FAR 52.211-6. A Firm Fixed Price
(FFP) type purchase order is anticipated with 1 line
item as follows: 1 each Speedaire Air Compressor, HP
rating 30 HP, Free Air Flow at 175 psi, 101.0 CFM,
Phase Three, Voltage Rating 200 Volts, Current
Rating 84.0 Amps, Tank Capacity 120 Gallons, Tank
Type Horizontal, Oil Capacity 7 Ounces, Speed 890
RPM, Height 64 Inches, Length 72 1/2 Inches, Width
27 1/2 Inches, NPT Outlet (F) 1 1/4 Inches, Including
Initial Fill of Heavy-Duty Compressor Oil. Evaluation
will be based on the overall best value for the
government. Evaluation factors are price, technical,
delivery. Responding contractors shall include
adequate information with their quotations to enable
the government to make a complete evaluation and
appraisal of the offering with respect to the
requirements set forth in this combined synopsis
solicitation. The Contracting Officer will evaluate
"equal" products on the basis of the evaluation factors
listed in this solicitation and the information
furnished by the quoter or identified in the quote and
reasonably available to the Contracting Officer. THE
CONTRACTING OFFICER IS NOT RESPONSIBLE
FOR LOCATING OR OBTAINING ANY
INFORMATION NOT IDENTIFIED IN THE
QUOTE. Include manufacturerÆs name, model
number, and specifications in your quote. Unless the
quoter clearly indicates in its offer that the product
being offered is an "equal" product, the quoter shall
provide the brand name product referenced in the
solicitation. A copy of FAR Clause 52.212-3 with Alt
I, Contractor Representations and
Certifications-Commercial Items, must be completed
and submitted with quotation. A copy is attached to
this solicitation and is available at
http://www.pixs.wpafb.af.mil/. Delivery is required
within 30 days from date of award. The delivery
location is Wright-Patterson Air Force Base, Ohio.
The FOB point for this acquisition is Destination.
Quoted prices shall be delivered (F.O.B. Destination)
prices. Contract financing will NOT be provided for
this acquisition. The Government will make an award
from this request for quotation to the responsible
quoter whose quote will be most advantageous to the
Government. The Government reserves the right to
not make an award at all. By submission of a quote,
the quoter acknowledges the requirement that a
prospective awardee must be registered in the CCR
database prior to award, during performance, and
through final payment of any contract resulting from
this solicitation. The following FAR Provisions and
Clauses apply to this acquisition: 52.211-6, Brand
Name or Equal 52.212-1, Instructions to
OfferorsùCommercial 52.212-2, Evaluation Factors
(The evaluation factors for the fill-in portion are price,
technical, and delivery.) 52.212-3, Contractor
Representations and Certifications 52.225-13,
Restrictions on Certain Foreign Purchases 52.204-6,
Data Universal Numbering System (DUNS) Number
52.212-4, Contract Terms and
Conditions--Commercial Items Clause 52.212-5,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, applies to this acquisition. For paragraph (b),
the following clauses apply: 52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities
and Remedies 52.222-21, Prohibition of Segregated
Facilities 52.222-26 Equal Opportunity 52.232-33,
Payment by Electronic Funds TransferùCentral
Contractor Registration) The following DFARS
Clauses apply to this acquisition: 252.204-7003,
Control of Government Work Product 252.212-7001,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, (for paragraph (b), the following applies):
252.204-7004, Required Central Contractor
Registration 252.225-7001, Buy American Act and
Balance of Payments Program 252.225-7002,
Qualifying Countries Sources as Subcontractors
Copies of all provisions and clauses, including
Representations and Certifications, are available at
http://farsite.hill.af.mil/. A registration page will be
attached to the website. You may register if you
would like to receive notice of any amendments and/or
addendum that may be issued to the solicitation. If
you do not register, it is your responsibility to review
76
the web site for any changes to the RFQ. Contractors
that are debarred, suspended or proposed for
debarment are excluded from receiving contracts.
Quotes prepared by debarred, suspended, or otherwise
ineligible contractors are at the risk and expense of the
contractor. All responsible sources may submit quote
packages, including technical capability (brand
equivalency if applicable), and completed 52.212-3,
Offeror Representations and
Certifications-Commercial Items, NO LATER THAN
16 NOVEMBER 2005, 5:00 PM EST. Point of contact
for this acquisition is Susan Slivinski, 937-257-6146
ext. 4216. Quotes can be e-mailed (preferred) to
Susie.Slivinski@wpafb.af.mil; faxed to 937-656-1412,
Attn: Susan Slivinski; or mailed to 88 CONS/PKBB,
Attn: Susie Slivinski, 1940 Allbrook Dr., Ste 3,
WPAFB OH 45433-5309. No special format or form
is required for your quote; however, a completed copy
of FAR 52.212-3 with Alt I, Representations and
Certifications, must be included. A copy can be
found at http://www.pixs.wpafb.af.mil/. Quotes are
due no later than 5:00 PM EST on Wednesday, 16
November 2005. For more information on "Air
Compressor", please refer to:
http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id
=4159
URL:
http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-0
6-T-0025/listing.html
Desc: Air Compressor
EMAIL: Susie.Slivinski@wpafb.af.mil;
Desc: Susie.Slivinski@wpafb.af.mil;
SETASIDE: Total Small Business
======================================
NAICS Code: 333912
1940 Allbrook Drive Suite 3 Wright-Patterson AFB,
OH
SUBJECT: 43--Air Compressor
SOLICITATION: FA8601-06-T-0025
RESP DATE: 11/19/05
CONTACT: Susan Slivinski, 937-257-6146 ext. 4216
DESC: Modification #1 The model number of the
Speedaire air compressor listed in the solicitation is
1WD95. The due date for quotes has been extended
one additional day. The closing date is now Friday,
18 November 2005. AIR COMPRESSOR. This is a
combined synopsis/solicitation for commercial items
prepared in accordance with the format in Subpart
12.6, as supplemented with additional information
included in this notice. This announcement
constitutes the only solicitation; quotes are being
requested and a written solicitation will not be issued.
Solicitation #FA8601-06-T-0025 is issued as a
Request for Quotation (RFQ). This solicitation
document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular
2005-06. This acquisition is 100% set aside for small
business. The associated NAICS 333912. The size
standard is 500 employees. This RFQ is being
conducted as a commercial item procurement using
Simplified Acquisition Procedures (FAR Part 13). No
paper copies of this solicitation will be provided. This
RFQ has one (1) line items. Quotations are being
solicited on a brand name OR EQUAL basis in
accordance with FAR 52.211-6. A Firm Fixed Price
(FFP) type purchase order is anticipated with 1 line
item as follows: 1 each Speedaire Air Compressor, HP
rating 30 HP, Free Air Flow at 175 psi, 101.0 CFM,
Phase Three, Voltage Rating 200 Volts, Current
Rating 84.0 Amps, Tank Capacity 120 Gallons, Tank
Type Horizontal, Oil Capacity 7 Ounces, Speed 890
RPM, Height 64 Inches, Length 72 1/2 Inches, Width
27 1/2 Inches, NPT Outlet (F) 1 1/4 Inches, Including
Initial Fill of Heavy-Duty Compressor Oil. Evaluation
will be based on the overall best value for the
government. Evaluation factors are price, technical,
delivery. Responding contractors shall include
adequate information with their quotations to enable
the government to make a complete evaluation and
appraisal of the offering with respect to the
requirements set forth in this combined synopsis
solicitation. The Contracting Officer will evaluate
"equal" products on the basis of the evaluation factors
listed in this solicitation and the information
furnished by the quoter or identified in the quote and
reasonably available to the Contracting Officer. THE
CONTRACTING OFFICER IS NOT RESPONSIBLE
FOR LOCATING OR OBTAINING ANY
INFORMATION NOT IDENTIFIED IN THE
QUOTE. Include manufacturerÆs name, model
number, and specifications in your quote. Unless the
quoter clearly indicates in its offer that the product
being offered is an "equal" product, the quoter shall
provide the brand name product referenced in the
solicitation. A copy of FAR Clause 52.212-3 with Alt
I, Contractor Representations and
Certifications-Commercial Items, must be completed
and submitted with quotation. A copy is attached to
this solicitation and is available at
http://www.pixs.wpafb.af.mil/. Delivery is required
within 30 days from date of award. The delivery
location is Wright-Patterson Air Force Base, Ohio.
The FOB point for this acquisition is Destination.
Quoted prices shall be delivered (F.O.B. Destination)
prices. Contract financing will NOT be provided for
this acquisition. The Government will make an award
from this request for quotation to the responsible
quoter whose quote will be most advantageous to the
Government. The Government reserves the right to
not make an award at all. By submission of a quote,
the quoter acknowledges the requirement that a
prospective awardee must be registered in the CCR
database prior to award, during performance, and
through final payment of any contract resulting from
this solicitation. The following FAR Provisions and
Clauses apply to this acquisition: 52.211-6, Brand
Name or Equal 52.212-1, Instructions to
OfferorsùCommercial 52.212-2, Evaluation Factors
(The evaluation factors for the fill-in portion are price,
technical, and delivery.) 52.212-3, Contractor
Representations and Certifications 52.225-13,
Restrictions on Certain Foreign Purchases 52.204-6,
Data Universal Numbering System (DUNS) Number
52.212-4, Contract Terms and
Conditions--Commercial Items Clause 52.212-5,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, applies to this acquisition. For paragraph (b),
the following clauses apply: 52.222-3, Convict Labor
52.222-19, Child Labor Cooperation with Authorities
and Remedies 52.222-21, Prohibition of Segregated
Facilities 52.222-26 Equal Opportunity 52.232-33,
Payment by Electronic Funds TransferùCentral
Contractor Registration) The following DFARS
Clauses apply to this acquisition: 252.204-7003,
Control of Government Work Product 252.212-7001,
Contract Terms and Conditions Required to
Implement Statues or Executive Orders--Commercial
Items, (for paragraph (b), the following applies):
252.204-7004, Required Central Contractor
Registration 252.225-7001, Buy American Act and
Balance of Payments Program 252.225-7002,
Qualifying Countries Sources as Subcontractors
Copies of all provisions and clauses, including
Representations and Certifications, are available at
http://farsite.hill.af.mil/. A registration page will be
attached to the website. You may register if you
would like to receive notice of any amendments and/or
addendum that may be issued to the solicitation. If
you do not register, it is your responsibility to review
the web site for any changes to the RFQ. Contractors
that are debarred, suspended or proposed for
debarment are excluded from receiving contracts.
Quotes prepared by debarred, suspended, or otherwise
ineligible contractors are at the risk and expense of the
contractor. All responsible sources may submit quote
packages, including technical capability (brand
equivalency if applicable), and completed 52.212-3,
Offeror Representations and
Certifications-Commercial Items, NO LATER THAN
16 NOVEMBER 2005, 5:00 PM EST. Point of contact
for this acquisition is Susan Slivinski, 937-257-6146
ext. 4216. Quotes can be e-mailed (preferred) to
Susie.Slivinski@wpafb.af.mil; faxed to 937-656-1412,
Attn: Susan Slivinski; or mailed to 88 CONS/PKBB,
Attn: Susie Slivinski, 1940 Allbrook Dr., Ste 3,
WPAFB OH 45433-5309. No special format or form
is required for your quote; however, a completed copy
of FAR 52.212-3 with Alt I, Representations and
Certifications, must be included. A copy can be
found at http://www.pixs.wpafb.af.mil/. Quotes are
due no later than 5:00 PM EST on Wednesday, 16
November 2005. For more information on "Air
Compressor", please refer to:
http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id
=4159
URL:
http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-0
6-T-0025/listing.html
Desc: Air Compressor
EMAIL: Susie.Slivinski@wpafb.af.mil;
Desc: Susie.Slivinski@wpafb.af.mil;
SETASIDE: Total Small Business
======================================
48 - Valves
======================================
NAICS Code: 334514
Corpus Christi Army Depot, ATTN: SIOCC-RS-AQ,
308 Crecy Street, Corpus Christi, TX 78419-6170
SUBJECT: 48--Repair water brake shaft assemblies
SOLICITATION: W912NW-06-T-0003
RESP DATE: 11/30/05
CONTACT: Peggy Echols, (361)961-3913
DESC: This solicitation is canceled in its entirety.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH13/W91
2NW-06-T-0003/listing.html
Desc: Link to FedBizOpps document.
EMAIL: peggy.echols@ccad.army.mil
Desc: Corpus Christi Army Depot
SETASIDE: N/A
POP ADDRESS: Corpus Christi Army Depot ATTN:
SIOCC-RS-AQ, 308 Crecy Street Corpus Christi TX
POP ZIP: 78419-6170
POP COUNTRY: US
======================================
51 - Hand Tools
======================================
NAICS Code: 332212
General Services Administration, Federal Supply
Service (FSS), GSA, FSS, Heartland Region (6FC and
6FL), 1500 East Bannister Road, Kansas City, MO,
64131
SUBJECT: 51 -- SPQ-5130-01-444-4662 (Driver
Drill)
SOLICITATION:
Reference-Number-SPQ-5130-01-444-4662
RESP DATE: 11/21/05
CONTACT: Genia Watson, Contract Specialist,
Phone (816) 823-1296, Fax (816) 926-3678, Email
genia.watson@gsa.gov
DESC: Modification to National Stock Number
5130-01-444-4662 (Driver Drill). This item is not
being solicited for a one year Standing Price Quotation
but for a one time buy. GSA is soliciting for a
quantity of 1,036 Drills going to Burlington, NJ. The
Purchase Order Number N-W-AF058-1. The extended
closing date is 11/21/05 by 3:30 PM.
URL:
http://www.fbo.gov/spg/GSA/FSS/6FE/Reference-Nu
mber-SPQ-5130-01-444-4662/listing.html
Desc: Link to FedBizOpps document.
======================================
56 - Construction and Building Materials
======================================
NAICS Code: 236220
General Services Administration, Public Buildings
Service (PBS), Office of Tenant Operations, Michigan
Service Center (5PT3), 477 Michigan Avenue, Room
1540, Detroit, MI, 48226
77
SUBJECT: 56 -- Indefinite Delivery Indefinte
Quantity Space Alterations, Repair & Construction for
Various Locations in the State of Michigan
SOLICITATION: GS05P05SVC0008
RESP DATE: 11/02/05
CONTACT: Zachary Anderson, Contract Specialist,
Phone 312-886-6926, Fax 312-886-1986, Email
zachary.anderson@gsa.gov
DESC: The work to be performed under terms of this
contract include but is not limited to providing all
labor, material, supervision, and equipment to perform
the following: general office renovation, interior
construction and building exterior repair, replacement
and alteration work; wall partition construction,
modification and alteration of floor and wall mounted
telephone, signal, and power outlets to included the
modification of associated conduit, surface mounted
raceway, and various under floor duct systems;
installation of new and the alteration of existing power
panels; carpet and carpet tile installation; painting;
HVAC duct work modification and repair; door, door
frame, and door set hardware installation; installation
of various wall coverings and draperies;
communications cabling; grid ceiling and lighting
installation and modification; modification of existing
building fire sprinkler systems; plastering and plaster
repair work; sidewalk repair / replacement, asphalt /
concrete paving and other such related work as noted
throughout this package, and which is specifically
listed on the delivery order and job drawings. The
contract shall be for a one year base and four (4) one
year options. Work shall be performed in multiple
federally owned buildings within the State of
Michigan. The Government intends on selecting eight
or more contractors, two of which will be set-aside for
8(a) business concerns for said contract. The North
American Industrial Classification System Code
(NAICS) is 236220 with a size standard of 28.5
million. The cost range for the five year period is
estimated between $ 1,000,000 and $5,000,000. The
solicitation will be available on or about October 3,
2005.
The solicited cited above can only be obtained by
accessing a secure website known as the Federal
Technical Data Solution (FedTeDS). FedTeDS is a
secure website designed to safeguard sensitive but
unclassified (SBU) acquisition information. It is fully
integrated with other electronic government initiatives
such as FedBizOpps and the Central Contractor
Registration (CCR) database, and is available for use
by all Federal agencies. In order to obtain information
from FedTeDS, you will first be required to register
with CCR. The Central Contractor Registration
database is a part of the Business Partner Network, an
e-gov initiative, and will be used to validate vendor
identity. Effective October 1, 2003, all government
contractors must be registered in CCR prior to
receiving an award. You may access CCR at the
following URL www.bpn.gov. Once you have
registered with CCR you will be required to register
with FedTeDS. No federal materials can be
downloaded until you have registered under both sites.
You may access FedTeDS via the following URL
http://www.FedTeDS.gov. You will then be required
to access the vendor registration form by selecting the
hyperlink entitled Register with FedTeDS and then
choosing the Vendor Registration Form hyperlink. At
a minimum, all vendors must supply the following
information: Your Company's Central Contractor
Registration (CCR) Marketing Partner Identification
Number (MPIN). (You can get this from your
Company's CCR Point of Contact). You Company's
DUNS Number or CAGE Code (Contact Dun &
Bradstreet at 1-800-333-0505 if you do not have a
D&B Number), your telephone number, your e-mail
address.
Also, beginning, January 1, 2005, as required by the
Federal Acquisition Regulations (FAR) all vendors
will be required to use the Online Representations and
Certifications Application (ORCA) in federal
solicitations as part of the proposal submission. You
may access ORCA via the following URL,
www.orca.bpn.gov. Potential offerors should refer to
the solicitation package regarding instructions
involved the use of ORCA.
Any questions regarding this notification should be
directed to the Contracting Officer whose name
appears herein. Potential offerors will be responsible
for downloading the solicitation and monitoring the
website for amendments, if any, to the solicitation. All
responsive offers from responsible offerors will be
considered. Small Disadvantaged, Women-Owned,
HUBZone, Veteran-Owned and Disabled-Veteran
Owned businesses are encouraged to submit proposals.
URL:
http://www.fbo.gov/spg/GSA/PBS/5PT3/GS05P05SV
C0008/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Partial Small Disadvantage Business
POP ADDRESS: Various locations within the state of
Michigan.
POP ZIP: 48226
POP COUNTRY: USA
======================================
NAICS Code: 236220
General Services Administration, Public Buildings
Service (PBS), Office of Tenant Operations, Michigan
Service Center (5PT3), 477 Michigan Avenue, Room
1540, Detroit, MI, 48226
SUBJECT: 56 -- Indefinite Delivery Indefinte
Quantity Space Alterations, Repair & Construction for
Various Locations in the State of Michigan
SOLICITATION: GS05P05SVC0008
RESP DATE: 11/02/05
CONTACT: Zachary Anderson, Contract Specialist,
Phone 312-886-6926, Fax 312-886-1986, Email
zachary.anderson@gsa.gov
DESC: The work to be performed under terms of this
contract include but is not limited to providing all
labor, material, supervision, and equipment to perform
the following: general office renovation, interior
construction and building exterior repair, replacement
and alteration work; wall partition construction,
modification and alteration of floor and wall mounted
telephone, signal, and power outlets to included the
modification of associated conduit, surface mounted
raceway, and various under floor duct systems;
installation of new and the alteration of existing power
panels; carpet and carpet tile installation; painting;
HVAC duct work modification and repair; door, door
frame, and door set hardware installation; installation
of various wall coverings and draperies;
communications cabling; grid ceiling and lighting
installation and modification; modification of existing
building fire sprinkler systems; plastering and plaster
repair work; sidewalk repair / replacement, asphalt /
concrete paving and other such related work as noted
throughout this package, and which is specifically
listed on the delivery order and job drawings. The
contract shall be for a one year base and four (4) one
year options. Work shall be performed in multiple
federally owned buildings within the State of
Michigan. The Government intends on selecting eight
or more contractors, two of which will be set-aside for
8(a) business concerns for said contract. The North
American Industrial Classification System Code
(NAICS) is 236220 with a size standard of 28.5
million. The cost range for the five year period is
estimated between $ 1,000,000 and $5,000,000. The
solicitation will be available on or about October 3,
2005.
The solicited cited above can only be obtained by
accessing a secure website known as the Federal
Technical Data Solution (FedTeDS). FedTeDS is a
secure website designed to safeguard sensitive but
unclassified (SBU) acquisition information. It is fully
integrated with other electronic government initiatives
such as FedBizOpps and the Central Contractor
Registration (CCR) database, and is available for use
by all Federal agencies. In order to obtain information
from FedTeDS, you will first be required to register
with CCR. The Central Contractor Registration
database is a part of the Business Partner Network, an
e-gov initiative, and will be used to validate vendor
identity. Effective October 1, 2003, all government
contractors must be registered in CCR prior to
receiving an award. You may access CCR at the
following URL www.bpn.gov. Once you have
registered with CCR you will be required to register
with FedTeDS. No federal materials can be
downloaded until you have registered under both sites.
You may access FedTeDS via the following URL
http://www.FedTeDS.gov. You will then be required
to access the vendor registration form by selecting the
hyperlink entitled Register with FedTeDS and then
choosing the Vendor Registration Form hyperlink. At
a minimum, all vendors must supply the following
information: Your Company's Central Contractor
Registration (CCR) Marketing Partner Identification
Number (MPIN). (You can get this from your
Company's CCR Point of Contact). You Company's
DUNS Number or CAGE Code (Contact Dun &
Bradstreet at 1-800-333-0505 if you do not have a
D&B Number), your telephone number, your e-mail
address.
Also, beginning, January 1, 2005, as required by the
Federal Acquisition Regulations (FAR) all vendors
will be required to use the Online Representations and
Certifications Application (ORCA) in federal
solicitations as part of the proposal submission. You
may access ORCA via the following URL,
www.orca.bpn.gov. Potential offerors should refer to
the solicitation package regarding instructions
involved the use of ORCA.
Any questions regarding this notification should be
directed to the Contracting Officer whose name
appears herein. Potential offerors will be responsible
for downloading the solicitation and monitoring the
website for amendments, if any, to the solicitation. All
responsive offers from responsible offerors will be
considered. Small Disadvantaged, Women-Owned,
HUBZone, Veteran-Owned and Disabled-Veteran
Owned businesses are encouraged to submit proposals.
As of October 14, 2005, an amendment was issued to
the solicitation pacakage for GS05P05SVC0008. In it
is various clarifications and changes as well as the
extenstion of the closing date to Nov. 29, 2005 and the
announcement of the pre-proposal meeting on Nov.
21, 2005 in Detroit, Michigan.
URL:
http://www.fbo.gov/spg/GSA/PBS/5PT3/GS05P05SV
C0008/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Partial Small Business
POP ADDRESS: Various locations within the state of
Michigan.
POP ZIP: 48226
POP COUNTRY: USA
======================================
58 - Communication, Detection, and Coherent
Radiation Equipment
======================================
NAICS Code: 334511
US Army C-E LCMC Acquisition Center - DAAB07,
ATTN: AMSEL-AC, Building 1208, Fort Monmouth,
NJ 07703-5008
SUBJECT: 58--EQ-36 Industry Day
SOLICITATION: W15P7T-06-R-T001
RESP DATE: 11/22/05
CONTACT: Deborah Gilligan, 732-532-5454
DESC: An Industry Day will be conducted for the
EQ-36 on November 29th and 30th at Gibbs Hall, Fort
Monmouth, New Jersey. All interested parties must
pre-register on the IBOP under solicitation number
W15P7T-06-R-T001. The following information must
be pro vided as part of the pre-registration 1. Name of
Company/Corporation, 2. Address of
Company/Corporation, 3. Name of attendees (limited
to no more than 4 persons), 4. Phone number of
leading attendee, 5. Indicate if an one-on-one session
78
with the Government is requested, and 6. Provide a
list of potential technical and contractual questions.
An Agenda, times for one-on-one sessions, and
directions are posted to the IBOP under the
solicitation, in message entitled Industry Day. All
pre-registration must be c ompleted by close of
business on November 22nd.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAB07/W15
P7T-06-R-T001/listing.html
Desc: Link to FedBizOpps document.
EMAIL: deborah.gilligan@us.army.mil
Desc: US Army C-E LCMC Acquisition Center DAAB07
SETASIDE: N/A
POP ADDRESS: US Army C-E LCMC Acquisition
Center - DAAB07 ATTN: AMSEL-AC, Building
1208 Fort Monmouth NJ
POP ZIP: 07703-5008
POP COUNTRY: US
======================================
59 - Electrical and Electronic Equipment
Components
======================================
NAICS Code: 517110
Department of the Navy, Naval Air Systems
Command, Naval Air Warfare Center Aircraft
Division Pax River, Building 441 21983 Bundy Road
Unit 7, Patuxent River, MD, 20670
SUBJECT: 59 -- NORTEL LAN SWITCHES &
SUPPORT EQUIPMENT
SOLICITATION: PR0010148667
RESP DATE: 11/28/05
CONTACT: Steven Williams, Contract Specialist,
Phone (301) 757-7042, Fax (301) 757-7054, Email
steven.m.williams2@navy.mil - Don Mumbert,
Contracting Officer, Phone 301-995-8553, Fax
301-995-8670, Email Donald.Mumbert@navy.mil
DESC: This is an amended synopsis to previously
advertised synopsis identified as Solicitation Number
PR0010148667 and referenced document number
N00421-06-C-0016. To re-iterate what was stated in
the previous synopsis. THIS IS A BRAND NAME
MANDATORY REQUIREMENT for Nortel LAN
Switch Equipment. To clarify the previous synopsis,
this requirement is for new equipment only, not
refurbished equipment. This is a combined
synopsis/solicitation for commercial items prepared in
accordance with the format in the Federal Acquisition
Regulation (FAR), Subpart 12.6, as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation. The
request for proposal number is N00421-06-R-0019.
The incorporated document, provisions and clauses are
those in effect through Federal Acquisition Circular
2005-06 and Defense Acquisition Circular 20051011.
The applicable NAICS code is 334220. The
Government intends to purchase 29 New Nortel Local
Area Network (LAN) Switches of various types and 66
pieces of support equipment necessary to Support the
Battle Control System-Mobile (BCS-M) project on a
Brand Name Mandatory Firm Fixed-Price competed
basis. Procurement of other than the specified
equipment would result in additional cost to the
Government associated with providing reengineering,
training, and documentation changes. The required
line items are as follows: Item 0001- P/N:
AL1001E03 û Nortel LAN Switch 48 Port, nine (9),
each. Item 0002 - AL1001E04 û Nortel LAN Switch
24 Port, four (4), each Item 0003 - AL1001E06 û
Nortel LAN Switch 24 Port, sixteen (16), each. Item
0004 û AA1419014 û Nortel Baystack 5510 1 Port,
fifty-six (56), each. Item 0005 û AL2018013 û Nortel
Cascade LAN Cable 10 ft, four (4), each. Item 0006 AL2018014 û Nortel Cascade LAN Cable, 16.4 ft, six
(6), each.
The items will be shipped FOB Destination to
Receiving Officer, NAWCAD, Bldg 8115, Villa Road,
St. Inigoes, MD 20684-0010. The required delivery
date is 15 December 2005 or earlier. FAR 52.212-1
INSTRUCTIONS TO OFFERORS ûCOMMERCIAL
ITEMS (JAN 2005) is incorporated by reference and
applies to this acquisition. Offeror shall include a
completed copy of the provision at FAR 52.212-3,
OFFEROR REPRESENTATIONS AND
CERTIFICATIONS û COMMERCIAL ITEMS
(MAR 2005) with its offer. FAR 52.212-4
CONTRACT TERMS AND CONDITIONS û
COMMERCIAL ITEMS (SEP 2005) is incorporated
by reference and applies to this acquisition. FAR
52.212-5 CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS û COMMERCIAL ITEMS
(SEP 2005) applies to this acquisition. (a) The
Contractor shall comply with the following Federal
Acquisition Regulation (FAR) clauses, which are
incorporated in this contract by reference, to
implement provisions of law or Executive orders
applicable to acquisitions of commercial items: (1)
52.233-3, Protest After Award (Aug 1996)(31 U.S.C
3553); (2) 52.233-4 Applicable Law for Breach of
Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).
(b) The Contractor shall comply with the FAR clauses
in this paragraph (b) that the contracting officer has
indicated as being incorporated in this contract by
reference to implement provisions of law or Executive
orders applicable to acquisitions of commercial items:
(1) 52.222-3, Convict Labor (June 2003)(E.O. 11755);
(2) 52.222-19 Child Labor-Cooperation with
Authorities and Remedies (Jun 2004)(E.O. 13126); (3)
52.222-21, Prohibition of Segregated Facilities (Feb
1999); (4) 52.222-26, Equal Opportunity (Apr
2002)(E.O. 11246); (5) 52.222-35, Equal Opportunity
for Special Disabled Veterans, Veterans of the
Vietnam Era and Other Eligible Veterans (Dec
2001)(38 U.S.C. 4212); (6) 52.222-36, Affirmative
Action for Workers with Disabilities (Jun 1998)(29
U.S.C. 793); (7) 52.222-37, Employment Reports on
Special Disabled Veterans, Veterans of the Vietnam
Era and Other Eligible Veterans (Dec 2001) (38
U.S.C. 4212); (8) 52.225-13, Restrictions on Certain
Foreign Purchases (MAR 2005)(E.o.s, proclamations,
and statutes administered by the Office of Foreign
Assets Control of the Department of Treasury); (9)
52.232-33, Payment by Electronic Funds
Transfer-Central Contractor Registration (Oct
2003)(31 U.S.C. 3332); (c) NOT APPLICABLE; (d)
Comptroller General Examination of Record. The
Contractor shall comply with the provisions of this
paragraph (d) if this contract was awarded using other
than sealed bid, is in excess of the simplified
acquisition threshold, and does not contain the clause
at 52.215-2, Audit and Records û Negotiation. (1) The
Comptroller General of the United States, or an
authorized representative of the Comptroller General,
shall have access to and right to examine any of the
ContractorÆs directly pertinent records involving
transactions related to this contract. (2) The contractor
shall make available at its offices at all reasonable
times the records, materials, and other evidence for
examination, audit, or reproduction, until 3 years after
final payment under this contract or for any shorter
period specified in FAR Subpart 4.7, Contractor
Records Retention, of the other clauses of this
contract. If this contract is completely or partially
terminated, the records relating to the work terminated
shall be made available for 3 years after any resulting
final termination settlement. Records relating to
appeals under the disputes clause or to litigation or the
settlement of claims arising under or relating to this
contract shall be made available until such appeals,
litigation, or claims are finally resolved. (3) As used
in this clause, records include books, documents,
accounting procedures and practices, and other data,
regardless of type and regardless of form. This does
not require the Contractor to create or maintain any
record that the Contractor does not maintain in the
ordinary course of business or pursuant to a provision
of law. (e) (1) Notwithstanding the requirements of the
clauses in paragraphs (a), (b), (c) or (d) of this clause,
the Contractor is not required to flow down any FAR
clause, other than those in paragraphs (i) through (vii)
of this paragraph in a subcontract for commercial
items. Unless otherwise indicated below, the extent of
the flow down shall be as required by the clause-- (i)
52.219-8, Utilization of Small Business Concerns
(May 2004)(15 U.S.C. 637(d)(2) and (3)), in all
subcontracts that offer further subcontracting
opportunities. If the subcontract (except subcontracts
to small business concerns) exceeds $500,000
($1,000,000 for construction of any public facility),
the subcontractor must include 52.219-8 in lower tier
subcontracts that offer subcontracting opportunities.
(ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O.
11246); (iii) 52.222-35, Equal Opportunity for Special
Disabled Veterans, Veterans of the Vietnam Era and
Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212);
(iv) 52.222-36, Affirmative Action for Workers with
Disabilities (June 1998)(29 U.S.C. 793); (v)
52.222-39, Notification of Employee rights
Concerning Payment of Union Dues or Fees (Dec
2004)(E.O.13201); (vi) 52.222-41, Service Contract
Act of 1965, as Amended (May 1989), flow down
required for all subcontracts subject to the Service
Contract Act of 1965 (41 U.S.C. 351, et seq.); (vii)
52.247-64, Preference for Privately Owned
U.S.-Flagged Commercial Vessels (Apr 2003)(46
U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down
required in accordance with paragraph (d) of FAR
clause 52.247-64, (2) While not required, the
contractor may include in its subcontracts for
commercial items a minimal number of additional
clauses necessary to satisfy its contractual obligations
(End of Clause). Offeror shall include a completed
copy of the provision at DFAR 252.212.7000,
OFFEROR REPRESENTATIONS AND
CERTIFICATIONS ûCOMMERCIAL ITEMS (JUN
2005) with its quote. DFAR 252.212-7001
CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO
DEFENSE ACQUISITIONS OF COMMERCIAL
ITEMS (JAN 2005) is incorporated by reference. (a)
The contractor agrees to comply with the following
Federal Acquisition Regulation (FAR) clause, which,
if checked, is included in this contract by reference to
implement a provision of law applicable to
acquisitions of commercial items or components. (1)
252.247-7023 Transportation of Supplies by Sea (May
2002), Alternate III (May 2002). (c) In addition to the
clauses listed in paragraph (e) of the Contract Terms
and Conditions Required to Implement Statutes or
Executive OrdersùCommercial Items clause of this
contract (FAR 52.212-5), the Contractor shall include
the terms of the following clauses, if applicable, in
subcontracts for commercial items or commercial
components, awarded at any tier under this contract:
252.225-7014 Preference for Domestic Specialty
Metals, Alternate I (Apr 2003)(10 U.S.C. 2533a);
252.247-7023 Transportation of Supplies by Sea (May
2002)(10 U.S.C. 2631); 252.247-7024 Notification of
Transportation of Supplies by Sea (Mar 2000)(10
U.S.C. 2631). The clause at DFAR 252.204.7004
Alternate A (NOV 2003) applies to this solicitation.
THIS IS A BRAND NAME MANDATORY
REQUIREMENT. However, responsible interested
parties may submit information in which they identify
their interest and capability by 28 November 2005.
The Government will not pay for any information
received. The Government reserves the right to split
the award for this requirement. OFFERS SHALL BE
SUBMITTED VIA E-MAIL OR FACSIMILE BY
15:30 EST ON 28 NOVEMBER 2005. For
information contact Steven M. Williams, Code
251213, at (301) 995-8943, Fax (301) 995-8670 or
e-mail to steven.m.williams2@navy.mil. **END**
URL:
http://www.fbo.gov/spg/DON/NAVAIR/N00421/PR00
10148667/listing.html
Desc: Link to FedBizOpps document.
79
POP ADDRESS: BLDG 8110
PAX RIVER, WEBSTER FIELD
ST. INIGOES, MD
POP ZIP: 20684-0010
POP COUNTRY: U.S.
======================================
66 - Instruments and Laboratory Equipment
======================================
NAICS Code: 423450
Agency for International Development, Overseas
Missions, Kazakhstan USAID-Almaty, Dept. of State,
Washington, DC, 20521-7030
SUBJECT: 66 -- STI susceptibility study in
Kyrgyzstan
SOLICITATION: CDC116-06-001
RESP DATE: 11/21/05
CONTACT: John Lord, Contracting Officer, Phone
7-3272-507612/17 ext. 319, Fax 7-3272-507635/36,
Email jlord@usaid.gov - Natalia Portnyagina,
Acquisition Specialist, Phone 011-7-3272-50-76-17
ext. 290, Fax
011-413-771-5698/7-3272-507635/507636, Email
nportnyagina@usaid.gov
DESC: The purpose of this Amendment 01 is to post
Questions and Answers.
1. Do all electrical instruments have to be supplied
with European, two-prong, grounded plugs, power
cords and sockets?
Answer: yes, the equipment needs to be supplied with
220V plugs and power cords, with two-prong,
grounded plugs. Sockets are not required.
2. Pertaining to the "Speculum" item: What type of
speculum do you wish us to bid on and do you have
any dimensions? (EX: Grave style, Pederson style,
Kristeller style, Collin style, Cusco style, etc...)
Answer: speculums should be Graves style, 10 of small
size and 10 of medium size for each DVD laboratory
3. Pertaining to the "Weighing dishes" item: What is
the quantity per "pcs"? (EX: 500 each/pcs)
Answer: 2 packs for each for SES laboratories, 500
each per pack.
Offers are due at 10 AM, Almaty time on November
21, 2005. Please see the original notice for submission
instructions.
URL:
http://www.fbo.gov/spg/AID/OM/ALM/CDC116-06-0
01/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
POP ADDRESS: National and district level
laboratories in Bishkek and Osh
POP COUNTRY: Kyrgyzstan
======================================
NAICS Code: 334519
NASA/George C. Marshall Space Flight Center,
Procurement Office, Marshall Space Flight Center, AL
35812
SUBJECT: 66--KRAUTKRAMER USN 58L AND
USM 35 PORTABLE FLAW DETECTORS OR
EQUIVALENT
SOLICITATION: NNM06119151Q
RESP DATE: 11/23/05
CONTACT: Kathy L Blevins, Contract Specialist,
Phone (256) 544-0382, Fax (256) 544-5861, Email
kathy.blevins@msfc.nasa.gov - Gloria J. Coffey,
Contract Specialist, Phone (256) 544-9187, Fax (256)
544-6041, Email gloria.coffey@nasa.gov
DESC: This is a modification to the synopsis entitled
Krautkramer USN 58L and USM 35 Portable Flaw
Detectors or Equivalent, which was posted on
November 9, 2005. You are notified that the following
changes are made: A full description of the items
being procured with this effort are as follows: 1.
Krautkramer P/N 022-508-199 (or equivalent) USN
58L Base Instrument Package Includes: Li-437
Lithium Ion "on-board" rechargeable battery pack,
LiBC-419 Lithium Ion battery charger/AC power
supply, LCD-139 Protective LCD Screen Overlays
(pkg. 10), clear, field replaceable, Selectable
Square-wave Pulser or Spike pulser mode,
Square-wave Pulser - 50 to 450 volts - tunable 50 to
1,000 nS pulse width, 2 Independent Flaw Monitor
Gates, Auto Calibration of Material Velocity and
Probe Zero, Trigonometric Calculations with
Curvature Correction for weld inspection, AWS D1.1
Weld Rating Calculation, Color Leg Indicator in "live"
A-scan for angle beam work, Selectable 15 to 2000 Hz
Pulse Repetition Rate, 250kHz to 25MHz with 10
Selectable Frequency Settings, Four Damping Settings,
Real Time (single shot) TTL and Analog Outputs,
SmartView displays most relevant shot for an
inspection, Persistence Freeze modes, RF Display
Mode, Dynamic time base adjustments on frozen
echoes, Alphanumeric Naming and Storage of a
minimum of 225 Data Sets, A-Scan Preview Function,
216 Character Memo Function per File, 6 (16
character) user definable Notes for storage with
thickness readings, Laminated Menu Structure Card,
OP-241 Operating Manual, Certificate of Conformity,
Firmware Upgrade CD-ROM (requires PCCBL-841).
QTY: 2 each. 2. Krautkramer DAC/TCG-362, P/N
022-508-362DAC/TCG-362, or equivalent,
Multi-Curve Distance Amplitude. (40 dB Dynamic
Range/Time corrected gain.QTY: 2 each. 3.
Krautkramer SCC-686, P/N 022-508-686SCC-686, or
equivalent, Combination Soft Carry Case with Sun
Shield, Shoulder Strap and Attachment Hardware.
QTY: 2 each. 4. USM 35X DAC Ultrasonic Flaw
Detector, Krautkramer P/N 082-036-063USM 35X
DAC, or equivalent, including on-board battery
charger/AC power supply, lithium ion battery,
transport case, operating manual and certificate of
conformity. QTY: 2 each. 5. Krautkramer UM-32, or
equivalent, Soft Carry Case, P/N 081-035-655UM-32
with two adjustable Neck Straps. QTY: 2 each. The
due date for responses is not extended. Documents
related to this procurement will be available over the
Internet. These documents will reside on a World Wide
Web (WWW) server, which may be accessed using a
WWW browser application. The Internet site, or URL,
for the NASA/MSFC Business Opportunities home
page is
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D
&pin=62 Offerors are responsible for monitoring this
site for the release of the solicitation and any
amendments. Potential offerors are responsible for
downloading their own copy of the solicitation and
amendments (if any).
URL:
http://www.fbo.gov/spg/NASA/GMSFC/POVA/NNM
06119151Q/listing.html
Desc: Click here for the latest information about this
notice EMAIL: kathy.blevins@msfc.nasa.gov
Desc: Kathy L Blevins
======================================
70 - General Purpose ADP Equipment Software,
Supplies and Support Equipment
======================================
4890 University Squ. Suite 3f, Huntsville, AL 35816
SUBJECT: 70--NetScout Maintenance Renewal
(Gold Support), Open Market Bids Only, ITSS
Registered Vendors Only, End Customer Centcom
SOLICITATION: 4THO97065001
RESP DATE: 11/22/05
CONTACT: Name: Scott Barnhart, Title: Account
Executive, Phone: 2568955144, Fax: 2568955898,
Email: scott.barnhart@gsa.gov; Name: John Lee, Title:
Sourcing Agent, Phone: 703.244.9725, Fax:
703.385.9211, Email: john.lee@fedbid.com;
DESC: AMENDMENT NOTICE: This is a combined
synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, in
conjunction with FAR 13.5, and as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation; quotes
are being requested and a written solicitation will not
be issued. The solicitation number is 4THO97065001
and is issued as a request for quotation (RFQ). The
solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition
Circular FAC 01-27. The associated North American
Industrial Classification System (NAICS) code for this
procurement is 334119 with a small business size
standard of 1,000 employees. This requirement is a [
Small Business ] set-aside and only qualified offerors
may submit a quote. The solicitation pricing on
www.FedBid.com will start on the date this
solicitation is posted and will end on Tuesday,
November 22, 2005 at 14:00:00 Eastern Time or as
otherwise displayed at www.FedBid.com. FOB
Destination shall be Macdill Afb, FL 33621
<BR><BR>The GSA FTS Region 4 requires the
following items, EXACT MATCH ONLY, to the
following: <BR>LI 001, ( See attachment) Probe,
1-Port, Multimode Fiber
(12/19/05-9/30/06)NetScout9132/HC (Serial
2004090169), 1, EA;<BR>LI 002, ( See attachment)
Probe, 1-Port, Multimode Fiber
(12/19/05-9/30/06)NetScout9132/HC (Serial
2004090170), 1, EA;<BR>LI 003, ( See attachment)
Probe, 4-Port, Fast Ethernet, 10
(9/30/05-9/30/06)NetScout9241/HC (Serial
2004090121), 1, EA;<BR>LI 004, ( See attachment)
Probe, 4-Port, Fast Ethernet, 10
(12/19/05-9/30/06)NetScout9241/HC (Serial
2004090171), 1, EA;<BR>LI 005, ( See attachment)
Probe, 4-Port, Fast Ethernet, 10
(12/19/05-9/30/06)NetScout9241/HC (Serial
2004090172), 1, EA;<BR>LI 006, ( See attachment)
Probe, 4-Port, Fast Ethernet, 10
(12/19/05-9/30/06)NetScout9241/HC (Serial
2004090173), 1, EA;<BR>LI 007, ( See attachment)
Probe, 4-Port, 1000 Base-SX Giga
(12/19/05-9/30/06)NetScout9912/HC (Serial
2004090162), 1, EA;<BR>LI 008, ( See attachment)
Probe, 4-Port, 1000 Base-SX Giga
(12/19/05-9/30/06)NetScout9912/HC (Serial
2004090163), 1, EA;<BR>LI 009, ( See attachment)
Probe, 4-Port, 1000 Base-SX Giga
(12/19/05-9/30/06)NetScout9912/HC (Serial
2004090164), 1, EA;<BR>LI 010, ( See attachment)
Probe, 4-Port, 1000 Base-SX Giga
(12/19/05-9/30/06)NetScout9912/HC (Serial
2004090165), 1, EA;<BR>LI 011, ( See attachment)
Probe, 4-Port, 1000 Base-SX Giga
(12/19/05-9/30/06)NetScout9912/HC (Serial
2004090166), 1, EA;<BR>LI 012, ( See attachment)
Probe, 4-Port, 1000 Base-SX Giga
(12/19/05-9/30/06)NetScout9912/HC (Serial
2004090167), 1, EA;<BR>LI 013, ( See attachment)
Probe, 4-Port, 1000 Base-SX Giga
(12/19/05-9/30/06)NetScout9912/HC (Serial
2004090168), 1, EA;<BR>LI 014, ( See attachment)
Probe, 4-Port, 1000 Base-TX Giga
(11/29/05-9/30/06)NetScout9915/HC (Serial
2004060286), 1, EA;<BR>LI 015, ( See attachment)
nGenius Performance Manager v2.0
(11/29/05-9/30/06)NetScout9593 (Serial
4000066151), 1, EA; <BR><BR>For this solicitation,
GSA FTS Region 4 intends to conduct an online
competitive reverse auction to be facilitated by the
third-party reverse auction provider, FedBid, Inc.
FedBid has developed an online, anonymous, browser
based application to conduct the reverse auction. An
Offeror may submit a series of pricing quotes, which
descend in price during the specified period of time for
the aforementioned reverse auction. GSA FTS Region
4 is taking this action in a an effort to improve vendor
access and awareness of requests while expediting its
ability to gather multiple, completed, real-time offers.
All responsible Offerors that respond to this
solicitation MUST submit the pricing portion of their
offer using the online exchange located at
www.FedBid.com. There is no cost to register, review
procurement data or make an offer on
www.FedBid.com. Offerors that are not currently
registered to use www.FedBid.com should proceed to
www.FedBid.com to complete their free registration.
Offerors that require special considerations or
assistance may contact the FedBid Helpdesk at
80
877-9FEDBID (877-933-3243) or via email at
clientservices@fedbid.com. Offerors may not
artificially manipulate the price of a transaction on
www.FedBid.com by any means. It is unacceptable to
place bad faith offers, to use decoys in the
www.FedBid.com process or to collude with the intent
or effect of hampering the competitive
www.FedBid.com process. Should offerors require
additional clarification, contact Scott Barnhart at
scott.barnhart@gsa.gov or FedBid.com at
877-9FEDBID (877-933-3243) or
clientservices@fedbid.com.<BR><BR>Failure to
comply with the below instructions may result in quote
being determined as non-responsive. Desired delivery
(If Delivery is required): 30 days or less from date of
award unless otherwise specified. Upon delivery, all
shipping documents and equipment containers will
include GSA-IT order number and/or Act number.
Contracted delivery services for all orders MUST have
unescorted access to McDill AFB, Florida. Vendors /
sales agents submitting quotes MUST BE registered in
ITSS. If vendor registration assistance is needed
contact 877.243.2889 Option 2. Contact
ClientServices@FedBid.com or call 877-933-3234 to
address any questions or comments Company must be
registered on DOD's Central Contractor Registry
(CCR). Web site is http://www.ccr.gov. Quote must
include proof of CCR registration. New equipment
ONLY, NO remanufactured products, and NO
"gray market". All must be covered by the
manufacturer's warranty. Bid MUST be good for 30
calendar days after submission Buyers and Sellers
agree to use FedBid.com as an independent Venue for
buying and selling goods or services, respectively. It is
understood that FedBid ranks all bids by price,
regardless of the evaluation criteria used by the buyer.
Buyers and Sellers understand that a Buyer always
maintains all rights assigned under their contracting
authority and/or applicable acquisition regulations,
and may select the most advantageous bid for the
governement's purpose while considering offline
factors such as delivery, past performance,
socio-economic classifications, and source rotation.
New equipment only, NO remanufactured products,
and NO gray market items. Ensure that all items will
be covered by the manufacturers warranty. Quote per
specifications requested. If an item has been
discontinued or is end of life, annotate quote
referencing as such then quote an equal or better
replacement for the item. Quote is to include all fees,
including shipping or freight costs. Provide on quote
the estimated ETA, number of days, delivery can be
expected after receipt of purchase order. No partial
shipments unless specifically authorized at time of
award. All services and products provided in response
to this requirement shall comply with Section 508 of
the Rehabilitation Act of 1973 (29 U.S.C. 794d) and
the Architectural and Transportation Barriers
Compliance Board Electronics and Information
Technical (EIT) Accessibility Standard (36 CFR part
1194). Quote must include statement addressing
compliance or noncompliance with Section 508. Quote
must include verification that the product and/or
services have been evaluated and validated by the
NSA or in accordance with NSA-approved processes
in accordance with Defense Confidentiality DCAS-1
(see also DODI 8500.2, February 6, 2003). - Invoicing
must be submitted via ITSS. When submitting invoice,
invoice must include ONLY the line items quoted. A
separate line item for a Fedbid.com fee is
unacceptable.
URL:
http://www.fbo.gov/spg/GSA/FTS/4TRC-SMTP/4TH
O97065001/listing.html
Desc: www.fedbid.com (a-23550, n-1715)
SETASIDE: Total Small Business
POP ADDRESS: Macdill Afb, FL 33621
POP ZIP: 33621
POP COUNTRY: US
======================================
NAICS Code: 423430
Defense Logistics Agency, Logistics Operations,
DLA-DSS Corporate Contracting Office, 8725 John J.
Kingman Road Suite 0119, Fort Belvoir, VA,
22060-6220
SUBJECT: 70 -- Cisco BPA
SOLICITATION: Reference-Number-J65405307001
RESP DATE: 12/12/05
CONTACT: Joseph Fortuna, Contract Specialist,
Phone 703-767-9562, Fax 703-767-1130, Email
Joseph.Fortuna@dla.mil - Loretta Buckley, Contract
Specialist, Phone 703-767-1194, Fax 703-767-1172,
Email loretta.buckley@dla.mil
DESC: The DLA HQ Information Operations
Directorate (J-6) has tasked the DLA Enterprise
Support Acquisition Office (DES-A) to award a
Blanket Purchase Agreement (BPA) establishing terms
by which the DLA Enterprise can obtain world class
support for its Cisco hardware, software, and
maintenance requirements.
The goal is to provide the DLA Enterprise with best
value, world class Cisco support. In assessing best
value, DLA will consider a number of factors, which
may include, but may not be limited to the following:
1) Price; 2) Delivery/Response Time; 3) Past
Performance; and 4) Technical Capability, which can
be broken down into the following subfactors: a) Asset
Management, b) Organizational Structure, c) Value
Added. Two critical elements of asset management
that should be noted are: 1) Order tracking (the
effective maintenance of records including but not
necessarily limited to sales data, DLA requiring
activity/location, P/N, serial #, maintenance term,
warranty, etc.); 2) ContractorΓÇÖs plan to meet DLA
goal of consolidating/organizing DLA maintenance
agreements to co-terminate at one end date.
The Government anticipates the scope of the
requirement to include all Cisco P/N items currently in
offering, including CONUS and OCONUS
maintenance/support for the various DLA field
activities around the world.
The Government invites all interested, responsible
parties to provide a brief plan/outline as to how they
would best meet the GovernmentΓÇÖs requirement.
The format for submission is at the discretion of the
contractor, but should address the prospective
evaluation factors noted. The following information
should also be provided by the interested party: 1)
CAGE Code; 2) Business Size (Use NAICS code
423430, size standard: 500 employees as a reference
point); 3) Cisco Certifications (i.e. Gold, Silver,
Premier, etc.). Keep in mind that this is not a formal
solicitation, but a Request For Information (RFI) /
Presolicitation Notice and responses to this notice
should not be submitted, nor will they be evaluated as
offers. The Government will take into account
feedback to this preliminary notice in the drafting its
formal solicitation to be released at a later date.
***NOTE: RESPONSES TO THE GOVERNMENT'S
REQUEST FOR INFORMATION ARE DUE NO
LATER THAN COB 11/30/05***
URL:
http://www.fbo.gov/spg/DLA/J3/DLA-DSS/ReferenceNumber-J65405307001/listing.html
Desc: Link to FedBizOpps document.
======================================
71 - Furniture
======================================
NAICS Code: 337214
ACA, Fort Riley, Directorate of Contracting, 802
Marshall Loop, Fort Riley, KS 66442-0248
SUBJECT: 71--Furniture Request for Fort Riley,
Schedule AA posted on Fort Riley Web Site See
information in description.
SOLICITATION: W911RX-06-T-0005
RESP DATE: 11/29/05
CONTACT: donald.peters, 785-239-6015
DESC: Complete listed of furniture and requirement
listed on the Fort Riley web site.
http://www.riley.army.mil/Services/Fort/Contracting.a
sp FORT RILEY, Directorate of Contracting web site.
URL:
http://www.fbo.gov/spg/USA/DABJ/DABJ41/W911R
X-06-T-0005/listing.html
Desc: Link to FedBizOpps document.
EMAIL: donald.peters@riley.army.mil
Desc: ACA, Fort Riley
SETASIDE: Total Small Business
POP ADDRESS: ACA, Fort Riley Directorate of
Contracting, 802 Marshall Loop Fort Riley KS
POP ZIP: 66442-0248
POP COUNTRY: US
======================================
NAICS Code: 332999
RDECOM Acquisition Center - Aberdeen, ATTN:
AMSSB-ACC-A, 4118 Susquehanna Avenue,
Aberdeen Proving Ground, MD 21005-3013
SUBJECT: 71--This solicitation is hereby cancelled.
SOLICITATION: W91CRB-06-T-0008
RESP DATE: 11/30/05
CONTACT: Debra Morrow, 410-278-2509
DESC: This solicitation is hereby cancelled.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAD05/W91
CRB-06-T-0008/listing.html
Desc: Link to FedBizOpps document.
EMAIL: debra.morrow@us.army.mil
Desc: RDECOM Acquisition Center - Aberdeen
SETASIDE: Total Small Business
POP ADDRESS: RDECOM Acquisition Center Aberdeen ATTN: AMSSB-ACC-A, 4118
Susquehanna Avenue Aberdeen Proving Ground MD
POP ZIP: 21005-3013
POP COUNTRY: US
======================================
84 - Clothing, Individual Equipment, and
Insignia
======================================
NAICS Code: 315212
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Philadelphia - Clothing &
Textiles, 700 Robbins Avenue, Philadelphia, PA,
19111-5096
SUBJECT: 84 -- COAT, WOMAN'S, POLY/WOOL,
BLUE GABADINE
SOLICITATION: SP0100-06-Q-4006
CONTACT: Nathalie Nguyen, Contract Specialist,
Phone 215-737-3642, Fax 215-737-2486, Email
nathalie.nguyen@dla.mil
DESC: This modification 03 is to add the following
information:
"Amendments to this solicitation, SP0100-06-Q-4006,
WILL NOT be available via the Gateway. In order to
receive notification of amendments to this solicitation,
you MUST E-MAIl or CALL the Contract Specialist,
listed below under Point of Contact, with the name and
address of prospective offeror, phone and fax number
and a point of contact. Please reference solicitation
number in all e-mail correspondence. An unsuccessful
offer may result if prospective offeror FAILS to e-mail
the Contract Specialist of their intent to offer on this
solicitation.
Notice: There is an Amendment 01 of this solicitation
issued by 11/17/05.
The Contract Specialist can be reached at
215-737-3642, E-mail: nathalie.nguyen@dla.mil.
The Contract Specialists name is Nathalie C Nguyen.
She can be reached at her new phone number
215-737-3642 and her e-mail address at
Nathalie.Nguyen@dla.mil.
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-C/SP0100-06Q-4006/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
87 - Agricultural Supplies
======================================
Attn: Department of Veterans Affairs John D. Dingell
Medical Center, Office of Acquisition Management,
81
(001R-A), 4646 John R. Street, Detroit, Michigan
48201
SUBJECT: 87--87 -- Deliver and install healthy turf
grass sod
SOLICITATION: 553-00545-06
RESP DATE: 12/05/05
CONTACT: Point of Contact - Marilyn Dogan,
Purchasing Agent, Ph: (313) 576-4232, Fx:(313)
576-1077, Contracting Officer - Marilyn Dogan,
Purchasing Agent, Ph:(313) 576-4232, Fx:(313)
576-1077
DESC: Furnish all labor and materials to deliver and
install healthy, turf grass sod at the Great Lakes
National Cemetery, 4200 Belford Road, Holly, MI
48442. The North American Industry classification
(NAICS) Code for this procurement is 561730.
Projected period or service is from date of award
through September 30, 2008 (this includes two
pre-priced option years). Telephone or internet
requests will not be accepted. All offers must be
received by December 5, 2005 in the Acquisition
Management Office (001R-A), room B4213 at the
John D. Dingell VA Medical Center, 4646 John R.
Street, Detroit, MI 48201 by 2:00 pm local time.
Offers received after December 5, 2005 at 2:00 pm
will not be considered. In accordance with the
provisions of Federal Acquisition Regulation
19.502-2, award for this service will be made on a
competitive basis to eligible and responsible small
business concerns, provided that a minimum of two
competitive offers, in accordance with this solicitation,
are received from eligible small business concerns. If
a minimum of two eligible and responsible offers from
small business concerns are not received, award will
be made on the basis of full and open competition
from among all responsible business concerns that
submit an offer. See numbered note one.
URL:
http://www.fbo.gov/spg/VA/DtVAMC/VAMCCO802
20/553-00545-06/listing.html
Desc: Link to FedBizOpps document.
EMAIL: marilyn.dogan@med.va.gov
Desc: Marilyn Dogan
SETASIDE: Total Small Business
POP ADDRESS: 4200 Belford Road, Holly, MI
POP ZIP: 48442
POP COUNTRY: United States
======================================
99 - Miscellaneous
======================================
4890 University Square, Suite 3f, Huntsville, AL
35816
SUBJECT: 99--Generator/ Open Market, ITSS
Registered vendors, end user Navy
SOLICITATION: 4THF17069510
RESP DATE: 11/18/05
CONTACT: Name: Cheryl Clutts, Title: buyer,
Phone: 2568953434, Fax: 2568955898, Email:
cheryl.clutts@gsa.gov; Name: John Lee, Title:
Sourcing Agent, Phone: 703.244.9725, Fax:
703.385.9211, Email: john.lee@fedbid.com;
DESC: AMENDMENT NOTICE: This is a combined
synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, in
conjunction with FAR 13.5, and as supplemented with
additional information included in this notice. This
announcement constitutes the only solicitation; quotes
are being requested and a written solicitation will not
be issued. The solicitation number is 4THF17069510
and is issued as a request for quotation (RFQ). The
solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition
Circular . The associated North American Industrial
Classification System (NAICS) code for this
procurement is with a small business size standard of
0 employees. This requirement is unrestricted and only
interested offerors may submit a quote. The
solicitation pricing on www.FedBid.com will start on
the date this solicitation is posted and will end on
Friday, November 18, 2005 at 17:00:00 Eastern Time
or as otherwise displayed at www.FedBid.com. FOB
Destination shall be NAS Whiting Field, FL 32570
<BR><BR>The GSA FTS Region 4 requires the
following items, BRAND NAME OR EQUAL, to the
following: <BR>LI 001, Model 3.6KYFA26120J
Commercial Micro Quited 4000 Generator; fuel-LP
vapor;Hz-60; Watts-3600; Voltage-120; Amps-30;
PF-1.0; Phase-1; Circuit Breaker-1 pole, 30A Ideal for
medium-duty commercial mobile applications
Microprocessor control with diagnostics
Exceptionally smooth, quiet operation Sealed
connectors Full housing with enclosed muffler
Lightweight, compact Overhead valve engine 185
lbs. Max Length 30.5 in (774.7 mm), Width 20.6 in
(523.2 mm), Height 16.4 in (416.6 mm) 60 Hz, 70
dB(A) at 10 ft (3 m), before installation, full load 50
Hz, 65 dB(A) at 10 ft (3 m), before installation, full
load Microprocessor control with digital voltage
regulator Starter overcrank protection Generator field
overload protection Over/under frequency protection
Over/under voltage protection Loss of AC sense
protection Mechanical fault protection Reverse
connections and high battery voltage protection
4-point vibration isolation system Magnetic circuit
breaker Automatic resetting of DC circuit overcurrent
protection for set wiring and remote start wiring
Integral enclosure cover and stamped steel base
Stationary exhaust pipe attachment point High
stability mechanical governor Detects starter faults
Sealed remote start connector Automotive-type starter
with automatic start disconnect Fuel filter Electronic
magneto ignition USDA Forest Service-approved,
spark-arresting muffler Cross-flow pressure cooling,
11, EA; <BR><BR>For this solicitation, GSA FTS
Region 4 intends to conduct an online competitive
reverse auction to be facilitated by the third-party
reverse auction provider, FedBid, Inc. FedBid has
developed an online, anonymous, browser based
application to conduct the reverse auction. An Offeror
may submit a series of pricing quotes, which descend
in price during the specified period of time for the
aforementioned reverse auction. GSA FTS Region 4 is
taking this action in a an effort to improve vendor
access and awareness of requests while expediting its
ability to gather multiple, completed, real-time offers.
All responsible Offerors that respond to this
solicitation MUST submit the pricing portion of their
offer using the online exchange located at
www.FedBid.com. There is no cost to register, review
procurement data or make an offer on
www.FedBid.com. Offerors that are not currently
registered to use www.FedBid.com should proceed to
www.FedBid.com to complete their free registration.
Offerors that require special considerations or
assistance may contact the FedBid Helpdesk at
877-9FEDBID (877-933-3243) or via email at
clientservices@fedbid.com. Offerors may not
artificially manipulate the price of a transaction on
www.FedBid.com by any means. It is unacceptable to
place bad faith offers, to use decoys in the
www.FedBid.com process or to collude with the intent
or effect of hampering the competitive
www.FedBid.com process. Should offerors require
additional clarification, contact Cheryl Clutts at
cheryl.clutts@gsa.gov or FedBid.com at
877-9FEDBID (877-933-3243) or
clientservices@fedbid.com.<BR><BR>In addition to
providing pricing at www.FedBid.com for this
solicitation, each Offeror must provide any required,
NON-PRICING responses (e.g. technical proposal,
representations and certifications, etc.) directly to
cheryl.clutts@gsa.gov (NOT THROUGH
FEDBID.COM) so that they are received at that email
address no later than the closing date and time for this
solicitation. The selected Offeror must comply with
the following commercial item terms and conditions.
FAR 52.212-1, Instructions to Offerors - Commercial,
applies to this acquisition. The selected Offeror must
submit a completed copy of the provision at 52.212-3,
Offeror Representations and Certifications -
Commercial Items. FAR 52.212-4, Contract Terms
and Conditions - Commercial Items, applies to this
acquisition. The following FAR clauses in paragraph
(b) of FAR clause 52.212-5, Contract Terms and
Conditions Required To Implement Statutes or
Executive Orders-Commercial Items, will apply:
52.222-21, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.225-13, 52.232-34. The full text of a
FAR clause may be accessed electronically at
http://www.acqnet.gov/far. Delivery shall be made
within 30 days or less after receipt of order (ARO).
CCR Requirement - Company must be registered on
Central Contractor Registration (CCR) before an
award could be made to them. If company is not
registered in CCR, they may do so by going to CCR
web site at http://www.ccr.gov. Use of FedBid.com Buyers and Sellers agree to use FedBid.com as an
independent Venue for buying and selling goods or
services, respectively. It is understood that FedBid
ranks all bids by price, regardless of the evaluation
criteria used by the buyer. Buyers and Sellers
understand that a Buyer always maintains all rights
assigned under their contracting authority and/or
applicable acquisition regulations, and may select the
most advantageous bid for the governments purpose
while considering offline factors such as delivery, past
performance, socio-economic classifications, and
source rotation. Vendors / sales agents submitting
quotes MUST BE registered in ITSS. If vendor
registration assistance is needed contact 877.243.2889
Option 2 Quote per specifications requested. If an item
has been discontinued or is end of life, annotate quote
referencing as such then quote an equal or better
replacement for the item. Quote is to include all fees,
including shipping or freight costs. Provide on quote
the estimated ETA, number of days, delivery can be
expected after receipt of purchase order. Not on any
gsa schedule 70 contracts
URL:
http://www.fbo.gov/spg/GSA/FTS/4TRC-SMTP/4THF
17069510/listing.html
Desc: www.fedbid.com (a-23546, n-1714)
SETASIDE: N/A
POP ADDRESS: NAS Whiting Field, FL 32570
POP ZIP: 32570-6141
POP COUNTRY: US
======================================
NAICS Code: 454390
Department of the Treasury, Departmental
Offices/Procurement Services Division (DO/PSD),
Procurement Services Division (PSD), 1425 New York
Avenue, Suite 2100, Washington, DC, 20220
SUBJECT: 99 -- Seized and Forfeited General
Property
SOLICITATION: A05-032
RESP DATE: 12/19/05
CONTACT: Dwight Stephens, Contracting Officer,
Phone (202) 622-0632, Fax (202) 622-2343, Email
dwight.stephens@do.treas.gov - Alan Cornwall,
Contract Specialist, Phone 202-622-0464, Fax
202-622-2343, Email alan.cornwall@do.treas.gov
DESC: Revised proposal due date is December 19,
2005. Refer to information in the Request for
Proposal (A-05-32) for specific instructions on
submission of proposal and other pertinent
information.
URL:
http://www.fbo.gov/spg/TREAS/DOPSD/PSD/A05-03
2/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: United States, including District of
Columbia, Puerto Rico, and U.S. Territories
POP ZIP: 20220
POP COUNTRY: UISA
======================================
NAICS Code: 561990
Department of Health and Human Services, National
Institutes of Health, Nat'l Institute of Diabetes,
Digestive, & Kidney Diseases, 2 Democracy Plaza,
Suite 700W 6707 Democracy Blvd., MSC 5455,
82
Bethesda, MD, 20892-5455
SUBJECT: 99 -- Logistical Support Service
SOLICITATION: NIH-NIDDK-06-600
RESP DATE: 11/30/05
CONTACT: Patricia Haun, Purchasing Agent, Phone
(301) 594-8855, Fax (301) 480-4226, Email
haunp@extra.niddk.nih.gov
DESC: This synopsis has been cancelled.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NID
DK-06-600/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: 9000 Rockville Pike
Bethesda, MD
POP ZIP: 20892
======================================
CONTRACT AWARD NOTICES
======================================
A - Research and Development
======================================
NAICS Code: 541710
Other Defense Agencies, Defense Advanced Research
Projects Agency, Contracts Management Office, 3701
North Fairfax Drive, Arlington, VA, 22203-1714
SUBJECT: A -- Cognitive Information Processing
Technology
SOLICITATION: BAA02-21
CONTACT: Ronald Brachman, Information
Processing Technology Office (IPTO), Phone none,
Fax (703) 741-7804, Email none
AWARD #: HR0011-06-C-0025
AMOUNT: $750,606.00
AWD DATE: 111705
LINE NBR(S): CLINs 0001-0002
AWD TO: CYCORP, Inc.
3721 Executive Center Drive, Suite 100
Austin TX 78731-1615
URL:
http://www.fbo.gov/spg/ODA/DARPA/CMO/Awards/
HR0011-06-C-0025LnCLINs_0001-0002.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 541710
Other Defense Agencies, Defense Advanced Research
Projects Agency, Contracts Management Office, 3701
North Fairfax Drive, Arlington, VA, 22203-1714
SUBJECT: A -- Defense Sciences Research and
Technology
SOLICITATION: BAA05-19
CONTACT: Brett Giroir, Deputy Director, DSO,
Phone (571) 218-4224, Fax (571) 218-4553, Email
bgiroir@darpa.mil
AWARD #: HR0011-06-C-0011
AMOUNT: $5,739,777.00
AWD DATE: 111705
LINE NBR(S): 0001 and 0002
AWD TO: Hexcel Coropration
281 Tresser Blvd.
Stamford, CT 06901
URL:
http://www.fbo.gov/spg/ODA/DARPA/CMO/Awards/
HR0011-06-C-0011Ln0001_and_0002.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 541710
TACOM WARREN, WARREN, MICHIGAN
48397-5000
SUBJECT: A--RDTE/Tank - Automotive-Basic
Research
SOLICITATION: W56HZV06RKL01
CONTACT: HARMONY
HUNSANGER,(586)574-7239 or MICHAEL L.
CIONI,(586)574-7070
AWARD #: W56HZV06C0060
AMOUNT: $68,235.00
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: RE2, INC.,10 40TH STREET,SUITE
222,PITTSBURGH,PA,15201-3212
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE07/Awar
ds/W56HZV06C0060Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL:
HARMONY.HUNSANGER@TACOM.ARMY.MIL
Desc: TACOM WARREN
======================================
55 Broadway; Cambridge, MA 02142
SUBJECT: A --Phase I Research and Development of
'Feasibility of an Ultrasonic Based Instrument for
Assessing in-situ Pipeline Coatings'
CONTACT: Point of Contact - William H. Moore Jr. ,
Contracting Officer, 617-494-2627
AWARD #: 06-C-10005
AMOUNT: 97366
AWD DATE: 111705
LINE NBR(S): N/A
AWD TO: FBS, Inc., 2134 Sandy Drive, Suite 14,
State College, PA 16803-2292
URL:
http://www.fbo.gov/spg/DOT/RITA/VNTSC/Awards/0
6-C-10005.html
DESC: Volpe Center Acquisition Division home page
EMAIL: Moorew@volpe.dot.gov
Desc: Contracting Officer
======================================
NAICS Code: 541710
Department of the Navy, Office of Naval Research,
ONR, CODE ONR-02 875 North Randolph St., Suite
1425, Arlington, VA, 22203-1995
SUBJECT: A-CONTACT: Brian Bradley, Branch Head ONR Code
252, Phone 703-696-8373, Fax null, Email
bradleb@onr.navy.mil - Brian Bradley, Branch Head
ONR Code 252, Phone 703-696-8373, Fax null, Email
bradleb@onr.navy.mil
AWARD #: N00014-05-C-0379
AMOUNT: $468,297.00
AWD DATE: 110705
AWD TO: Santa Fe Science and Technology, Inc.,
3216 Richards Lane, Santa Fe, NM 87507-2940
URL:
http://www.fbo.gov/spg/DON/ONR/ONR/Awards/N00
014-05-C-0379.html
DESC: Link to FedBizOpps document.
======================================
ESC/PKR, R&D Contracting, 104 Barksdale,
Hanscom AFB, MA 01731-1806
SUBJECT: A -- SPECIAL STUDIES OF SHALLOW
EARTHQUAKES AND EXPLOSIONS:
IMPLICATIONS FOR P/S ENERGY
PARTITIONING, STRESS DROP, AND
DISCRIMINATION.
CONTACT: Marisol Hodge,Contracting Specialist
781-377-2259; Gino F. Cascieri, PCO ext.
781-377-2623
AWARD #: FA8718-06-C0004
AMOUNT: $128,208.00
AWD DATE: 111705
LINE NBR(S): n/a
AWD TO: Univ, of California- San Diego- Scripps
Institucion of Oceanography 8602 La Jolla, Shores Dr.
La Jolla CA 92093-0210
URL:
http://www.fbo.gov/spg/USAF/AFMC/ESC/Awards/F
A8718-06-C0004.html
DESC: ESC Business Opportunities Web Page
EMAIL: Marisol.Hodge@hanscom.af.mil
Desc: Click Here to E-mail the POC
======================================
B - Special Studies and Analyses - Not R&D
======================================
Bid and Proposal Room, Ariel Rios Building (3802R)
1200 Pennsylvania Avenue, N.W. Washington, DC
20460
SUBJECT: B--Implementation of Programs for
Stratospheric Ozone Protection
SOLICITATION: PR-HQ-05-10651
CONTACT: YVONNE D. STISO, Placement
Contracting Officer, Phone: (202) 564-4777, E-Mail:
stiso.yvonne@epa.gov
AWARD #: EP-W-06-010
AMOUNT: $8,591,679.00
AWD DATE: 111705
LINE NBR(S): All
AWD TO: STRATUS CONSULTING INC. 1881
NINTH STREET SUITE 201 Boulder, CO 80302
URL:
http://www.fbo.gov/spg/EPA/OAM/HQ/Awards/EP-W
-06-010LnAll.html
DESC: The Environmental Protection Agency
EMAIL: stiso.yvonne@epa.gov
Desc: YVONNE D. STISO
======================================
Bid and Proposal Room, Ariel Rios Building (3802R)
1200 Pennsylvania Avenue, N.W. Washington, DC
20460
SUBJECT: B--Implementation of Programs for
Stratospheric Ozone Protection
SOLICITATION: PR-HQ-05-10651
CONTACT: KATHRYN P. BARTON, Contract
Specialist, Phone: 202-564-4783, E-Mail:
barton.kathryn@epa.gov
AWARD #: EP-W-06-009
AMOUNT: $8,580,608.00
AWD DATE: 111605
LINE NBR(S): All
AWD TO: ABT ASSOCIATES, INC. 55 WHEELER
ST Cambridge, MA 02138
URL:
http://www.fbo.gov/spg/EPA/OAM/HQ/Awards/EP-W
-06-009LnAll.html
DESC: The Environmental Protection Agency
EMAIL: barton.kathryn@epa.gov
Desc: KATHRYN P. BARTON
======================================
Bid and Proposal Room, Ariel Rios Building (3802R)
1200 Pennsylvania Avenue, N.W. Washington, DC
20460
SUBJECT: B--Implementation of Programs for
Stratospheric Ozone Protection
SOLICITATION: PR-HQ-05-10651
CONTACT: YVONNE D. STISO, Placement
Contracting Officer, Phone: (202) 564-4777, E-Mail:
stiso.yvonne@epa.gov
AWARD #: EP-W-06-008
AMOUNT: $9,749,143.00
AWD DATE: 111605
LINE NBR(S): All
AWD TO: ICF ASSOCIATES, L.L.C. 9300 Lee
Highway Fairfax, VA 22031
URL:
http://www.fbo.gov/spg/EPA/OAM/HQ/Awards/EP-W
-06-008LnAll.html
DESC: The Environmental Protection Agency
EMAIL: stiso.yvonne@epa.gov
Desc: YVONNE D. STISO
======================================
F - Natural Resources and Conservation Services
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: F--Precommercial Thinning, South River
Resource Area, Roseburg District, Oregon
SOLICITATION: HAC053015
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC053015
AMOUNT: 201173
AWD DATE: 090605
AWD TO: JOSE QUEZADA,1106 NIANTIC ST.
,MEDFORD OR 975015744
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
53015.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
83
======================================
BLM-UT UTAH STATE OFFICE* 440 WEST 200
SOUTH, SUITE 500 PO BOX 45155 SALT LAKE
CITY UT 84101
SUBJECT: F--Utah - Aerial Seeding
SOLICITATION: JSQ064003
CONTACT: Susan Cowin Contracting Officer
8015394177 susan_cowin@blm.gov;
AWARD #: JSP064003
AMOUNT: 17407
AWD DATE: 111005
LINE NBR(S): All
AWD TO: FARM AIR, LLC,1260 WILSON LN
,NYSSA OR 979135176
URL:
http://www.fbo.gov/spg/DOI/BLM/UT/Awards/JSP06
4003LnAll.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
J - Maintenance, Repair, and Rebuilding of
Equipment
======================================
NAICS Code: 811412
Department of the Air Force, Pacific Air Forces, 374
CONS - Yokota, Unit 5228, Yokota AB, APO Japan,
., 96328-5228
SUBJECT: J -- Operational Maintenance of DODDS
(school ) facilities
SOLICITATION: FA5209-05-R-0020
CONTACT: Tomoko Harashima, Contract Specialist,
Phone 225-6691, Fax null, Email
tomoko.harashima@yokota.af.mil - Shirley Blue,
Contracting Officer, Phone 81-42-552-3010, Fax
81-42-552-9846, Email shirley.blue@yokota.af.mil
AWARD #: FA5209-06-C-0003
AMOUNT: Y46,840,000
AWD DATE: 111705
LINE NBR(S): 0001 & 0002
AWD TO: TESCO CO., LTD.
Bldg Toshin, 34 Shinano-machi
Shinjuku-ku, Tokyo 160-0016
URL:
http://www.fbo.gov/spg/USAF/PAF/374CONS/Award
s/FA5209-06-C-0003Ln0001___0002.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 811111
General Services Administration, Federal Supply
Service (FSS), Federal Supply Fleet Management
Division (7FF), 215 Dean A. McGee Avenue Room
603, Oklahoma City, OK, 73102
SUBJECT: J -- New and used vehicle receipt
assignment and preparation
CONTACT: Joseph Dunne, Program Specialist,
Phone (405)231-5872, Fax (405)231-4845, Email
joe.dunne@gsa.gov
AWARD #: GS30FS002
AMOUNT: 100,000.00
AWD DATE: 111705
AWD TO: Bakers Clean Cars, North Little Rock, AR
URL:
http://www.fbo.gov/spg/GSA/FSS/7FF/Awards/GS30F
S002.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 336611
DHS - Direct Reports, United States Coast Guard
(USCG), Commanding Officer (vpl), USCG
Maintenance and Logistics Command - Atlantic, 300
East Main Street Suite 600, Norfolk, VA, 23510-9102
SUBJECT: J -- Emergency Drydock Repair to CGC
Oak (WLB 211)
CONTACT: Kathryn Stark, Contract Specialist,
Phone 757 628-4588, Fax 757 628-4676, Email
kstark@mlca.uscg.mil - Cindy Floyd, Contracting
Officer, Phone (757)628-4653, Fax (757)628-4676,
Email cfloyd@mlca.uscg.mil
AWARD #: HSCG80-05-C-000609
AMOUNT: 371,458.00
AWD DATE: 110405
LINE NBR(S): All Base Items
AWD TO: Detyens Shipyards
1670 Drydock Ave.
Bldg. 236, Suite 200
North Charleston, SC 29405
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/COUSCGM
LCA/Awards/HSCG80-05-C-000609LnAll_Base_Item
s.html
DESC: Link to FedBizOpps document.
======================================
NAVICP, 5450 CARLISLE PIKE, P.O. BOX 2020
MECHANICSBURG, PA 17055-0788
SUBJECT: J ---Wing Assembly, In
Repair/Modification Of
CONTACT: Contact Point, Z K Strzalkowski,
0213.2, (717)605-3078, Fax, (215)697-3161, Twx,
Not-avail
AWARD #: N0010406PLA46..NIIN.012244454
AMOUNT: $34,000
AWD DATE: 112605
LINE NBR(S): 0001
AWD TO: Marine Design & Composite Llc , Owings
,MD 20736-3110
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N000104/Aw
ards/N0010406PLA46..NIIN.012244454Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
NAICS Code: 811111
General Services Administration, Federal Supply
Service (FSS), Federal Supply Fleet Management
Division (7FF), 215 Dean A. McGee Avenue Room
603, Oklahoma City, OK, 73102
SUBJECT: J -- New and used vehicle receipt
assignment and preparation
CONTACT: Joseph Dunne, Program Specialist,
Phone (405)231-5872, Fax (405)231-4845, Email
joe.dunne@gsa.gov
AWARD #: GS30FS0005
AMOUNT: 100000
AWD DATE: 111705
AWD TO: Trammells Automotive, Krebs, OK
URL:
http://www.fbo.gov/spg/GSA/FSS/7FF/Awards/GS30F
S0005.html
DESC: Link to FedBizOpps document.
======================================
R - Professional, Administrative and
Management Support Services
======================================
NAICS Code: 541330
General Services Administration, Federal Supply
Service (FSS), Management Services Center (10FT),
400 15th Street, SW,, Auburn, WA, 98001
SUBJECT: R -- Multiple Award Schedule 871 II,
Energy Services (ES)
SOLICITATION: TFTP-EJ-000871-B
CONTACT: Energy Schedule, Branch, Phone
1-800-241-7246, Fax (253)931-7174, Email
energy@gsa.gov - Energy Schedule, Branch, Phone
1-800-241-7246, Fax (253)931-7174, Email
energy@gsa.gov
AWARD #: GS-10F-0052S
AMOUNT: $2,500,000.00
AWD DATE: 111605
LINE NBR(S): 871-200 and 871-201
AWD TO: SEI Group, Inc., 303 Williams Ave., Suite
123, Huntsville, AL 35801-6001
URL:
http://www.fbo.gov/spg/GSA/FSS/10FT/Awards/GS-1
0F-0052SLn871-200_and_871-201.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 541620
General Services Administration, Federal Supply
Service (FSS), Management Services Center (10FT),
400 15th Street, SW,, Auburn, WA, 98001
SUBJECT: R -- R - Refreshed (#6) Multiple Award
Schedule Solicitation for: Environmental Services
SOLICITATION: TFTP-EW-990899-B
CONTACT: Environmental Schedule, Branch, Phone
1-800-241-7246, Fax 253-931-7174, Email
environmental@gsa.gov - Katherine Jocoy,
Supervisory Contract Specialist, Phone 253-931-7080,
Fax 253-931-7111, Email kathy.jocoy@gsa.gov
AWARD #: GS-10F-0048S
AMOUNT: 500,000.00
AWD DATE: 111505
LINE NBR(S): 899-1-2-4 and 8
AWD TO: GSI (GEOTECHNICAL SERVICES
INC.), 7050 110th Street, Omaha, NE 68128
URL:
http://www.fbo.gov/spg/GSA/FSS/10FT/Awards/GS-1
0F-0048SLn899-1-2-4_and_8.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 541611
General Services Administration, Federal Supply
Service (FSS), Management Services Center (10FT),
400 15th Street, SW,, Auburn, WA, 98001
SUBJECT: R -- Mission Oriented Business Integrated
Services (MOBIS), TFTP-MC-000874-B (Refresh
#10)
SOLICITATION: TFTP-MC-000874-B
CONTACT: MOBIS Schedule, Branch, Phone
1-800-241-7246, Fax 253-931-7174, Email
mobis@gsa.gov
AWARD #: GS-10F-0047S
AMOUNT: $1,000,000
AWD DATE: 111705
LINE NBR(S): 874-1
AWD TO: Acquisition Engineering Consultants, Inc.,
19 Crosby Dr., Bldg. A,
Suite 100, Bedford, MA 01730-0140
URL:
http://www.fbo.gov/spg/GSA/FSS/10FT/Awards/GS-1
0F-0047SLn874-1.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 541611
General Services Administration, Federal Supply
Service (FSS), Management Services Center (10FT),
400 15th Street, SW,, Auburn, WA, 98001
SUBJECT: R -- Mission Oriented Business Integrated
Services (MOBIS), TFTP-MC-000874-B (Refresh
#10)
SOLICITATION: TFTP-MC-000874-B
CONTACT: MOBIS Schedule, Branch, Phone
1-800-241-7246, Fax 253-931-7174, Email
mobis@gsa.gov - MOBIS Schedule, Branch, Phone
1-800-241-7246, Fax 253-931-7174, Email
mobis@gsa.gov
AWARD #: GS-10F-0049S
AMOUNT: 500,000
AWD DATE: 111505
LINE NBR(S): 874-1 and 2
AWD TO: AVATAR, INC., 3439 NE Sandy Blvd.,
#154, Portland, OR 97232 2195
URL:
http://www.fbo.gov/spg/GSA/FSS/10FT/Awards/GS-1
0F-0049SLn874-1_and_2.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 541611
General Services Administration, Federal Supply
Service (FSS), Management Services Center (10FT),
400 15th Street, SW,, Auburn, WA, 98001
SUBJECT: R -- Mission Oriented Business Integrated
Services (MOBIS), TFTP-MC-000874-B (Refresh
#10)
SOLICITATION: TFTP-MC-000874-B
CONTACT: MOBIS Schedule, Branch, Phone
1-800-241-7246, Fax 253-931-7174, Email
mobis@gsa.gov
AWARD #: GS-10F-0050S
AMOUNT: $4,525,000
84
AWD DATE: 111705
LINE NBR(S): 874-1 874-2 874-7
AWD TO: Corporation for a Skilled Workforce, 900
Victors Way, Suite 350, Ann Arbor, MI 48108-8521
URL:
http://www.fbo.gov/spg/GSA/FSS/10FT/Awards/GS-1
0F-0050SLn874-1_874-2_874-7.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 541511
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: R--Systems Engineering Services
SOLICITATION: W31P4Q05R0350
CONTACT: DAVID COBB,(256)842-7503 or
VINCENT THOMPSON,(256)842-7681
AWARD #: W31P4Q05C0316
AMOUNT: $600,000.00
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: NORTHROP GRUMMAN SPACE &
MISSION SYSTEMS CORP.,1800 GLENN CURTISS
DRIVE,CARSON,CA,90746-2800
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH01/Awa
rds/W31P4Q05C0316Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL: DAVID.COBB@REDSTONE.ARMY.MIL
Desc: US ARMY AVIATION & MISSILE
COMMAND
======================================
S - Utilities and Housekeeping Services
======================================
NAICS Code: 811412
Department of the Air Force, Direct Reporting Units,
USAF Academy - 10 MSG/LGC, 8110 Industrial
Drive Suite 200, USAF Academy, CO, 80840-2315
SUBJECT: S -- Appliance Repair and Replacement
Services for Military Housing
SOLICITATION: FA7000-05-B-0004
CONTACT: Raymond Carter, Contract Specialist,
Phone 719-333-8269, Fax 719-333-6608, Email
raymond.carter@usafa.af.mil - Kylie Hager, Contract
Specialist, Phone 719-333-2869, Fax 719-333-4747,
Email kylie.hager@usafa.af.mil
AWARD #: FA7000-06-D-0002
AMOUNT: $461,625.00
AWD DATE: 111705
AWD TO: TBF Services Inc. 4025 Thoreau Drive
Colorado Springs CO 80916
URL:
http://www.fbo.gov/spg/USAF/DRU/10ABWLGC/Aw
ards/FA7000-06-D-0002.html
DESC: Link to FedBizOpps document.
======================================
V - Transportation, Travel and Relocation
Services
======================================
NAICS Code: 481211
Department of the Air Force, Air Mobility Command,
HQ AMC/A34Y Contract Airlift, 402 Scott Drive Unit
3A1, Scott AFB, IL, 62225-5302
SUBJECT: V -- FY06 CRAF International Airlift
SOLICITATION: FA4428-05-R-0001
CONTACT: Gina Lee, Contracting Officer, Phone
(618) 229-4318, Fax (618) 256-2804, Email
gina.lee@scott.af.mil - John Carlson, Contract
Administrator, Phone 618-229-2505, Fax
618-256-2804, Email john.carlson@scott.af.mil
AWARD #: FA4428-05-D-0011
AMOUNT: $12,330.00 Estimated
AWD DATE: 092805
AWD TO: Hawaiian Airlines, Inc.
3375 Koapaka Street G350 Honolulu HI 96819
URL:
http://www.fbo.gov/spg/USAF/AMC/HQAMCDOY/A
wards/FA4428-05-D-0011.html
DESC: Link to FedBizOpps document.
======================================
Y - Construction of Structures and Facilities
======================================
R4 Division of Contracting and General Services U.S.
Fish and Wildlife Services 1875 Century Blvd. Suite
310 Atlanta GA 30345
SUBJECT: Y--Construction and Installation of
Bulkheads
SOLICITATION: 401815Q093
CONTACT: Natasha Rowland - Howie Contract
Specialsit 4046794191
natasha_rowland-howie@fws.gov;
AWARD #: 401816M035
AMOUNT: 89736
AWD DATE: 111605
LINE NBR(S): Base, Additive A, and Additive B
AWD TO: ENTECH ENTERPRISES, INC.,9176
SMITH CREEK RD. ,TALLAHASSEE FL 323103506
URL:
http://www.fbo.gov/spg/DOI/FWS/CGSWO/Awards/4
01816M035LnBase,_Additive_A,_and_Additive_B.ht
ml
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
NAICS Code: 236220
Department of the Air Force, Air Combat Command,
55 CONS, 101 Washington Sq Bldg 40, Offutt AFB,
NE, 68113-2107
SUBJECT: Y -- Construction of Maintenance
Facility's at Willow Lakes and Warrior Nine Coulf
Courses, kOffutt AFB, NE
SOLICITATION: FA4600-05-R-8401
CONTACT: Willaim Tomson, Contract
Administrator, Phone 402-232-5956, Fax null, Email
william.tomson@offutt.af.mil
AWARD #: FA4600-06-C-0002
AMOUNT: $1,143,500.00
AWD DATE: 111605
LINE NBR(S): 0001-0008
AWD TO: W.Boyd Jones Construction Co Inc
4360 Nicholas St
Omaha, NE 68131
URL:
http://www.fbo.gov/spg/USAF/ACC/55CONS/Awards
/FA4600-06-C-0002Ln0001-0008.html
DESC: Link to FedBizOpps document.
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Y--Medford Electrical, Phone, and Data
Connections, Medford District, Oregon
SOLICITATION: HAC052030
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC052030
AMOUNT: 151540
AWD DATE: 090105
AWD TO: TAKOTA CORP.,3017 PALM SPRINGS
WAY ,LAS VEGAS NV 891025967
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
52030.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
US Army Engineer District, Tulsa, ATTN:
CESWT-CT, 1645 South 101st East Avenue, Tulsa,
OK 74128-4609
SUBJECT: Y--CANTON LAKE SPILLWAY
STABILIZATION, CANTON LAKE DAM, NORTH
CANADIAN RIVER, OKLAHOMA
SOLICITATION: W912BV-05-R-1000
CONTACT: Brenda Anderson, 918-669-7274
AWARD #: W912BV-06-C-1000
AMOUNT: $4525000
AWD DATE: 111605
LINE NBR(S): NA
AWD TO: Nicholson Construction Co., 2125 North
Redwood Road, Salt Lake City, Utah 84116
URL:
http://www.fbo.gov/spg/USA/COE/DACA56/Awards/
W912BV-06-C-1000LnNA.html
DESC: Link to FedBizOpps document.
EMAIL: Brenda.K.Anderson@swt03.usace.army.mil
Desc: US Army Engineer District, Tulsa
======================================
NAICS Code: 237990
US Army Engineer District, New Orleans, ATTN:
CEMVN-CT, P.O. Box 60267, New Orleans, LA
70160-0267
SUBJECT: Y--Mississippi River and New Orleans to
Venice Levees Port Sulphur to Fort Jackson Levee and
Floodwall Repairs Stas.45+00 to 53+00 and Stas.
235+00 to 1330+00 Plaquemines Parish, LA
SOLICITATION: W912P8-06-R-0044
CONTACT: Pamela Hilliard, 504-862-2020
AWARD #: W912P8-06-C-0051
AMOUNT: $7968100
AWD DATE: 111105
LINE NBR(S): 0001-0008AB
AWD TO: B&K Construction Co., Inc., 1905
Highway 59, Mandeville LA. 70448
URL:
http://www.fbo.gov/spg/USA/COE/DACA29/Awards/
W912P8-06-C-0051Ln0001-0008AB.html
DESC: Link to FedBizOpps document.
EMAIL: pamela.b.hilliard@mvn02.usace.army.mil
Desc: US Army Engineer District, New Orleans
======================================
Z - Maintenance, Repair or Alteration of Real
Property
======================================
Department of the Air Force, Air Mobility Command,
436th CONS, 639 Atlantic Street, Dover AFB,, DE,
19902-5639
SUBJECT: Z -- Repair Personnel Facility 520 Dover
Air Force Base
SOLICITATION: F07603-03-R-0016
CONTACT: Matthew Shigley, Contract Specialist,
Phone (302)677-6614, Fax (302)677-2905, Email
Matthew.Shigley@dover.af.mil
AWARD #: FA4497-04-C-0003
AMOUNT: 4,644,000.00
AWD DATE: 111803
AWD TO: J.S. KRAMER, INC.
120 MULLET RUN ST.
MILFORD, DE 19963
URL:
http://www.fbo.gov/spg/USAF/AMC/436CONS/Awar
ds/FA4497-04-C-0003.html
DESC: Link to FedBizOpps document.
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--North Fork Silver Sites #2 and #3
Culvert Replacement, Josephine County, Grants Pass
Resource Area, Medford District, Oregon
SOLICITATION: HAB058107
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC052021
AMOUNT: 149180
AWD DATE: 080905
AWD TO: JONATHON ANDERSON,BOX 250
,MURPHY OR 975330250
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
52021.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--Mast/Windy Fish Pass Pipe, Coos Bay
District, Oregon
85
SOLICITATION: HAC051006
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC051006
AMOUNT: 181530
AWD DATE: 040605
AWD TO: HOUSHOUR INC,48818 GAYLORD RD
,MYRTLE POINT OR 974588715
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
51006.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--SHOTGUN AND MCGOWAN CHIP
SEAL, UPPER WILLAMETTE RESOURCE AREA,
EUGENE DISTRICT, OREGON
SOLICITATION: HAC051007
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC051007
AMOUNT: 638656
AWD DATE: 051305
AWD TO: NORTHERN CA. PAVING,208 4TH
STREET 2040 LANE STREET,YREKA CA
960971231
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
51007.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--Fort Rock Overhead Fill and Wash
Rack, Lakeview District, Oregon
SOLICITATION: HAC052025
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC052025
AMOUNT: 233569
AWD DATE: 072605
AWD TO: WEEKLY BROS., INC.CORP,478 ELK
RIDGE LANE ,IDLEYLD PARK OR 974479736
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
52025.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--Beals Creek Culvert Replacement,
South River Resource Area, Douglas County,
Roseburg District, Oregon
SOLICITATION: HAC053004
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC053004
AMOUNT: 229410
AWD DATE: 041405
AWD TO: ROY D GARREN INC,435 SE MAIN ST
,ROSEBURG OR 974704934
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
53004.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--Powell Creek Culvert Replacements,
Douglas County, Roseurg District, Oregon
SOLICITATION: HAC053005
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC053005
AMOUNT: 208054
AWD DATE: 050305
AWD TO: SIGFRIDSON CONSTRUCTION,
INC,2365 GLENGARY LOOP RD ,ROSEBURG OR
974700842
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
53005.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--North Myrtle Creek Culvert
Replacement, South River Resource Area, Douglas
County, Vale District, Oregon
SOLICITATION: HAC053013
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC053013
AMOUNT: 175347
AWD DATE: 062105
AWD TO: C WEAVERS' CONSTRUCTION
INC,1211 DARLEY DR ,ROSEBURG OR
974708228
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
53013.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--South Molalla river Road
Embankment Stabilization, Clackamas County, Salem
District, Oregon
SOLICITATION: HAC053018
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAC053018
AMOUNT: 317535
AWD DATE: 081005
AWD TO: LKE CORPORATION,1622 RYAN
TAVELLI RD ,WASHOUGAL WA 986717551
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
53018.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM-OR OREGON STATE OFFICE* 333 SW 1ST
AVENUE, PO BOX 2965 PORTLAND OR 97208
SUBJECT: Z--Vale District BLM Compound Asphalt
Constructiion, Vale District, Oregon
SOLICITATION: HAP053020
CONTACT: Donna J. Boehm Procurement
Technician 5038086210 Donna_Boehm@blm.gov;
AWARD #: HAP053020
AMOUNT: 151581
AWD DATE: 092205
AWD TO: IRVCO ASPHALT & GRAVEL INC,5295
HIGHWAY 95 ,FRUITLAND ID 836190931
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAP0
53020.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
BLM OREGON STATE OFFICE 333 SOUTHWEST
FIRST AVENUE, 4TH FLOOR PORTLAND OR
97204
SUBJECT: Z--Poorman/Balm Creek Mine Site
Reclamation Project, Baker County, Vale District,
Oregon
SOLICITATION: HAR052026
CONTACT: Yuri Y. Dyson Contract Specialist
5038086229 Yuri_Dyson@blm.gov;
AWARD #: HAC052019
AMOUNT: 1551180
AWD DATE: 081905
AWD TO: VALMONT INDUSTRIES, INC,3511
PACIFIC BLVD SW ,ALBANY OR 973213780
URL:
http://www.fbo.gov/spg/DOI/BLM/OR/Awards/HAC0
52019.html
DESC: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
======================================
NAICS Code: 238210
DHS - Direct Reports, United States Coast Guard
(USCG), Commanding Officer, USCG Civil
Engineering Unit Cleveland, 1240 East 9th Street,
Cleveland, OH, 44199-2060
SUBJECT: Z--NEW JERSEY-REPLACE FIRE
ALARM SYSTEM AT USCG STATION
BARNEGAT, NJ
SOLICITATION: HSCG83-06-Q-3WF014
CONTACT: Carolyn Melton, Contracting Officer,
Phone 216-902-6275, Fax 216-902-6278, Email
cmelton@ceucleveland.uscg.mil - Carolyn Melton,
Contracting Officer, Phone 216-902-6275, Fax
216-902-6278, Email cmelton@ceucleveland.uscg.mil
AWARD #: HSCG83-06-N-3WF014
AMOUNT: $58,700.00
AWD DATE: 111805
LINE NBR(S): B-1
AWD TO: Glasson Construction, Inc.
105 E. Atlantic Avenue
Haddon Hts., NJ 08035-1901
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/USCGCEUC
/Awards/HSCG83-06-N-3WF014LnB-1.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 238210
Watervliet Arsenal, Attn: AMSTA-WV-XC-C,
Building 10, Watervliet, NY 12189-4050
SUBJECT: Z--Relamping Buildings 25, 40, 110, and
135
SOLICITATION: W911PT-05-R-0041
CONTACT: regina.obrien, 518-266-4641
AWARD #: W911PT-06-C-0005
AMOUNT: $185105
AWD DATE: 111705
LINE NBR(S): 0001, 0002, 0003, 0004
AWD TO: CCJN P.O. Box 12933 Albany, NY
12212-2933
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAA22/Awa
rds/W911PT-06-C-0005Ln0001,_0002,_0003,_0004.h
tml
DESC: Link to FedBizOpps document.
EMAIL: regina.obrien@us.army.mil
Desc: Watervliet Arsenal
======================================
10 - Weapons
======================================
NAICS Code: 332994
TACOM-ROCK ISLAND, ROCK ISLAND IL
61299-7630
SUBJECT: 10--Guns, through 30 mm
CONTACT: MICHELLE
BLOCKER-ROSEBROUGH,(309)782-6514 or
86
CYNTHIA L PETERMAN,(309)782-4634
AWARD #: W52H0906C0008
AMOUNT: $373,425.00
AWD DATE: 111705
LINE NBR(S): 0001AB
AWD TO: E.W. YOST COMPANY,340 N. WALES
ROAD,P.O. BOX 2136,BLUE BELL,PA,19422-1324
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/Awar
ds/W52H0906C0008Ln0001AB.html
DESC: Link to FedBizOpps document.
EMAIL:
MICHELLE.BLOCKERROSEBROUGH@US.ARMY
.MIL
Desc: TACOM-ROCK ISLAND
======================================
12 - Fire Control Equipment
======================================
NAICS Code: 333314
TACOM-ROCK ISLAND, ROCK ISLAND IL
61299-7630
SUBJECT: 12--Optical Sighting and Ranging
Equipment
CONTACT: ANN HAMERLINCK,(309)782-3946 or
MARC E LEMON,(309)782-6736
AWARD #: W52H0906P0058
AMOUNT: $93,780.00
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: RAYTHEON CANADA LIMITED,450
LEITZ RD,MIDLAND,ON,CANADA,L4R 5B8
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/Awar
ds/W52H0906P0058Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL: ANN.HAMERLINCK@US.ARMY.MIL
Desc: TACOM-ROCK ISLAND
======================================
13 - Ammunition and Explosives
======================================
N00104 NAVICP 5450 Carlisle Pike PO Box 2020
Mechanicsburg, PA
SUBJECT: 13--Thruster, Cartridge Actuated
SOLICITATION: N0010405RK071
CONTACT: C. C. Rowe 771-605-6463
AWARD #: N0010406CK014
AMOUNT: $753551
AWD DATE: 111605
AWD TO: Breeze-Eastern A Division of
Transtechnology 700 Liberty Ave Union NJ 07083
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N000104/Aw
ards/N0010406CK014.html
DESC: Link to FedBizOpps document.
======================================
15 - Aircraft and Airframe Structural
Components
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 15--CAP, TRUNNION
SOLICITATION: FA8203-05-Q-3012
CONTACT: Kathy Goss, Contracting Officer, Phone
801-777-9346, Fax 801-777-5805, Email
Kathy.Goss@hill.af.mil - Kathy Goss, Contracting
Officer, Phone 801-777-9346, Fax 801-777-5805,
Email Kathy.Goss@hill.af.mil
AWARD #: FA8203-06-M-0038
AMOUNT: $53,919.00
AWD DATE: 110905
AWD TO: INTERNATIONAL PRECISION INC;
9526 VASSAR AVE; CHATSWORTH CA
91311-4168 US
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/Award
s/FA8203-06-M-0038.html
DESC: Link to FedBizOpps document.
======================================
SUBJECT: 15--SHROUD,ENGINE
CONTACT: PAC4295
AWARD #: SP040003D94010028
AMOUNT: $220320.88
AWD DATE: 111805
AWD TO: 61174
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40003D94010028.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 15--SHROUD,ENGINE
CONTACT: PAC4295
AWARD #: SP040003D94010027
AMOUNT: $318823.22
AWD DATE: 111805
AWD TO: 61174
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40003D94010027.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 15---Door,Access,Aircraf
CONTACT: Contact Point, Gladys J Nicholas,
0224.09, (215)697-2576, Fax, (215)697-0491, Twx,
Not-avail
AWARD #:
N0038305G003H5043..Sol.Nr.N00383-06-Q-H007..N
IIN.013006573
AMOUNT: $94,229
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: Mcdonnell Douglas Corporation , Saint
Louis ,MO 63166-0516
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038305G003H5043..Sol.Nr.N00383-06-Q-H00
7..NIIN.013006573Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
16 - Aircraft Components and Accessories
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 16--ROD, POSITIONER, LAND
SOLICITATION: FA8203-05-R-3013
CONTACT: Kathy Goss, Contracting Officer, Phone
801-777-9346, Fax 801-777-5805, Email
Kathy.Goss@hill.af.mil - Kathy Goss, Contracting
Officer, Phone 801-777-9346, Fax 801-777-5805,
Email Kathy.Goss@hill.af.mil
AWARD #: FA8203-06-C-0008
AMOUNT: $61,453.00
AWD DATE: 110805
AWD TO: AUSTIN CONTINENTAL INDUSTRIES
INC; 3636 N TALMAN AVE; CHICAGO IL
60618-4786 US
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/Award
s/FA8203-06-C-0008.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 16--ROTOR, SEGMENTED, BRA
SOLICITATION: FA8203-05-R-40965
CONTACT: Debbie Allred, Contracting Officer,
Phone 801-777-6501, Fax 801-777-5805, Email
Debbie.Allred@hill.af.mil - Debbie Allred,
Contracting Officer, Phone 801-777-6501, Fax
801-777-5805, Email Debbie.Allred@hill.af.mil
AWARD #: FA8203-06-C-0009
AMOUNT: $393,528.00
AWD DATE: 110905
AWD TO: ALLIED SPECIALTY PRECISION INC;
815 LOWELL AVE; MISHAWAKA IN 46545-6480
US
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/Award
s/FA8203-06-C-0009.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 488190
Other Defense Agencies, U.S. Special Operations
Command, Technical Applications Contracting Office
(TAKO), ATTN: AMSAM-TASO-K Lee Boulevard,
Building 401, Fort Eustis, VA, 23604-5577
SUBJECT: 16 -- Source Source Notice MH-47D
Demodification
SOLICITATION: H92241-06-T-0001
CONTACT: Daniel Lillard, Contract Specialist,
Phone 757-878-0730 x243, Fax 757-878-0728, Email
dlillard@tapo.eustis.army.mil
AWARD #: H92241-06-P-0004
AMOUNT: $36,275.20
AWD DATE: 111505
AWD TO: Summit Aviation Inc.
4200 Summit Bridge Road
Middletown DE 19709-0258
URL:
http://www.fbo.gov/spg/ODA/USSOCOM/FortEustis
VA/Awards/H92241-06-P-0004.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 332991
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 16--Msl Aircraft Accessories and
Components
SOLICITATION: W58RGZ05R0371
CONTACT: LAVERNE L ASKEW,(256)876-9257
or LAVERNE L ASKEW,(256)876-9257
AWARD #: W58RGZ06D00280001
AMOUNT: $745,983.70
AWD DATE: 111705
LINE NBR(S): 0001AB
AWD TO: MOOG COMPONENTS GROUP INC,750
WEST SPROUL
ROAD,SPRINGFIELD,PA,19064-4084
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH23/Awa
rds/W58RGZ06D00280001Ln0001AB.html
DESC: Link to FedBizOpps document.
EMAIL:
LAVERNE.ASKEW@PEOAVN.REDSTONE.ARMY
.MIL
Desc: US ARMY AVIATION & MISSILE
COMMAND
======================================
NAICS Code: 336413
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 16--Acft Hydraulic, Vacuum & De-icing
Sys Comp
SOLICITATION: W58RGZ05R0789
CONTACT: MITCHELL OKO,(256)876-9256 or
CAROLYN GATES,(256)876-9299
AWARD #: W58RGZ06C0011
AMOUNT: $3,997,500.00
AWD DATE: 111705
LINE NBR(S): 0003AA
AWD TO: TRANSAERO, INC,80 CROSSWAYS
PARK DRIVE,WOODBURY,NY,11797-2045
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH23/Awa
rds/W58RGZ06C0011Ln0003AA.html
DESC: Link to FedBizOpps document.
EMAIL:
MITCHELL.OKO@PEOAVN.REDSTONE.ARMY.
MIL
Desc: US ARMY AVIATION & MISSILE
COMMAND
======================================
87
SUBJECT: 16--SHIELD,GLARE,AIRCRAFT
CONTACT: PAC4295
AWARD #: SP040003D94010029
AMOUNT: $109862.08
AWD DATE: 111805
AWD TO: 61174
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40003D94010029.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 16--CYLINDER,BLOCK UNIT
CONTACT: PAA4102
AWARD #: N0038303G044BTYEZ
AMOUNT: $92418.80
AWD DATE: 111805
AWD TO: 62983
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/N00
38303G044BTYEZ.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 16--LINK, WHEEL CYLINDER
CONTACT: PAA3091
AWARD #: N0038304G046BTY4L
AMOUNT: $29088.00
AWD DATE: 111105
AWD TO: 13002
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/N00
38304G046BTY4L.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 16--RETAINER ASSEMBLY.
CONTACT: PAA3091
AWARD #: N0038304G046BTY4P
AMOUNT: $43434.00
AWD DATE: 111605
AWD TO: 13002
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/N00
38304G046BTY4P.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAICS Code: 336413
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 16--Acft Hydraulic, Vacuum & De-icing
Sys Comp
CONTACT: ROBIN HADLOCK,(256)876-9200 or
TIMOTHY R KIRKPATRICK,(256)876-9125
AWARD #: DAAH2303D03000006
AMOUNT: $221,425.00
AWD DATE: 111705
LINE NBR(S): 0002AA
AWD TO: AVTASK INC,75 COOPERATIVE
WAY,WRIGHT CITY,MO,63390-4001
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH23/Awa
rds/DAAH2303D03000006Ln0002AA.html
DESC: Link to FedBizOpps document.
EMAIL:
ROBIN.HADLOCK@PEOAVN.REDSTONE.ARMY.
MIL
Desc: US ARMY AVIATION & MISSILE
COMMAND
======================================
NAICS Code: 336413
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 16--Acft Hydraulic, Vacuum & De-icing
Sys Comp
CONTACT: GEORGIA WALKER,(256)876-9307 or
CAROLYN GATES,(256)876-9299
AWARD #: W58RGZ05D05430001
AMOUNT: $3,470,210.00
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: TRANSAERO, INC,80 CROSSWAYS
PARK DRIVE,WOODBURY,NY,11797-2045
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH23/Awa
rds/W58RGZ05D05430001Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL:
GEORGIA.WALKER@PEOAVN.REDSTONE.ARM
Y.MIL
Desc: US ARMY AVIATION & MISSILE
COMMAND
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 16---Trans,Rect Assembly
CONTACT: Contact Point, Marie Lisowski,
0231.02, (215)697-5076, Fax, (215)697-5938, Twx,
Not-avail, Contracting Officer, Anthony C Etheridge,
0231.21, (215)697-2560
AWARD #:
N0038303G043B5085..Sol.Nr.N00383-05-Q-B227..N
IIN.014758470
AMOUNT: $844,679
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: Bae Systems Aerospace Electric , Lansdale
,PA 19946-1485
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038303G043B5085..Sol.Nr.N00383-05-Q-B22
7..NIIN.014758470Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
17 - Aircraft Launching, Landing, and Ground
Handling Equipment
======================================
SUBJECT: 17--RIGGING KIT, WING SLAT
CONTACT: PAA5113
AWARD #: SP040506M1411
AMOUNT: $25531.00
AWD DATE: 112805
AWD TO: 0BVP9
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40506M1411.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAICS Code: 336413
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 17--Aircraft Ground Servicing Equipment
CONTACT: WESLEY KEY,(256)955-9291 or
GERALDINE WILLIAMS,(256)842-7637
AWARD #: W58RGZ05D05500001
AMOUNT: $198,202.55
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: ROSELM INDUSTRIES, INC.,2511 N.
SEAMAN AVE.,SOUTH EL
MONTE,CA,91733-1927
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH23/Awa
rds/W58RGZ05D05500001Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL: WESLEY.KEY@REDSTONE.ARMY.MIL
Desc: US ARMY AVIATION & MISSILE
COMMAND
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 17---Cylinder,Tensioner
CONTACT: Contact Point, Howard Zevin, 0222.10,
(215)697-3772, Fax, (215)697-2606, Twx, Not-avail
AWARD #:
N0038306CP025..Sol.Nr.N00383-05-R-P706..NIIN.0
09390102
AMOUNT: $36,428
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: York Industries , York ,PA 17402-8044
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038306CP025..Sol.Nr.N00383-05-R-P706..NII
N.009390102Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
19 - Ships, Small Craft, Pontoons, and Floating
Docks
======================================
NAICS Code: 336611
Department of the Navy, Military Sealift Command,
MSC-Atlantic-Virginia 246/2, Building 246/2 Camp
Pendleton, Virginia Beach, VA, 23451
SUBJECT: 19 -- HAZMAT SURVEY
SOLICITATION: N62381-06-R-3037
CONTACT: Marie Tarnowski, Contract Specialist,
Phone 757-417-4523, Fax 757-417-4542, Email
marie.tarnowski@navy.mil
AWARD #: N62381-06-R-3037
AMOUNT: $46,750
AWD DATE: 111705
AWD TO: One Stop Environmental, LLC
4828 First Ave. North
Birmingham, AL 35222
URL:
http://www.fbo.gov/spg/DON/MSC/N32205A/Awards
/N62381-06-R-3037.html
DESC: Link to FedBizOpps document.
======================================
20 - Ship and Marine Equipment
======================================
NAICS Code: 333618
DHS - Direct Reports, United States Coast Guard
(USCG), Commanding Officer (vpl), USCG
Maintenance and Logistics Command - Atlantic, 300
East Main Street Suite 600, Norfolk, VA, 23510-9102
SUBJECT: 20 -- Remanufactured 12V71 Detroit
Diesel Engines
SOLICITATION: HSCG80-05-Q-3FAW29
CONTACT: Sherri Peele, Contracting Officer, Phone
(757) 628-4640, Fax 7576284676, Email
sherri.l.peele@uscg.mil
AWARD #: HSCG80-06-D-000611
AMOUNT: $397,420.96
AWD DATE: 111505
AWD TO: W.W. Williams Midwest Inc., 3535
Parkway Lane, Hilliard, OH 43026.
URL:
http://www.fbo.gov/spg/DHS-DR/USCG/COUSCGM
LCA/Awards/HSCG80-06-D-000611.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 336611
Department of the Navy, Military Sealift Command,
MSC-Atlantic-Virginia 246/2, Building 246/2 Camp
Pendleton, Virginia Beach, VA, 23451
SUBJECT: 20 -- Mooring Lines and Pendants for
USNS COMFORT (T-AH 20)
SOLICITATION: N62381-06-R-2017
CONTACT: Jamie Filler, Contract Specialist, Phone
757-417-4527, Fax 757-417-4542, Email
jamie.filler@navy.mil
AWARD #: N62381-06-C-2017
AMOUNT: $122340
AWD DATE: 111705
AWD TO: American Rigging and Supply Company
2380 Main Street
San Diego, CA 92113-3643
URL:
http://www.fbo.gov/spg/DON/MSC/N32205A/Awards
/N62381-06-C-2017.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 488390
Department of the Navy, Naval Supply Systems
Command, FISC PUGET SOUND, 467 W STREET,
BREMERTON, WA, 98314-5000
SUBJECT: 20 -- MAJOR OVERHAUL SEAL KIT
CONTACT: Rabi Peifer, Contract Specialist, Phone
360-476-5120, Fax 360-476-8701, Email
88
rabi.peifer@navy.mil
AWARD #: N00406-06-P-0623
AMOUNT: $49,986.19
AWD DATE: 111605
AWD TO: WARTSILA LIPS, 3617 KOPPENS WAY,
CHESAPEAKE, VA 23323-2531
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00406/Awa
rds/N00406-06-P-0623.html
DESC: Link to FedBizOpps document.
======================================
26 - Tires and Tubes
======================================
NAICS Code: 326211
TACOM WARREN, WARREN, MICHIGAN
48397-5000
SUBJECT: 26--Tires & Tubes, Pneumatic, Except
Aircraft
CONTACT: CATHERINE HAM,(586)574-4253 or
DAVID EPSKAMP,(586)574-4295
AWARD #: W56HZV04D01610005
AMOUNT: $52,425.68
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: I & E TIRE CORP,611 SMITH
ST,BROOKLYN,NY,11231-3809
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE07/Awar
ds/W56HZV04D01610005Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL: HAMC@TACOM.ARMY.MIL
Desc: TACOM WARREN
======================================
28 - Engines, Turbines, and Components
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 28--#2 ANTI-FRICTION HOUSING
SOLICITATION: FA8104-05-Q-0134
CONTACT: Tasha Pargali, Contract Negotiator,
Phone 405-734-8098, Fax 405-734-8106, Email
tasha.pargali@tinker.af.mil - Milt Halleckson, Buyer,
Phone 405-739-4427, Fax 405-739-5493, Email
milt.halleckson@tinker.af.mil
AWARD #: FA8104-05-G-0003-0035
AMOUNT: $465,595.63
AWD DATE: 111705
LINE NBR(S): 0001, 0002
AWD TO: General Electric Company
General Electric Aircraft Engines
One Neumann Way
Cincinnati, OH 45215-1915
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/Aw
ards/FA8104-05-G-0003-0035Ln0001,_0002.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 336412
Department of the Air Force, Air Force Materiel
Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038
Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
SUBJECT: 28 -- AIR TRANSFER SCROLL
SOLICITATION: FA8208-05-Q-40807
CONTACT: Troy Stephens, Contract Negotiator,
Phone 801-777-6502, Fax 801-777-6451, Email
Troy.Stephens@hill.af.mil
AWARD #: FA8200-05-G-0001-0001
AMOUNT: $95,735.00
AWD DATE: 110705
AWD TO: HONEYWELL INTERNATIONAL, INC.,
DBA: DEFENSE & SPACE, 1300 W. WARNER
ROAD, MAIL STOP 1207-2, TEMPE, AZ
85285-2896 US
URL:
http://www.fbo.gov/spg/USAF/AFMC/OOALC/Award
s/FA8200-05-G-0001-0001.html
DESC: Link to FedBizOpps document.
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 28---Rotor,Fan,Aircraft
CONTACT: Contact Point, David J Russial,
0232.21, (215)697-2557, Fax, (215)697-1388, Twx,
Not-avail, Contracting Officer, James J Brennan,
0232, (215)697-1063
AWARD #:
FA810405G0003GD61..Sol.Nr.N00383-05-Q-M339..
NIIN.014873497
AMOUNT: $11,671,660
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: General Electric Company , Lynn ,MA
01905-2655
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/FA810405G0003GD61..Sol.Nr.N00383-05-Q-M3
39..NIIN.014873497Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 28---Control,Installatio
CONTACT: Contact Point, Ernan Obellos, 0223.10,
(215)697-3189, Fax, (215)697-3727, Twx, Not-avail,
Contracting Officer, Lee M Wagman, 0223.15,
(215)697-0316
AWARD #: N0038302G002J5406..NIIN.014743287
AMOUNT: $284,416
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: Hamilton Sundstrand Corporation ,
Windsor Locks ,CT 06096
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038302G002J5406..NIIN.014743287Ln0001.ht
ml
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
SUBJECT: 28--SEAL RING,LABYRINTH
CONTACT: PAG2587
AWARD #: SP040706MB071
AMOUNT: $99559.90
AWD DATE: 112105
AWD TO: 03104
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40706MB071.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 28--BLADE, COMPRESSOR
CONTACT: PAG2587
AWARD #: SP040706MB072
AMOUNT: $96120.00
AWD DATE: 112105
AWD TO: S0635
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40706MB072.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 28--RETAINER, SEAL, NOZZLE
CONTACT: PAG2589
AWARD #: SP048003D09240003
AMOUNT: $33435.00
AWD DATE: 111805
AWD TO: 28884
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
48003D09240003.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 28--GUIDE, NOZZLE SEGMENT,
AUGMENTOR CONVERGENT
CONTACT: PAG2589
AWARD #: SP048003D03840010
AMOUNT: $46857.12
AWD DATE: 111805
AWD TO: 97139
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
48003D03840010.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 28---Vane,Compressor Sta
CONTACT: Contact Point, Adam M Hubley,
0232.08, (215)697-2851, Fax, (215)697-1388, Twx,
Not-avail, Contracting Officer, James J Brennan,
0232, (215)697-1063
AWARD #:
N0038304G003M5119..Sol.Nr.N00383-05-Q-M553..
NIIN.014669140
AMOUNT: $314,031
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: United Technologies Corp , East Hartford
,CT 06108-0969
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038304G003M5119..Sol.Nr.N00383-05-Q-M5
53..NIIN.014669140Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 28---Nozzle Assembly,Tur
CONTACT: Contact Point, Charles J Farrell,
0232.03, (215)697-2572, Fax, (215)697-1388, Twx,
Not-avail, Contracting Officer, James J Brennan,
0232, (215)697-1063
AWARD #:
FA810405G0003GE65..Sol.Nr.N00383-05-Q-M350..
NIIN.014873480
AMOUNT: $1,249,671
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: General Electric Company , Lynn ,MA
01905-2655
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/FA810405G0003GE65..Sol.Nr.N00383-05-Q-M3
50..NIIN.014873480Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
29 - Engine Accessories
======================================
SUBJECT: 29--LOAD SENSOR, THROTTLE
CONTACT: PAG3603
AWARD #: N0038305G003HTY06
AMOUNT: $80870.42
AWD DATE: 112505
AWD TO: 76301
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/N00
38305G003HTY06.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 29--COOLER, LUBRICATING OIL,
ENGINE
CONTACT: PAG2591
AWARD #: SP040099D9727137Z
AMOUNT: $83036.48
AWD DATE: 111805
AWD TO: 0B8S3
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40099D9727137Z.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 29--VALVE, FUEL PUMP
CONTACT: PAA3092
AWARD #: SP040506M1415
AMOUNT: $80602.06
AWD DATE: 112505
AWD TO: 11599
89
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40506M1415.html
DESC: http://progate.daps.dla.mil/home/
======================================
31 - Bearings
======================================
SUBJECT: 31--BEARING, BALL, ANNULAR
CONTACT: PAL1913
AWARD #: SP044106MJ772
AMOUNT: $26640.00
AWD DATE: 112105
AWD TO: 04836
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44106MJ772.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 31--ROLLER, BEARING
CONTACT: PAL2932
AWARD #: SP044106MJ796
AMOUNT: $27411.75
AWD DATE: 112505
AWD TO: 60380
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44106MJ796.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 31--BEARING UNIT,PLAIN
CONTACT: PAL2929
AWARD #: SP044102D08970017
AMOUNT: $60076.00
AWD DATE: 112205
AWD TO: 15860
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44102D08970017.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 31--BEARING, ROLLER,
CYLINDRICAL
CONTACT: PAL2929
AWARD #: SP044104D01520002
AMOUNT: $96320.00
AWD DATE: 112205
AWD TO: 78118
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44104D01520002.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 31--BEARING, ROLLER,
CYLINDRICAL
CONTACT: PAB3211
AWARD #: SP040506M3096
AMOUNT: $31665.75
AWD DATE: 111805
AWD TO: 52661
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40506M3096.html
DESC: http://progate.daps.dla.mil/home/
======================================
38 - Construction, Mining, Excavating, and
Highway Maintenance Equipment
======================================
SUBJECT: 38--BOOM EXTENSION, MIDDLE,
CRANE
CONTACT: PACE000
AWARD #: SP050006V1584
AMOUNT: $65759.28
AWD DATE: 111705
AWD TO: 66200
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50006V1584.html
DESC: http://progate.daps.dla.mil/home/
======================================
41 - Refrigeration, Air Conditioning and Air
Circulating Equipment
======================================
SUBJECT: 41--IMPELLER, FAN, AXIAL
CONTACT: PFFQQ25
AWARD #: SP057006M1018
AMOUNT: $26160.00
AWD DATE: 111705
AWD TO: 45153
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1018.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 41--FAN, VANEAXIAL
CONTACT: PACE000
AWARD #: SP050006V1587
AMOUNT: $80823.00
AWD DATE: 111705
AWD TO: 04810
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50006V1587.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 41--FAN, CENTRIFUGAL
CONTACT: PACE000
AWARD #: SP050006V1497
AMOUNT: $26600.50
AWD DATE: 111705
AWD TO: 1N8T8
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50006V1497.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 41--IMPELLER,FAN,AXIAL
CONTACT: PA
AWARD #: SP050001D97149699
AMOUNT: $95878.00
AWD DATE: 111605
AWD TO: 62860
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50001D97149699.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 41--CYLINDER SLEEVE
CONTACT: PFFQQ31
AWARD #: SP057006M1373
AMOUNT: $44516.25
AWD DATE: 111705
AWD TO: 0VW10
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1373.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 41--IMPELLER,FAN,AXIAL
CONTACT: PFFQQ34
AWARD #: SP057006M1199
AMOUNT: $71850.00
AWD DATE: 111705
AWD TO: 82877
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1199.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 41--FAN, VANEAXIAL
CONTACT: PFFQQ34
AWARD #: SP057006M1609
AMOUNT: $28926.00
AWD DATE: 111705
AWD TO: 75477
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1609.html
DESC: http://progate.daps.dla.mil/home/
======================================
42 - Fire Fighting, Rescue, and Safety Equipment
======================================
SUBJECT: 42--SPECTACLES, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T518
AMOUNT: $73200.00
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T518.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--SPECTACLES, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T515
AMOUNT: $73200.00
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T515.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--SPECTACLES, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T514
AMOUNT: $122974.26
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T514.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--SPECTACLES, COMBO PACK
CONTACT: PA
AWARD #: SP050004DBP21T526
AMOUNT: $40324.12
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T526.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--LENS, GOGGLES, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T550
AMOUNT: $63658.70
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T550.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--LENS, GOGGLES, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T537
AMOUNT: $26900.00
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T537.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--GOGGLES, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T533
AMOUNT: $34890.37
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T533.html
DESC: http://progate.daps.dla.mil/home/
90
======================================
SUBJECT: 42--SPECTACLES, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T531
AMOUNT: $53419.94
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T531.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--FOUNTAIN, EYE WASH
PORTABLE
CONTACT: PA
AWARD #: SP050004DBP21T532
AMOUNT: $53328.12
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T532.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 42--FACESHIELD, INDUSTRIAL
CONTACT: PA
AWARD #: SP050004DBP21T519
AMOUNT: $46559.06
AWD DATE: 111605
AWD TO: 43NW7
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50004DBP21T519.html
DESC: http://progate.daps.dla.mil/home/
======================================
48 - Valves
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 48---Valve,Regulating,Sy
CONTACT: Contact Point, Alan M Rodgers,
0223.07, (215)697-2563, Fax, (215)697-3727, Twx,
Not-avail
AWARD #:
N0038303G013A5008..Sol.Nr.N00383-04-T-1677..NI
IN.999681069
AMOUNT: $193,843
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: Honeywell Aerospace Yeovil , Yeovil
Ba20 Y2d United Kingdom
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038303G013A5008..Sol.Nr.N00383-04-T-1677
..NIIN.999681069Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
53 - Hardware and Abrasives
======================================
12155 W. Alameda Parkway Lakewood, CO
80228-2802
SUBJECT: 53--Line Hardware
SOLICITATION: DE-RQ65-06WJ71219
CONTACT: Frances Gutierrez, Contracting Officer,
970-461-7208, gutierre@wapa.gov;Frances Gutierrez,
Contract Specialist, 970-461-7208,
gutierre@wapa.gov
AWARD #: DE-AP65-06WJ71182
AMOUNT: $15602.00
AWD DATE: 111505
AWD TO: Western Electric United Supply
URL:
http://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DE-A
P65-06WJ71182.html
DESC: Click here for further details regarding this
notice.
EMAIL: gutierre@wapa.gov
Desc: Frances Gutierrez, Contract Specialist
======================================
12155 W. Alameda Parkway Lakewood, CO
80228-2802
SUBJECT: 53--Line Hardware
SOLICITATION: DE-RQ65-06WJ71219
CONTACT: Frances Gutierrez, Contracting Officer,
970-461-7208, gutierre@wapa.gov;Frances Gutierrez,
Contract Specialist, 970-461-7208,
gutierre@wapa.gov
AWARD #: DE-AP65-06WJ71219
AMOUNT: $16340.00
AWD DATE: 111505
AWD TO: Utility Electric Supply
URL:
http://www.fbo.gov/spg/DOE/PAM/HQ/Awards/DE-A
P65-06WJ71219.html
DESC: Click here for further details regarding this
notice.
EMAIL: gutierre@wapa.gov
Desc: Frances Gutierrez, Contract Specialist
======================================
SUBJECT: 53--SPACER,SLEEVE
CONTACT: PAH3712
AWARD #: SP040606MC384
AMOUNT: $62692.00
AWD DATE: 111805
AWD TO: 79343
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40606MC384.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 53--STRAP, RETAINING
CONTACT: PAAQQ64
AWARD #: F0960302G0011TZ21
AMOUNT: $30160.00
AWD DATE: 111705
AWD TO: 97942
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/F096
0302G0011TZ21.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 53--SCREW,CAP,SOCKET HEAD
CONTACT: PBBQQ31
AWARD #: SP054006M1868
AMOUNT: $31000.00
AWD DATE: 111705
AWD TO: 59885
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
54006M1868.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 53--BRACKET, MOUNTING
CONTACT: PAAQQ33
AWARD #: SP056006M1362
AMOUNT: $69750.00
AWD DATE: 111705
AWD TO: 63259
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
56006M1362.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAICS Code: 332722
Defense Logistics Agency, Logistics Operations,
Defense Supply Center Richmond, 8000 Jefferson
Davis Highway, Richmond, VA, 23297-5000
SUBJECT: 53 -- NSN: 5365-00-805-9421,
BUSHING, RUBBER, RE051680270000,
SP0406-05-Q-T780
CONTACT: Dorothy Groux, Contract Specialist,
Phone 804-279-5128, Fax 804-279-4370, Email
dgroux@dscr.dla.mil
AWARD #: SP0406-06-D-5082
AMOUNT: NOT TO EXCEED $100,000.00
AWD DATE: 111505
LINE NBR(S): 0001-0003
AWD TO: BADGER TRUCK CENTER
2326 W. ST. PAUL AVENUE
P.O. BOX 1530
MILWAUKEE WI 53201-1530
URL:
http://www.fbo.gov/spg/DLA/J3/DSCR/Awards/SP04
06-06-D-5082Ln0001-0003.html
DESC: Link to FedBizOpps document.
======================================
SUBJECT: 53--SPRING, HELICAL,
COMPRESSION
CONTACT: PAAQQ33
AWARD #: SP056006M1901
AMOUNT: $34500.00
AWD DATE: 111705
AWD TO: 1THP4
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
56006M1901.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 53--RIVET,BLIND
CONTACT: PBBQQ18
AWARD #: SP054006WQ032
AMOUNT: $28387.10
AWD DATE: 111705
AWD TO: 2G586
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
54006WQ032.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 53--PACKING,PREFORMED
CONTACT: PAAQQ42
AWARD #: SP057006M1416
AMOUNT: $29600.00
AWD DATE: 111705
AWD TO: 01685
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1416.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 53--PIN,STRAIGHT,HEADED
CONTACT: PAAQQ04
AWARD #: SP058006M0070
AMOUNT: $35377.68
AWD DATE: 111705
AWD TO: 0FA68
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
58006M0070.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 53--GASKET SET
CONTACT: PAAQQ43
AWARD #: SP057006M1611
AMOUNT: $39000.00
AWD DATE: 111705
AWD TO: 1WAC1
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1611.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAICS Code: 332994
TACOM-ROCK ISLAND, ROCK ISLAND IL
61299-7630
SUBJECT: 53--Coil, Flat, and Wire Springs
CONTACT: MICHELLE
BLOCKER-ROSEBROUGH,(309)782-6514 or
CYNTHIA L PETERMAN,(309)782-4634
AWARD #: W52H0906P0050
AMOUNT: $32,973.00
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: RINGFEDER CORP,165 CARVER
AVE,WESTWOOD,NJ,07675-2604
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/Awar
ds/W52H0906P0050Ln0001AA.html
91
DESC: Link to FedBizOpps document.
EMAIL:
MICHELLE.BLOCKERROSEBROUGH@US.ARMY
.MIL
Desc: TACOM-ROCK ISLAND
======================================
SUBJECT: 53--BUMPER, METALLIC
CONTACT: PAAD859
AWARD #: SP050001D94050691
AMOUNT: $57805.86
AWD DATE: 111805
AWD TO: 52661
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
50001D94050691.html
DESC: http://progate.daps.dla.mil/home/
======================================
54 - Prefabricated Structures and Scaffolding
======================================
NAICS Code: 313320
TACOM WARREN, WARREN, MICHIGAN
48397-5000
SUBJECT: 54--Storage Tanks
CONTACT: DEE RIESE,(586)574-7415 or YVETTE
THOMPSON,(586)574-7356
AWARD #: DAAE0701DT0200022
AMOUNT: $406,985.76
AWD DATE: 111705
LINE NBR(S): 0015AA
AWD TO: GTA CONTAINERS INC,4201 LINDEN
AVENUE,SOUTH BEND,IN,46619-1744
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE07/Awar
ds/DAAE0701DT0200022Ln0015AA.html
DESC: Link to FedBizOpps document.
EMAIL: RIESED@TACOM.ARMY.MIL
Desc: TACOM WARREN
======================================
NAICS Code: 313320
TACOM WARREN, WARREN, MICHIGAN
48397-5000
SUBJECT: 54--Storage Tanks
CONTACT: DEE RIESE,(586)574-7415 or YVETTE
THOMPSON,(586)574-7356
AWARD #: DAAE0701DT0200021
AMOUNT: $1,760,700.00
AWD DATE: 111705
LINE NBR(S): 0055AA
AWD TO: GTA CONTAINERS INC,4201 LINDEN
AVENUE,SOUTH BEND,IN,46619-1744
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE07/Awar
ds/DAAE0701DT0200021Ln0055AA.html
DESC: Link to FedBizOpps document.
EMAIL: RIESED@TACOM.ARMY.MIL
Desc: TACOM WARREN
======================================
59 - Electrical and Electronic Equipment
Components
======================================
NAICS Code: 334412
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 59--Electrical & Elct Boards, Cards &
Asscted Hrdwre
SOLICITATION: W31P4Q05T0629
CONTACT: 2005 OCT 26,(256)955-9300 or
DELORIS BROWNLOW,(256)955-7030
AWARD #: W31P4Q06P0013
AMOUNT: $71,044.00
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: RAYTHEON COMPANY,AMDS,350
LOWELL ST,WEST ANDOVER,MA,01810-4400
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH01/Awa
rds/W31P4Q06P0013Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL: JOHNNIE.IRBY@REDSTONE.ARMY.MIL
Desc: US ARMY AVIATION & MISSILE
COMMAND
======================================
SUBJECT: 59--TAPE, INSULATION,
ELECTRICAL
CONTACT: PAJ1738
AWARD #: SP040606D00600001
AMOUNT: $38217.58
AWD DATE: 113005
AWD TO: 0YSA1
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40606D00600001.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 59--ELECTRODE ROD
CONTACT: PAJ4801
AWARD #: SP044105D04130003
AMOUNT: $32805.50
AWD DATE: 112105
AWD TO: 4S049
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44105D04130003.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 59---Switch Assembly
CONTACT: Contact Point, Vanessa A Porter,
0235.09, (215)697-2704, Fax, (215)697-0189, Twx,
Not-avail, Contracting Officer, Edward G Morlock,
0235, (215)697-6539
AWARD #: N0038302D001G7047..NIIN.012570237
AMOUNT: $1,285,044
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: Northrop Grumman Systems , San Jose
,CA 95150-0000
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038302D001G7047..NIIN.012570237Ln0001.h
tml
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
NAICS Code: 336120
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 59--Electrical & Elct Boards, Cards &
Asscted Hrdwre
CONTACT: LETORIA MAYBERRY,(256)876-3184
or SUZANNE H MCGEE,(256)842-7558
AWARD #: DAAH0102D00040150
AMOUNT: $125,000.00
AWD DATE: 111705
LINE NBR(S): 0033AB
AWD TO: NORTHROP GRUMMAN SYSTEMS
CORPORATION - ES-DSD,600 HICKS
RD,ROLLING MEADOWS,IL,60008-1098
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH01/Awa
rds/DAAH0102D00040150Ln0033AB.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 336120
US ARMY AVIATION & MISSILE COMMAND,
REDSTONE ARSENAL AL 35898-5280
SUBJECT: 59--Electrical & Elct Boards, Cards &
Asscted Hrdwre
CONTACT: LETORIA MAYBERRY,(256)876-3184
or SUZANNE H MCGEE,(256)842-7558
AWARD #: DAAH0102D00040151
AMOUNT: $800,000.00
AWD DATE: 111705
LINE NBR(S): 0033AC
AWD TO: NORTHROP GRUMMAN SYSTEMS
CORPORATION - ES-DSD,600 HICKS
RD,ROLLING MEADOWS,IL,60008-1098
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH01/Awa
rds/DAAH0102D00040151Ln0033AC.html
DESC: Link to FedBizOpps document.
======================================
61 - Electric Wire, and Power and Distribution
Equipment
======================================
SUBJECT: 61--CABLE
ASSEMBLY,THERMOCOUPLE
CONTACT: PAJ4801
AWARD #: SP040605D0626001Z
AMOUNT: $93610.00
AWD DATE: 112105
AWD TO: 65410
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40605D0626001Z.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 61--VIBRATOR
CONTACT: PAA5125
AWARD #: SP040506M1402
AMOUNT: $97358.02
AWD DATE: 111805
AWD TO: 1Y249
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40506M1402.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 61--BATTERY, NONRECHARGEABLE
CONTACT: PAN1G60
AWARD #: SP043004D4127019Z
AMOUNT: $110531.50
AWD DATE: 112105
AWD TO: 4U407
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
43004D4127019Z.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 61--PARTS KIT, ELECTRIC MOTOR
CONTACT: PAM1970
AWARD #: SP040003D9428034Z
AMOUNT: $525617.50
AWD DATE: 111805
AWD TO: 98889
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40003D9428034Z.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 61--CELL,BATTERY
CONTACT: PAN1G65
AWARD #: SP044106C2009
AMOUNT: $337840.00
AWD DATE: 111805
AWD TO: 62713
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44106C2009.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 61---Analyzer-charger,Ba
CONTACT: Contact Point, Debora L Paules, 0213.3,
(215)697-5641, Fax, (215)697-7317, Twx, Not-avail
AWARD #:
N0038306PLB07..Sol.Nr.N00383-05-Q-LJ61..NIIN.0
13610642
AMOUNT: $70,014
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: Marathonnorco Aerospace Inc , Waco ,TX
76712-6588
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038306PLB07..Sol.Nr.N00383-05-Q-LJ61..NII
N.013610642Ln0001.html
DESC: NAVICP BUSINESS OPPORTUNITIES
92
======================================
62 - Lighting Fixtures and Lamps
======================================
SUBJECT: 62--CAP, NAVIGATION LIGHT
CONTACT: PFFQQ18
AWARD #: SP057006M1022
AMOUNT: $59697.00
AWD DATE: 111705
AWD TO: 3R006
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1022.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 62--BALLAST,LAMP
CONTACT: PFFQQ31
AWARD #: SP057006M1746
AMOUNT: $25147.20
AWD DATE: 111705
AWD TO: 1MQB3
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1746.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 62--LIGHT ASSEMBLY,INDICATOR
CONTACT: PFFQQ22
AWARD #: SP057006M1687
AMOUNT: $51369.90
AWD DATE: 111705
AWD TO: 72914
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1687.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 62--LIGHT SUBASSEMBLY,A
CONTACT: PFFQQ25
AWARD #: SP057006M1466
AMOUNT: $30483.50
AWD DATE: 111705
AWD TO: 72914
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1466.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 62--LIGHT
ASSEMBLY,FORMATION,AIRCRAFT
CONTACT: PFFQQ37
AWARD #: SP057006M1585
AMOUNT: $93807.50
AWD DATE: 111705
AWD TO: 32890
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006M1585.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 62--LAMP,INCANDESCENT
CONTACT: PFFYY07
AWARD #: SP057006W0096
AMOUNT: $34500.00
AWD DATE: 111705
AWD TO: 1GDM9
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006W0096.html
DESC: http://progate.daps.dla.mil/home/
======================================
63 - Alarm and Signal, and Security Detection
Systems
======================================
SUBJECT: 63--ANNUNCIATOR
CONTACT: PAC0X02
AWARD #: SP040506M5239
AMOUNT: $47243.84
AWD DATE: 112005
AWD TO: 13499
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40506M5239.html
DESC: http://progate.daps.dla.mil/home/
======================================
66 - Instruments and Laboratory Equipment
======================================
NAICS Code: 334513
General Services Administration, Federal Supply
Service (FSS), General Products Center (7FX), 819
Taylor Street Room 6A24, Fort Worth, TX, 76102
SUBJECT: 66 -- Geophysical, Environmental
Analysis Equipment and Services
SOLICITATION: 7FCM-E4-04-6603-B
CONTACT: Bonnie Cooper, Contracting Officer,
Phone (817) 574-2320, Fax (817) 574-2342, Email
bonnie.cooper@gsa.gov
AWARD #: GS-07F-9235S
AMOUNT: $3,292,804
AWD DATE: 111605
LINE NBR(S): 66 613; 66 614
AWD TO: Holman's, INc.
6201 Jefferson St., NE
Albuquerquen, NM 87109
URL:
http://www.fbo.gov/spg/GSA/FSS/7FX/Awards/GS-07
F-9235SLn66_613;_66_614.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 333314
TACOM-ROCK ISLAND, ROCK ISLAND IL
61299-7630
SUBJECT: 66--Optical Instruments, Test Equip,
Comps & Accys
SOLICITATION: W52H0905T0603
CONTACT: ANN HAMERLINCK,(309)782-3946 or
MARC E LEMON,(309)782-6736
AWARD #: W52H0906P0057
AMOUNT: $25,305.00
AWD DATE: 111705
LINE NBR(S): 0001AA
AWD TO: TENEBRAEX CORPORATION,27
DRYDOCK AVE,BOSTON,MA,02210-2377
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/Awar
ds/W52H0906P0057Ln0001AA.html
DESC: Link to FedBizOpps document.
EMAIL: ANN.HAMERLINCK@US.ARMY.MIL
Desc: TACOM-ROCK ISLAND
======================================
SUBJECT: 66--INDICATOR, RATE OF FLOW
CONTACT: PAM2G09
AWARD #: SP044003D09290006
AMOUNT: $110664.00
AWD DATE: 111605
AWD TO: 1T5V8
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44003D09290006.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 66--PROBE, BATHYTHERMOGRAPH
CONTACT: PAM2G09
AWARD #: SP044003D4080011Z
AMOUNT: $120000.00
AWD DATE: 111605
AWD TO: 16848
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44003D4080011Z.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT:
66--THERMOMETER,INDICATING,CAPILLARY
TUBE AND BULB
CONTACT: PAM2G09
AWARD #: SP044003D02670009
AMOUNT: $27271.02
AWD DATE: 123005
AWD TO: 23471
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44003D02670009.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 66--PITOT-STATIC TUBE
CONTACT: PAK1834
AWARD #: SP040606D00850001
AMOUNT: $41830.00
AWD DATE: 111605
AWD TO: 84027
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40606D00850001.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 66--SPEEDOMETER
CONTACT: PAM2G09
AWARD #: SP044004D00340004
AMOUNT: $108108.00
AWD DATE: 112405
AWD TO: 77221
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44004D00340004.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 66--TESTER,PRESSURE GAGE
CONTACT: PAM2G10
AWARD #: SP044004D10250002
AMOUNT: $126589.50
AWD DATE: 111605
AWD TO: 51990
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
44004D10250002.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 66--TRANSMITTER,LIQUID
QUANTITY
CONTACT: PAK2855
AWARD #: SP040606MF075
AMOUNT: $37584.00
AWD DATE: 111805
AWD TO: 47876
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40606MF075.html
DESC: http://progate.daps.dla.mil/home/
======================================
NAVICP, 700 ROBBINS AVENUE
PHILADELPHIA, PA 19111-5098
SUBJECT: 66---Computer,Flight Dir
CONTACT: Contact Point, Lee M Wagman,
0223.15, (215)697-0316, Fax, (215)697-3727, Twx,
Not-avail
AWARD #: N0038302G002J5405..NIIN.015060044
AMOUNT: $444,340
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: Hamilton Sundstrand Corporation ,
Windsor Locks ,CT 06096
URL:
http://www.fbo.gov/spg/DON/NAVSUP/N00383/Awa
rds/N0038302G002J5405..NIIN.015060044Ln0001.ht
ml
DESC: NAVICP BUSINESS OPPORTUNITIES
======================================
68 - Chemicals and Chemical Products
======================================
NAICS Code: 325998
Department of Justice, Federal Prison
Industries/UNICOR, Procurement Branch, 320 First
Street, N.W., Washington, DC, 20534
SUBJECT: 68 -- Caustic Soda Sodium Hydroxide
Beads
SOLICITATION: CT1756-06
CONTACT: Moses Pettigrew, Contracting Officer,
93
Phone 202-305-3702, Fax 202-305-7344, Email
mpettigrew@central.unicor.gov
AWARD #: DJU4600002195
AMOUNT: $149,400.00
AWD DATE: 111605
LINE NBR(S): 0001
AWD TO: UNIVAR USA, Inc.
7425 E. 30th Street
Indianapolis, IN 46219
URL:
http://www.fbo.gov/spg/DOJ/FPI-UNICOR/MMB/Aw
ards/DJU4600002195Ln0001.html
DESC: Link to FedBizOpps document.
======================================
NAICS Code: 325998
ACA, Fort McCoy, Directorate of Contracting,
Building 2103, 8th Avenue, Fort McCoy, WI
54656-5153
SUBJECT: 68--Road Salt for Base plus four years
SOLICITATION: W911SA-06-T-0002
CONTACT: lois.ames, 608-388-3818
AWARD #: W911SA-06-D-0001
AMOUNT: $88845
AWD DATE: 111005
LINE NBR(S): 0001
AWD TO: Chesapeake Corporation, 817 Woods
Road, Cambridge MD 21613-0651, 410-221-1494,
Barbara Cummings
URL:
http://www.fbo.gov/spg/USA/DABJ/DABJ27/Awards/
W911SA-06-D-0001Ln0001.html
DESC: Link to FedBizOpps document.
EMAIL: lois.ames@emh2.mccoy.army.mil
Desc: ACA, Fort McCoy
======================================
SUBJECT: 68--ANTIFREEZE
CONTACT: PAH1670
AWARD #: SP040605D4082014Z
AMOUNT: $215837.92
AWD DATE: 112105
AWD TO: 06XY2
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
40605D4082014Z.html
DESC: http://progate.daps.dla.mil/home/
======================================
84 - Clothing, Individual Equipment, and
Insignia
======================================
NAICS Code: 315999
General Services Administration, Federal Supply
Service (FSS), General Products Center (7FX), 819
Taylor Street Room 6A24, Fort Worth, TX, 76102
SUBJECT: 84 -- Schedule 084 Law Enforcement,
Security, Marine Craft, Fire/Rescue and Special
Purpose Clothing
SOLICITATION: 7FCI-L3-03-0084-B
CONTACT: Brenda McCall, Contract Specialist,
Phone 817-978-0201, Fax 817-978-2776, Email
brenda.mccall@gsa.gov - Carol Batesole, Contracting
Officer, Phone (817) 978-8667, Fax (817) 978-8672,
Email carol.batesole@gsa.gov
AWARD #: GS-07F-9236S
AMOUNT: $125,000
AWD DATE: 111705
LINE NBR(S): 426-1A
AWD TO: Viking Tactics, Inc.
3725 Heatherbrooke Drive
Fayetteville, NC 28306
URL:
http://www.fbo.gov/spg/GSA/FSS/7FX/Awards/GS-07
F-9236SLn426-1A.html
DESC: Link to FedBizOpps document.
======================================
91 - Fuels, Lubricants, Oils, and Waxes
======================================
SUBJECT: 91--HYDRAULIC FLUID, FIRE
RESISTANT
CONTACT: PAH1666
AWARD #: SP045004D07650010
AMOUNT: $132528.00
AWD DATE: 112805
AWD TO: 07950
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
45004D07650010.html
DESC: http://progate.daps.dla.mil/home/
======================================
95 - Metal Bars, Sheets, and Shapes
======================================
SUBJECT: 95--METAL PLATE
CONTACT: PFFQQ22
AWARD #: SP057006MQ160
AMOUNT: $54837.12
AWD DATE: 111705
AWD TO: 52768
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006MQ160.html
DESC: http://progate.daps.dla.mil/home/
======================================
SUBJECT: 95--SHEET,METAL
CONTACT: PFFQQ33
AWARD #: SP057006MQ258
AMOUNT: $27040.00
AWD DATE: 111605
AWD TO: 8Y435
URL:
http://www.fbo.gov/spg/DLA/J3/DSCP-I/Awards/SP0
57006MQ258.html
DESC: http://progate.daps.dla.mil/home/
======================================
SOURCES SOUGHT NOTICES
======================================
A - Research and Development
======================================
NAICS Code: 541710
Department of Health and Human Services, National
Institutes of Health, National Institutes of Allergy and
Infectious Diseases, Contract Management Program
6700 B Rockledge Room 3214 MSC7612, Bethesda,
MD, 20892-7612
SUBJECT: A -- Clinical Laboratory Diagnostics for
Invasive Aspergillosis
SOLICITATION:
Reference-Number-SS-RFP-NIAID-DMID-07-13
RESP DATE: 12/01/05
CONTACT: Brenda Lee, Contract Specialist, Phone
301-402-2443, Fax 301-480-2622, Email
BLee@niaid.nih.gov - Ross Kelley, Contracting
Officer, Phone (301) 402-2234, Fax (301) 480-5253,
Email rk17a@nih.gov
DESC: THIS NOTICE IS FOR INFORMATION AND
PLANNING PURPOSES ONLY. THIS IS NOT A
REQUEST FOR PROPOSALS AND DOES NOT
COMMIT THE GOVERNMENT TO AWARD A
CONTRACT NOW OR IN THE FUTURE. NO
SOLICITATION IS AVAILABLE AT THIS TIME.
BASED ON CAPABILITY STATEMENTS
RECEIVED FROM THIS SOURCES SOUGHT THIS
ACQUISITION MAY BE SOLICITED AS AN 8(a)
SET-ASIDE; 100% SMALL BUSINESS SET-ASIDE
OR AS FULL AND OPEN. ALL SIZE
ORGANIZATIONS ARE ENCOURAGED TO
RESPOND. THE NAICS CODE IS 541710 WITH A
SIZE STANDARD OF 500 EMPLOYEES. The
Division of Microbiology and Infectious Diseases
(DMID), of the National Institutes of Allergy and
Infectious Diseases (NIAID), of the National Institutes
of Health (NIH), of the Department of Health and
Human Services (DHHS), is seeking contractors
interested in providing the effort to advance the field
of contemporary clinical laboratory diagnostics for
Invasive Aspergillosis (IA). Diagnosis and treatment
of serious fungal infections are high priorities of the
NIAID. Systemic fungal infections are a significant
health problem in immunocompetent hosts (the
endemic mycoses) and immunocompromised hosts
(the opportunistic mycoses in addition to the endemic
mycoses). The burden of invasive fungal disease in the
U.S. has shifted from the community to the hospital
base. These are recognized as important emerging
infectious diseases, especially in nosocomial settings
involving the management of bone marrow and solid
organ transplant recipients, neutropenic cancer
patients, and surgical, trauma and critical care
patients. Fungi cause approximately ten percent of
nosocomial bloodstream infections. This contract will
link the appropriate clinical specimens (blood, urine,
etc.) from patients at risk for IA and potentially
interfering medical conditions to currently available
and experimental laboratory tests for the purposes of
diagnostic proof of principle, test comparison and
evaluation. Respondants are required to demonstrate
relevant experience in establishing and operating a
clinical sample repository in accordance with the
Office for Human Research Protections (OHRP)
guidelines, access to human subjects at high risk for
developing Invasive Aspergillosis that must include
subjects receiving hematopoietic stem cell
transplantation therapy and subjects at high risk for IA
with potentially interfering medical conditions that
must also include subjects receiving hematopoietic
stem cell transplantation therapy, personnel with
experience in Good Clinical Practices and collection of
samples from human subjects, personnel with
experience in Good Laboratory Practices and
diagnostic test development, and adequate facilities.
The contractor will be expected to achieve these goals
through the establishment and maintenance of a
repository of clinical samples from patients at risk for
IA and by performing evaluation and comparison
studies between FDA-licensed tests for IA and
experimental IA diagnostic tests. Organizations that
submit capability statements in response to this notice
will be evaluated against the adequacy of their
training, experience, expertise and availability of the
proposed PI, including technical and management
skills, knowledge of applicable regulations to manage
a GCP and GLP compliant clinical sample repository
and ability to direct GLP compliant test studies along
with personnel that have appropriate GCP and GLP
training. The organization should have access to
patient populations at risk for Invasive Aspergillosis
(IA) such that it is highly probable that serial clinical
samples will be collected from at least 30 subjects
diagnosed with proven IA during the first three years
of the contract. A potential offerer would be asked to
provide a cost-effective plan for obtaining and storing
samples from subjects at risk for developing IA and
provide documented evidence of all
collaborations/consortiums that will be formed to
collect and/or store specimens. Patient populations
must include bone marrow transplant patients and may
also include neutropenic cancer patients, and solid
organ transplant recipients. You should address staff
expertise in the collection of clinical research samples
and medical information in a GCP compliant manner
along with an understanding of the OHRP guidelines
for the operation of a repository. You should have
experience in the storage, retrieval and distribution of
samples and would be expected to provide personnel,
facilities (clean rooms, laboratories, storage area, etc.),
and equipment (freezers, refrigerators, etc.) available
for preparing the samples and the repository, along
with a system that will be used to track samples in the
repository. Potential offerors should have an
understanding of state, federal and international
shipping regulations, validation testing for cold chain
shipping containers, preparing SOPs based on the
results of validation testing, preparation of all shipping
documents and preparing SOPs for recipient to
properly store the samples. You would be expected to
have experience in the techniques used in published
laboratory tests available to detect Aspergillus
fumigatus to include PCR and other technologies that
could potentially be used to develop IA diagnostic
tests, expertise in performing and interpreting the
results from the Bio-Rad PlateliaTM Aspergillus EIA
test, and access to samples required for replication
94
studies (IA animal model or samples from previous IA
clinical studies. It is estimated that approximately 6
FTEs will be required for the performance of this
project over a 7-year period of performance. Interested
small business organizations that believe they possess
the capabilities necessary to undertake this project
should submit two (2) copies of their capability
statement, addressing the areas above. Capability
statements must identify the business status of the
organization (i.e. educational institution, non-profit,
large business, small business, 8 (a), or other corporate
or non-corporate entity). NO COLLECT CALL WILL
BE ACCEPTED. RESPONDENTS MAY SUBMIT
THEIR CAPABILITY STATEMENTS VIA E-MAIL
OR FAX. See NUMBER NOTE 25.
URL:
http://www.fbo.gov/spg/HHS/NIH/NIAID/ReferenceNumber-SS-RFP-NIAID-DMID-07-13/listing.html
Desc: Link to FedBizOpps document.
======================================
US Army C-E LCMC Acquisition Center - DAAB07,
ATTN: AMSEL-AC, Building 1208, Fort Monmouth,
NJ 07703-5008
SUBJECT: A--Production and systems support to the
Information and Intelligence Warfare Directorate
(I2WD), Fabrication, Integration and Fielding Facility
(FIFF)
SOLICITATION: W15P7T-06-I2WD-010
RESP DATE: 12/02/06
CONTACT: Louise Huntley, 732-427-7101
DESC: Points of Contact are Ms. Barbara McMurray,
Barbara.mcmurray@us.army.mil, (732) 427-5793 or
SFC Scott Cheseldine, scott.cheseldine@us.army.mil,
(732) 532-5868. The U.S. Army Research,
Development and Engineering Command (RDECOM),
Communications-Electronics Research, Development
and Engineering Center (CERDEC), Intelligence and
Information Warfare Directorate (I2WD), Fort
Monmouth, NJ is conducting an industry sur vey for
8(a) companies with experience in Systems
Engineering and Production Support. The I2WD
Fabrication Integration and Fielding Facility (FIFF)
provides extensive integration, and development
support as well as prototyping, system integration, part
f abrication, kit assembly, drawings, and logistics
support as required by various military, government
and federal agencies. Sources will be expected to
provide on-site, technical and logistics support at Fort
Monmouth, NJ and off-site support in the local
vicinity. This systems support effort includes, but is
not limited to: requirements definition, technology
insertion, syst ems development and procurement,
systems integration, installation and maintenance,
fabrication, testing, kit assembly, prototyping,
evaluation, certification, studies and analysis,
technical data management, configuration
management, drawings, operations, maintenance and
logistics support, training, fielding, acquisition support
and procurement assistance. This request for
information (RFI)/sources sought (SS) notice is for
information and planning purposes only, and shall not
be construed as a solicitation or as an obligation on
part of the US Army RDECOM. The purpose of this
RFI/SS is to identify potential sources that may be
interested in and capable of performing the work
described herein. US Army RDECOM does not intend
to award a contract on the basis of responses nor
otherwise pay for the preparation of any information
submitted or for the use of such information.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAB07/W15
P7T-06-I2WD-010/listing.html
Desc: Link to FedBizOpps document.
EMAIL: louise.huntley@us.army.mil
Desc: US Army C-E LCMC Acquisition Center DAAB07
SETASIDE: 8a Competitive
POP ADDRESS: US Army RDECOM CERDEC, I2W
Directorate ATTN: AMSRD-CER-IW-S Fort
Monmouth NJ
POP ZIP: 07703-5000
POP COUNTRY: US
======================================
US Army ARDEC, AMSTA-AR-PC, Picatinny
Arsenal, New Jersey 07806-5000
SUBJECT: A--Research and Development
SOLICITATION: W15QKN-06-X-0238
RESP DATE: 12/19/05
CONTACT: Calvin Mitchell, Contract Specialist,
(973)724-3294
DESC: The United States Army Armament Research
Development and Engineering Center (ARDEC),
Picatinny, New Jersey 07806-5000 has a requirement
for a Technical Adviser to provide technical expertise
to ARDEC in developing various explosives
formulations, new Insensitive Munitions (IM)
formulations, test plans, design test fixtures, evaluate
test data, and analyze test results for new and existing
formulations. This effort is being conducted in
support of the ArmyΓÇÖs Energetic Material
Development Program. The government intends to
award a contract to JanetΓÇÖs Consulting of
Rockaway 07866, New Jersey on a sole source basis.
All interested sources should respond to Calvin J
Mitchell Jr. via email calvin.mitchell4@pica.army.mil
or Jean Grinter jgrinter@pica.army.mil.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE30/W15
QKN-06-X-0238/listing.html
Desc: US ARMY TACOM-Picatinny Procurement
Network
EMAIL: calvin.mitchell4@pica.army.mil
Desc: Calvin Mitchell
======================================
US Army ARDEC, AMSTA-AR-PC, Picatinny
Arsenal, New Jersey 07806-5000
SUBJECT: A--Army's Regional Integrated Command
Center Program (RICC)
SOLICITATION: W15QKN-06-X-0239
RESP DATE: 12/19/05
CONTACT: CAROL YANAVOK, Contract
Specialist, (973)724-2623
DESC: It is the Governments intent to solicit a
requirement with L. Robert Kimball and Associates,
615 West Highland Avenue, Ebensburg, PA 15931,
for the Armys Regional Integrated Command Center
(RICC) Program, to provide all necessary labor and
materials to develop, coordinate and execute a
program focused on supporting a prototype regional
9-1-1 dispatch facility designed during the base year
effort, and to include additional incremental efforts of
piloting the dispatch facility concept in Southwest PA
Region 13 (pilot to include Allegheny and Cambria
Counties), and integrating 9-1-1 services into the
Army Integrated Emergency Operations Center
(IEOC) Program. This proposed contract action is for
the continued research and development efforts for
which the Government intends to award to only one
source under the authority of FAR 6.302. This notice
of intent is not a request for competitive proposals.
However, interested persons may identify their
capabilities and experience by responding to this
notice via email to cyanavok@pica.army.mil. All
responses received within the dates and time indicated
will be considered by the Government. A
determination by the Government not to compete with
this proposed contract based upon responses to this
notice is solely within the discretion of the
Government. The rationale for sole source to L. Robert
Kimball and Associates is that to replicate existing
capabilities would incur a potential cost of up to $2M
to the Government and would cause a program
slippage of approximately twelve (12) months. L.
Robert Kimball and Associates also have a strong
working relationship with the Emergency
Management community within the State of
Pennsylvania as well as Southwestern PA, for
assessing and validating user requirements for
adequate data package to enable competition at this
time. Note 22 and 26 apply.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE30/W15
QKN-06-X-0239/listing.html
Desc: US ARMY TACOM-Picatinny Procurement
Network
EMAIL: cyanavok@pica.army.mil
Desc: CAROL YANAVOK
======================================
C - Architect and Engineering Services Construction
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E Provide Addition for Bldg 11
SOLICITATION: 244-06-01219
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Provide professional A/E design services,
technical specifications, working drawings, cost
estimates, as-built drawings, construction period
services and site visits for Project #503-06-102,
Provide Addition for Building 11. All work must be
completed in the latest versions of Autodesk's
Architectural Desktop and Building Services. All
work must be done in 3D. Consideration will only be
given to firms who clearly show evidence in SF330 of
both the ability to perform and the experience of
having furnished complete 3D work in the latest
versions of aforementioned software. Award is
pending availability of funds. If funding becomes
available, contractor must be capable of completing
design within thirty (30) days with four (4) design
reviews. Interested and qualified firms must submit
SF330 to the attention of the Contracting Officer no
later than close of business December 16, 2005. The
solicitation number is to be referenced on the mailing
envelope. This procurement is restricted to small
business firms located within a 250 mile radius of the
Altoona VA Medical Center. All inquiries MUST be
submitted in writing via e-mail to
susan.lang@med.va.gov
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01219/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E-Renovate 6th Floor Finishes
SOLICITATION: 244-06-01220
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Provide professional A/E design services,
technical specifications, working drawings, cost
estimates, as-built drawings, construction period
services and site visits for Project #503-05-102,
Renovate 6th Floor Finishes. All work must be
completed in the latest versions of Autodesk's
Architectural Desktop and Building Services. All
work must be done in 3D. Consideration will only be
given to firms who clearly show evidence in SF330 of
both the ability to perform and the experience of
having furnished complete 3D work in the latest
versions of aforementioned software. Award is
pending availability of funds. If funding becomes
available, contractor must be capable of completing
design within thirty (30) days with four (4) design
reviews. Interested and qualified firms must submit
SF330 to the attention of the Contracting Officer no
later than close of business December 16, 2005. The
solicitation number is to be referenced on the mailing
95
envelope. This procurement is restricted to small
business firms located within a 250 mile radius of the
Altoona VA Medical Center. All inquiries MUST be
submitted in writing via e-mail to
susan.lang@med.va.gov
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01220/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E-Halls & Walls Floors 1-3
SOLICITATION: 244-06-01221
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Provide professional A/E design services,
technical specifications, working drawings, cost
estimates, as-built drawings, construction period
services and site visits for Project #503-05-104, Halls
& Walls Floors 1-3. All work must be completed in
the latest versions of Autodesk's Architectural Desktop
and Building Services. All work must be done in 3D.
Consideration will only be given to firms who clearly
show evidence in SF330 of both the ability to perform
and the experience of having furnished complete 3D
work in the latest versions of aforementioned software.
Award is pending availability of funds. If funding
becomes available, contractor must be capable of
completing design within thirty (30) days with four (4)
design reviews. Interested and qualified firms must
submit SF330 to the attention of the Contracting
Officer no later than close of business December 16,
2005. The solicitation number is to be referenced on
the mailing envelope. This procurement is restricted
to small business firms located within a 250 mile
radius of the Altoona VA Medical Center. All
inquiries MUST be submitted in writing via e-mail to
susan.lang@med.va.gov
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01221/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E - Replace Trailer T3 with
Bldg
SOLICITATION: 244-06-01222
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Provide professional A/E design services,
technical specifications, working drawings, cost
estimates, as-built drawings, construction period
services and site visits for Project #503-05-106,
Renovate Primary Care Team. Estimated construction
cost range $100,000 -$250,000. All work must be
completed in the latest versions of Autodesk's
Architectural Desktop and Building Services. All
work must be done in 3D. Consideration will only be
given to firms who clearly show evidence in SF330 of
both the ability to perform and the experience of
having furnished complete 3D work in the latest
versions of aforementioned software. Award is
pending availability of funds. If funding becomes
available, contractor must be capable of completing
design within thirty (30) days with four (4) design
reviews. Interested and qualified firms must submit
SF330 to the attention of the Contracting Officer no
later than close of business December 16, 2005. The
solicitation number is to be referenced on the mailing
envelope. This procurement is restricted to small
business firms located within a 250 mile radius of the
Altoona VA Medical Center. All inquiries MUST be
submitted in writing via e-mail to
susan.lang@med.va.gov
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01222/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- a/e - Replace Trailer T3 W/Bldg
SOLICITATION: 244-06-01223
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Provide professional A/E design services,
technical specifications, working drawings, cost
estimates, as-built drawings, construction period
services and site visits for Project #503-03-113,
Replace Trailer T3 With bldg. Estimated construction
cost range $500,000 -$1,000,000. Services are to be
performed for the James E. VanZandt VA Medical
Center, 2907 Pleasant Valley Blvd., Altoona, PA
16602. All work must be completed in the latest
versions of Autodesk's Architectural Desktop and
Building Services. All work must be done in 3D.
Consideration will only be given to firms who clearly
show evidence in SF330 of both the ability to perform
and the experience of having furnished complete 3D
work in the latest versions of aforementioned software.
Award is pending availability of funds. If funding
becomes available, contractor must be capable of
completing design within thirty (30) days with four (4)
design reviews. Interested and qualified firms must
submit SF330 to the attention of the Contracting
Officer no later than close of business December 16,
2005. The solicitation number is to be referenced on
the mailing envelope. This procurement is restricted to
small business firms located within a 250 mile radius
of the Altoona VA Medical Center. All inquiries
MUST be submitted in writing via e-mail to
susan.lang@med.va.gov
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01223/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E - Renovate Cardiology
SOLICITATION: 244-06-01224
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Provide professional A/E design services,
technical specifications, working drawings, cost
estimates, as-built drawings, construction period
services and site visits for Project #503-05-107,
Renovate Cardiology. Estimated construction cost
range $100,000 -$250,000. Work is to be completed
for the James E Van Zandt VA Medical Center, 2907
Pleasant Valley Blvd., Altoona, PA 16602. All work
must be completed in the latest versions of Autodesk's
Architectural Desktop and Building Services. All work
must be done in 3D. Consideration will only be given
to firms who clearly show evidence in SF330 of both
the ability to perform and the experience of having
furnished complete 3D work in the latest versions of
aforementioned software. Award is pending
availability of funds. If funding becomes available,
contractor must be capable of completing design
within thirty (30) days with four (4) design reviews.
Interested and qualified firms must submit SF330 to
the attention of the Contracting Officer no later than
close of business December 16, 2005. The solicitation
number is to be referenced on the mailing envelope.
This procurement is restricted to small business firms
located within a 250 mile radius of the Altoona VA
Medical Center. All inquiries MUST be submitted in
writing via e-mail to susan.lang@med.va.gov
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01224/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
Attn: Department of Veterans Affairs Medical Center,
Acquisition and Materiel Management, (90), 135 E.
38th Street, Erie, Pennsylvania 16504-1596
SUBJECT: C--C -- A/E - Provide MRI Addition
SOLICITATION: 244-06-01225
RESP DATE: 12/16/05
CONTACT: Contracting Officer - Susan Lang,
Contracting Officer, Ph:(814) 860-2091, Fx:(814)
860-2990
DESC: Provide professional A/E design services,
technical specifications, working drawings, cost
estimates, as-built drawings, construction period
services and site visits for Project #503-06-103,
Provide MRI Addition. Estimated construction cost
range $250,000 -$500,000. All work must be
completed in the latest versions of Autodesk's
Architectural Desktop and Building Services. All work
must be done in 3D. Consideration will only be given
to firms who clearly show evidence in SF330 of both
the ability to perform and the experience of having
furnished complete 3D work in the latest versions of
aforementioned software. Award is pending
availability of funds. If funding becomes available,
contractor must be capable of completing design
within thirty (30) days with four (4) design reviews.
Interested and qualified firms must submit SF330 to
the attention of the Contracting Officer no later than
close of business December 16, 2005. The solicitation
number is to be referenced on the mailing envelope.
This procurement is restricted to small business firms
located within a 250 mile radius of the Altoona VA
Medical Center. All inquiries MUST be submitted in
writing via e-mail to susan.lang@med.va.gov
URL:
http://www.fbo.gov/spg/VA/ErVAMC562/ErVAMC5
62/244-06-01225/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.lang@med.va.gov
Desc: Susan Lang
SETASIDE: Total Small Business
======================================
NAICS Code: 541620
Department of the Navy, Naval Facilities Engineering
Command, NFEC Southwest, Capital Improvement
Contract Core, Attn: Code RAQ20 1220 Pacific
Highway, San Diego, CA, 92132-5190
SUBJECT: C -- MARKET SURVEY FOR
ARCHITECT-ENGINEERING SERVICES
SOLICITATION:
Reference-Number-N68711SURVEY
RESP DATE: 11/28/05
CONTACT: LINDALOU BIRNIE, CONTRACT
SPECIALIST, Phone (619)532-3563, Fax
(619)532-3358, Email lindalou.birnie@navy.mil Joseph Brown, Contract Specialist, Phone 619
532-1266, Fax 619 532-3358, Email
joseph.l.brown2@navy.mil
96
DESC: THERE ARE NO FILES TO DOWNLOAD:
THIS IS A SOURCES SOUGHT
ANNOUNCEMENT: A MARKET SURVEY FOR
INFORMATION ONLY. THIS IS NOT A
SOLICIATATION ANNOUNCEMENT FOR
PROPOSALS AND NO CONTRACT WILL BE
AWARDED FROM THIS ANNOUNCEMENT. NO
REIMBURSEMENT WILL BE MADE FOR ANY
COSTS ASSOCIATED WITH PROVIDING
INFORMATION IN RESPONSE TO THIS
ANNOUNCEMENT OR ANY FOLLOW-UP
INFORMATION REQUESTS. THIS PURPOSE OF
THIS ANNOUNCEMENT IS TO GAIN
KNOWLEDGE OF POTENTIALLY QUALIFIED
SOURCES AND THEIR SIZE CLASSIFICATIONS
(8(A), HUBZONE, SMALL BUSINESS, LARGE
BUSINESS, ETC.). Indefinite Quantity
Architect-Engineering Services for preparation of
Navy and Marine Corps planning documents
including, but not limited to: National Environmental
Policy Act (NEPA), master planning documentation;
facilities planning documentation; environmental
studies and documentation; and traffic studies and
documentation for the Naval Facilities Engineering
Command Southwest (NAVFAC SW), San Diego and
its customer activities within California and Arizona.
There is the possibility of work being located
anywhere in the United States including Alaska and
Hawaii when work comes under the responsibility of
NAVFAC SOUTHWEST. THIS IS NOT A
SOLICITATION ANNOUNCEMENT. THIS IS A
SOURCES SOUGHT SYNOPSIS ONLY. THE
PURPOSE OF THIS SOURCES SOUGHT
SYNOPSIS IS TO GAIN KNOWLEDGE OF
POTENTIALLY QUALIFIED SOURCES AND
THEIR SIZE CLASSIFICATIONS 8(A), HUBZONE
SMALL BUSINESS, SMALL DISADVANTAGED
BUSINESS, WOMEN-OWNED SMALL BUSINESS,
VETERAN-OWNED SMALL BUSINESS,
SERVICE-DISABLED VETERAN BUSINESS AND
SMALL BUSINESS, WHETHER THE FIRM IS
SUBMITTING AS AN 8(A) MENTOR PROT╔G╔
JOINT VENTURE, OR ANY OTHER JOINT
VENTURE RELATIONSHIP, OR THE TEAM WITH
THE PRIME AND SUBCONTRACTORS
IDENTIFIED TO THEIR SIZE INDIVIDUALLY
AND PART OF THE WORK THAT EACH
SUBCONTRACTOR WOULD PERFORM. THE
SMALL BUSINESS SIZE STANDARD IS NAICS
CLASSIFICATION 541620, ENVIRONMENTAL
CONSULTING SERVICES, (SIZE STANDARD $6.0
MILLION AVERAGE ANNUAL GROSS RECEIPTS
FOR PROCEEDING THREE FISCAL YEARS). THE
GOVERNMENT WILL USE RESPONSES TO THIS
SOURCES SOUGHT SYNOPSIS TO MAKE
APPROPRIATE ACQUISITION DECISIONS.
AFTER REVIEW OF THE RESPONSES TO THIS
SOURCES SOUGHT SYNOPSIS, AND IF THE
GOVERNMENT STILL PLANS TO PROCEED
WITH THE ACQUISITION A SOLICITATION
ANNOUNCEMENT WILL BE PUBLISHED IN THE
FEDERAL BUSINESS OPPORTUNITIES.
RESPONSES TO THIS SOURCES SOUGHT ARE
NOT AN ADEQUATE RESPONSE TO THE
SOLICITATION ANNOUNCEMENT. ALL
INTERESTED OFFERORS WILL HAVE TO
RESPOND TO THE SOLICITATION
ANNOUNCEMENT IN ADDITION TO
RESPONDING TO THIS SOURCES SOUGHT
SYNOPSIS. THE FIRM (INCLUDING
CONSULTANTS) NEEDS TO BE ABLE TO
DEMONSTRATE KNOWLEDGE AND
EXPERIENCE IN ALL OF THE MENTIONED
SERVICES. Services shall be performed in
accordance with the A-E Guide and the scope of work.
These projects will be accomplished under Task
Orders written against an
Indefinite-Delivery-Indefinite-Quantity (IDIQ)
contract. The actual amount of work to be performed
and the time of such performance will be determined
by the Contracting Officer or his properly authorized
representative, who will issue written task orders to the
contractor. Award of task orders will be on a firm
fixed-price basis. The basic contract period will be for
12 months (or earlier as determined by the Contracting
Officer after the government orders the maximum
aggregate contract amount of $10 million). The
contract contains four (4) 12-month options for a total
maximum duration of 60 months or an aggregate value
of $10 million, whichever occurs first. The minimum
task order amount for this contract is $2,500. The
maximum task order amount is $3,500,000. The
guaranteed minimum is $5,000 for the contract.
Contractors are not guaranteed work in excess of the
minimum guarantee. If a small business were to
receive an award as prime contractor as a result of a
small business set-aside solicitation, the small business
prime will be required to comply with FAR 52.219-14,
Limitations on Subcontracting, which states that ôat
least 50 percent of the cost of contract performance
incurred for personnel shall be expended for
employees of the concernö. The estimated contract
start date is June/July 2006. Work may include, but is
not limited to, the furnishing of architectural and
engineering services for the preparation of Navy and
Marine Corps planning documentation including
NEPA documentation (CATEX, EA, and EIS) master
planning documents, facilities planning documents,
environmental studies and documentation, and traffic
studies and documentation for NAVFAC SW.
SUBMISSION REQUIREMENTS: 1. Firms
submitting responses shall present their information in
a matrix format showing government contracts where
they have performed work similar to that described
above. 2. The matrix shall show up to 6 recent
projects that prove your firm can perform the services
(as a whole) listed above, with contract numbers,
contract type (firm fixed-price, cost reimbursement,
etc.) total contract price, clientÆs name, current and
accurate client point of contact with phone number,
project location description of the contractÆs work
requirement, specific description of the actual work
that the respondent did (was your firm the prime or
subcontractor and if a subcontractor, what type of
work and percentage of the total contract was your
firm responsible for), dates of the contract
performance. Highlight projects that are close to the
dollar value stated above. 3. Demonstrate
professional qualifications of your key personnel in the
preparation of the documents listed above, to include
any professional registration such as AICP. List only
the team members who actually will perform major
tasks under this contract and their qualifications,
which should reflect the individualÆs potential
contributions to the contract. Provide the firmÆs
status, size of the business, relative to the NAICS code
541620. If the firm is certified by SBA as 8(A),
HUBZONE, etc., a copy of the certification must be
included. Responses shall not be in excess of thirteen
(9) pages. Two sided pages count as two sheets. Up
to ten (6) pages should be dedicated to past and
current projects that show the firms ability to perform
the services described above. There should be one
project per page. Two (2) pages should show key
employees, both firm and sub-consultants, and their
experience relative to the services described above.
One (1) page should be the cover sheet which includes
name of company, address, telephone number, fax
number, at least two points of contact, e-mail
addresses, business size, and a short description of the
firmÆs history including years in business, number of
employees, and main disciplines of the firm. Copies
of SBA Certifications are not included in the thirteen
(9)-page count. Packages: ORIGINAL AND TWO
COPIES have to be received by 2:00 P.M. Pacific
Standard Time on 28 November 2005 at Naval
Facilities Engineering Command Southwest, Attn: Len
Brown, Regional Environmental Contracts Core,
Building 128, 1220 Pacific Highway, San Diego, CA
92132-5190.
URL:
http://www.fbo.gov/spg/DON/NAVFAC/N68711AC/
Reference-Number-N68711SURVEY/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: SOUTHWEST UNITED STATES
======================================
D - Information Technology Services, including
Telecommunication Services
======================================
NAICS Code: 541519
Department of Health and Human Services, Agency
for Healthcare Research and Quality, Contracts
Management, 540 Gaither Road, Rockville, MD,
20850
SUBJECT: D -- Healthcare Cost and Utilization
Project (HCUP)
SOLICITATION: AHRQ-06-0009
RESP DATE: 12/01/05
CONTACT: Sharon Williams, Contracting Officer,
Phone 301 427-1781, Fax 301 427-1740, Email
swilliam@ahrq.gov - Mary Haines, Contracting
Officer, Phone 301 427-1786, Fax 301 427-1740,
Email mhaines@ahrq.gov
DESC: Title: Healthcare Cost and Utilization Project
(HCUP). This is not a solicitation announcement.
This is a sources sought synopsis only. The purpose of
this sources sought notice is to gain knowledge of
potential qualified sources and their size
classifications (large business, small business,
HUBZone, 8(a), Veteran-owned, small disadvantaged
business, etc.) relative to the NAICS Code. The
NAICS Code for this requirement is 541519 with a
size standard of $21 million.
The Agency for Healthcare Research and Quality
(AHRQ) of the U.S. Department of Health and Human
Services (DHHS) is conducting a market survey to
seek potential sources from firms which have the
capability to conduct the next phase of the Healthcare
Cost and Utilization Project (HCUP) contract.
HCUP is a family of health care databases and related
software tools and products developed through a
Federal-State-Industry partnership and sponsored by
the AHRQ. HCUP databases bring together the data
collection efforts of State data organizations, hospital
associations, private data organizations, and the
Federal government to create a national information
resource of patient-level health care data. The
participation of State Partners is essential for the
success of the HCUP project and is based on
cooperative, detailed agreements made between
AHRQ and each data Partner. The majority of States
have programs in place to collect discharge records
describing all hospitalizations within the State.
Increasing numbers of States are expanding their data
collection efforts into the areas of outpatient care such
as emergency room and ambulatory surgery.
Currently, there are 39 States with data organizations
that currently participate as HCUP Partners by sharing
their data with AHRQ. HCUP involves many
activities, a subset of these are achieved through a
contract mechanism.
The current HCUP contract (Sept. 2000 û Sept. 2006)
has expanded greatly from building State and national
databases in earlier years. The project now includes
activities such as user support, electronic
documentation, central data distribution, training, and
expansion into outpatient data, among others. As
currently designed, the HCUP contract annually
produces over 80 inpatient, ambulatory surgery, and
emergency department state-level databases, 2 national
databases, over 30 publicly disseminated databases, 10
software tools, and numerous presentations and
trainings; receives over 500,000 hits per year on the
HCUP Web site; and responds to approximately 2,000
technical assistance and data support inquiries per
year.
The HCUP family of health services databases
includes: HCUP State databases û state-specific
annual inpatient and outpatient discharge and visit
level data files; HCUP nationwide databases û
97
nationwide samples derived from the HCUP State
databases enabling focused research on special
populations; and other HCUP databases û auxiliary
databases that are used to augment information in the
HCUP State and nationwide databases. These
databases enable research on a broad range of health
policy issues, including cost and quality of health
services, medical practice patterns, access to health
care programs, and outcomes of treatments at the
national, State, and local market levels. The HCUP
databases are quite large in size. The annual national
database contains approximately 8 million records; the
total of all the State inpatient records in a given year is
approximately 32 million, and the total of all
ambulatory surgery and emergency department records
in a given year is approximately 16 and 17 million
respectively.
Detailed descriptions of the project and data can be
found at the HCUP Web site at:
www.hcup-us.ahrq.gov .
The next phase of HCUP will meet the following
objectives in support of AHRQÆs mission to improve
the quality, safety, efficiency and effectiveness of
healthcare for all Americans: create and enhance a
powerful source of national, State, and all-payer health
care data; produce a broad set of software tools and
products to facilitate the use of HCUP and other
administrative data; enrich a collaborative partnership
with statewide data organizations aimed at increasing
the quality and use of health care data; and conduct
and translate research to inform decision making and
improve healthcare delivery.
The core component of the Healthcare Cost and
Utilization Project (HCUP) contract is processing, and
creating uniformly formatted State inpatient and
outpatient encounter-level data files obtained from
HCUP Partners. Processing the data includes
checking the quality of data received and developing
additional analytic data elements from the source data.
The data are often derived from billing records; thus,
they are often submitted in formats consistent with the
Uniform Bill-92 (UB-92) and occasionally with the
Centers for Medicare and Medicaid Services Form
1500 (CMS-1500) (although many of the statewide
data organization deviate from these national
standards in coding and data content). HCUP
purchases inpatient and outpatient (ambulatory surgery
and emergency department) data files from the HCUP
Partners.
Once the data files are purchased from the State, the
Contractor must process the data and create three
uniformly formatted databases: State Inpatient
Databases (SID), State Ambulatory Surgery Databases
(SASD), and State Emergency Department Databases
(SEDD) following existing HCUP formats. HCUP
nationwide databases are then created from the HCUP
State databases by sampling hospitals across the
participating States. Currently, two types of HCUP
nationwide databases exist: The Nationwide Inpatient
Sample (NIS) and the KidsÆ Inpatient Database
(KID). The NIS contains data on all discharges from
about 1,000 hospitals located throughout the country,
approximating a 20 percent stratified sample of
community non-rehabilitation hospitals in the United
States. The KID contains a sample of discharges from
approximately 2,500 hospitals.
The HCUP Contractor will be required to conduct the
following activities:
Manage the HCUP partnershipÆs data acquisition
including recruiting new States into the project;
requesting additional data types from existing HCUP
State Partners; obtaining annual data files; and
retaining Partner participation in the project. These
activities require completing data applications and
supporting materials, and assisting in negotiating
Memorandums of Agreement for participation.
Operate the HCUP Central Distributor, which handles
all activities directly related to the sales and
dissemination of the restricted access public release
HCUP databases (the NIS, KID and a sub-set of the
full State files used by AHRQ) and related HCUP files.
These activities include: maintaining a tracking and
distribution system: answering general inquires about
HCUP databases and related products; reviewing and
processing data purchase applications; collecting and
reimbursing fees from sales to Partners as appropriate;
and making copies of the HCUP databases and files
and preparing database binders.
Provide HCUP Partners with technical assistance on
their collection and use of their statewide encounter
data to improve the collection and use of inpatient and
outpatient data. Topic areas include, but are not
limited to, national standards for data elements in
inpatient and outpatient encounter data, electronic
transmission of encounter data, improved timeliness,
edit checks and other data quality issues, adding
clinical content and other analytically useful data
elements to encounter data, and advances in health
information technology that may lead to improvements
in their data programs including the electronic
healthcare record, Regional Health Information
Organizations, and the National Health Information
Network.
Provide AHRQ staff with technical support including
access and use of data and documentation system,
general technological innovations affecting HCUP
data processing, and advances in health care
information technology (HIT) relevant to HCUP.
Deliver user support by maintaining an infrastructure
to provide technical support to outside users on HCUP
databases, software tools, linkable files, written reports
and all other products developed for the HCUP
project. The objective of the assistance is to increase
the usefulness and use of HCUP data and products,
and of administrative data in general. Types of
technical support to be provided include: explanations,
applications and usage techniques of HCUP, its
databases, software tools, linkable files, HCUPnet, and
database and software documentation; answers to
questions about appropriate use and reporting of data
analyses; and procedures and requirements for
acquiring HCUP databases and HCUP products. User
support also involves presentations designed and
delivered to targeted audiences to increase their
knowledge about HCUP; developing and
implementing dissemination strategies; developing
software tools that enhance the value of HCUP data
and other administrative data; and conducting special
research and policy analyses and preparing reports and
publications which may be either descriptive, analytic,
or methodological.
Maintain and further develop the HCUP Web site
(HCUP-US) which serves as the projectÆs primary
vehicle for public outreach, and a virtual repository for
project information and documentation. HCUP data is
not stored on the HCUP-US Web site, but with few
exceptions, all documentation components are
archived in this system.
Support the generation of estimates derived from
HCUP data for the Congressionally- mandated reports:
National Healthcare Quality Reports (NHQR) and
National Healthcare Disparities Reports (NHDR). The
NHQR provides assessments of health care quality at
the national and State levels and tracks improvement
across a broad array of quality measures. The NHDR
provides assessments of health care disparities related
to racial and socioeconomic factors at the national
level and within diverse priority populations and
tracks the NHQR quality measures as well as an array
of access measures. The key task involves applying
the AHRQ Quality Indicators (QI) software to the
HCUP national and State databases. The main
products include QI estimates in tables, documentation
of methods, special analyses, and coordination with
HCUP Partners in the use and reporting of their State
data.
Sources must have an understanding of and experience
in: maintaining and managing multiple, complex
activities concurrently at the highest level of
professional and scientific quality; managing
subcontractors and consultants; building, managing,
and analyzing a large administrative encounter-level
database in direct support of health services research;
developing systems for monitoring and maintaining
secure and efficient computing environment (including
programmer resources); processing inpatient and
outpatient data; outpatient billing and CPT/HCPCS
coding and inpatient billing and ICD-9 and ICD-10
coding; providing assistance on understanding and
adoption of technological innovations that may affect
different aspects of the project for the transmission and
sharing of data such as the Electronic Health Record;
applying national health care data standards;
conducting complex programming in support of
sample design and other statistical software;
developing sample design and sampling weights to
produce national or other such estimates; producing
electronic documentation from large administrative
encounter-level data for independent use by other
organizations; recruiting data Partners, coordinating
and negotiating with outside agencies for data
purchase and collection, and providing technical
assistance to data organizations; conducting special
analyses, providing technical support and training in
data collection and analysis; managing large health
care electronic databases and Web sites; health policy,
uses of administrative data; ability to write
user-friendly, technically accurate reports. Source
must possess, or be able to obtain (in-house or through
subcontracting/consulting arrangements) the staff and
other resources needed to expeditiously carry out the
different types of activities listed.
The Government encourages novel approaches to
existing requirements, realizing cost savings, and
obtaining alternative recommendations to enhance the
ProjectÆs success. Of particular interest is
demonstrated flexibility in a rapidly evolving data
environment that can carry the HCUP project forward
in this next phase.
Responses to this sources sought notice are neither
mandatory nor a condition for eligibility to participate
in any resulting formal Requests for Proposals or
future acquisition. The Government will not provide
comments to any OfferorÆs submission.
Interested businesses should submit their capability
statements (approximately 10 pages in length to
Sharon Williams, Contracting Officer, Agency for
Healthcare Research and Quality, Division of
Contracts Management, 540 Gaither Road, Rockville,
MD, 20850, no later than 4:00 p.m., eastern standard
time, on December 1, 2005. Capability statements
should be tailored to this request and identify the
sourceÆs capabilities to complete this requirement,
including information on key staff experience and
education, and a description of corporate experience
with similar projects. Sources should indicate which
tasks they will perform and which tasks they anticipate
would be subcontracted out and what percentage of
effort is anticipated to be performed in-house and what
percentage would be subcontracted out. Capability
statements should include the size classification
relative to NAICS Code 541519 ($21 million).
Capability statements should be submitted in an
original and three (3) copies. Only paper copies will
be accepted; no electronic or e-mail submissions will
be accepted.
URL:
http://www.fbo.gov/spg/HHS/AHRQ/DCM/AHRQ-06
-0009/listing.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 517212
Smithsonian Institution, Office of the Chief Financial
Officer, Office of Contracting, 750 9th Street, NW,
Suite 6200, Washington, DC, 20560-0907
SUBJECT: D -- CWAS Design, Installation and
Maintenance
SOLICITATION: CWAS-Sources
RESP DATE: 11/30/05
CONTACT: Janet Benson Forville, Contract
98
Negotiator-Attorney, Phone 202-275-1600, Fax
202-275-0264, Email forvillej@si.edu
DESC: This is a market survey to locate vendors who
have experience with installing Common Wireless
Access Systems (CWAS) in which Verizon Wireless,
Sprint/Nextel, T-Mobile, Cingular/AT&T, and WiFi
hotspots all share. The Smithsonian Institution (SI) is
interested in installing a CWAS system within and
around the SmithsonianÆs facilities on the National
Mall in Washington, DC. The system shall initially be
deployed separate from SIÆs internal networks but
shall be capable of being leveraged at a later time for
private SI-Net access.
Expectations of the Vendor:
1) Design the system by: identifying the hardware
required to support SIÆs requirements; developing
and documenting the electronic and wiring
infrastructure design; and providing CAD diagrams of
all device locations and device connectivity/routes.
2) Negotiate with carriers for capital expenses to
support the design and build-out of the system, and
negotiate annual fees for carrier access to the system
(recurring revenue for SI). 3) Build the system in
coordination with SI staff.
4) Provide ongoing maintenance of the system (each
cellular carrier will be responsible for its own
frequency maintenance).
Each respondent should provide a written confirmation
that it has: (a) prior experience negotiating with
carriers for capital expenditures and on-going revenue;
and (b) prior experience designing, building and
maintaining CWAS systems through at least three to
five projects of similar size and scope (please include
references). The deadline for response is November 30,
2005. Please submit to EMAILADD: forvillej@si.edu
or FAX: 202-275-0624, Attn: Ms. Janet Forville.
URL:
http://www.fbo.gov/spg/SI/CFO/WashingtonDC/CWA
S-Sources/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: 1000 Jefferson Drive, SW
Washington, DC
POP ZIP: 20560
POP COUNTRY: USA
======================================
NAICS Code: 518210
Department of Transportation, Federal Motor Carrier
Safety Administration (FMCSA), Headquarters
FMCSA, 400 7th Street SW MC-MBA, Washington,
DC, 20590
SUBJECT: D -- Web-Based Information Management
System and Information Management Services
SOLICITATION: DTMC75-06-RA-00001
RESP DATE: 12/09/05
CONTACT: Ruby Mixon, Lead Contract Specialist,
Phone 202-385-2303, Fax 202-385-2333, Email
ruby.mixon@fmcsa.dot.gov - Richard Broadwater,
Contract Specialist, Phone 202-385-2307, Fax
202-385-2333, Email
richard.broadwater@fmcsa.dot.gov
DESC: This sources sought is a request for
information prior to drafting and releasing any
resultant solicitation. The information contained in
this sources sought notification is based on the best
and most current information available to date, is
subject to change and is not binding on the
Government. Any significant changes will be
provided in subsequent synopsis, if required. The
Federal Motor Carrier Safety Administration
(FMCSA) is seeking the availability of potential large
or small business sources capable of providing a
web-based information management system and
information management services, including analysis
of Agency commercial driverÆs license information
system (CDLIS) and related safety enhancements
requirements (See Attachment 1 for a description of
draft requirements). The purpose of this effort is to
assist the Government in completing its acquisition
strategy. In the event of a solicitation release, it is the
GovernmentÆs intent to make one award. If you
possess the capability and would be interested in this
procurement, please indicate your interest by
submitting the requested information via e-mail no
later than December 9, 2005 2:00PM EST to Ruby
Mixon at Ruby.Mixon@fmcsa.dot.gov. You are
encouraged to venture and establish teaming
arrangements, etc. The e-mail shall contain the
following subject line: ôSources Sought Response to
CDLIS Access Information Technology Requirement.ö
Use of any other subject line may delay your entry.
All valid e-mail responses from prospective sources
must provide the return e-mail address, company
name, mailing address, telephone number, facsimile
number, and point of contact within the body of their
response. In addition, please respond to the following
questions:
1) Is your business a large business or small business?
(For the purpose of determining your business size,
the North American Industry Classification System
(NAICS), 541512 Computer Systems Design Services,
with a size standard of $21.0M average annual receipts
over the past three years, will be utilized for this
acquisition.)
2) If a small business, indicate the category of small
business. 3) Provide a short summary stating your
interest as a prime contractor or to propose a joint
venture. 4) Provide a list of customers
(Government/non-Government) within the past 5-year
highlighting similar work performed. Include contract
numbers, contract type, dollar value for each
procurement, and point of contact/addresses/and
phone numbers and brief description of the work
performed. 5) Provide demonstrative information
relative to past performance and ability to perform
ALL tasks noted in the attached draft requirements
document that includes, but is not limited to:
a)Detailed understanding of DOT transportation
requirements, Department of Transportation
Regulation (DTR) requirements and other DOT
regulations, polices and procedures for freight
transportation.
b)Expert understanding of the Spanish language as
spoken in Mexico, especially of transportation and
motor carrier safety terms. Extensive experience in
interpretation and translation of Spanish to English
and English to Spanish.
c)Understanding of legal, regulatory and
administrative processes and procedures in Mexico's
Secretariat of Communications and Transportation and
the Federal Motor Carrier Safety Administration as
they relate to commercial driverÆs licenses, vehicle
inspections, carrier registrations and related areas.
d)Expertise in running data center operations.
e)Detailed knowledge of data transaction exchanges
with state DMVÆs.
f)Capable of 24 X 7 real time data exchange with
multiple partners using diverse systems.
g)Expert understanding of the state drivers license
standards and data.
h)Expert understanding of CDLIS and the Mexican
commercial driverÆs license and motor carrier data
bases.
i)Software (S/W) development, testing, installation
and planning support to include Independent
Verification and Validation (IV&V).
j)Hardware (H/W) management to include
configuration recommendations, testing, maintenance,
accountability and storage/inventory management at
Contractor/Government provided sites.
k)Expertise in reviewing and evaluating State
commercial driver licensing statutes, laws, regulations
and administrative procedures for compliance with
Federal regulations.
l)Expertise in analyzing State to State CDLIS
transactions for compliance with Federal regulations.
m)Expert understanding of and ability to develop and
conduct audits of State commercial driver licensing
programs for compliance with Federal regulations.
n)Expertise in organizing and writing detailed reports
on the results and findings of State commercial driver
licensing program audits.
o)Commercially available interactive web-based
system that has the capability for electronic
compliance reviews. Describe its robustness.
p)Other pertinent information. Each source is allowed
to provide 1- 2 pre-printed pamphlets describing the
system characteristics of its gateway systems and
interactive web-based systems. E-mail responses
without the aforementioned information will not be
recognized as valid. Areas where a source does not
have prior experience should be annotated as such.
TELEPHONE REQUESTS WILL NOT BE
ACCEPTED OR RETURNED. Submit responses no
later than December 9, 2005 2:00PM EST. Your
response is limited to 20 pages, exclusive of
pamphlets. NO SOLICITATION EXISTS AT THIS
TIME. This is not a commitment on the part of the
Government to award a contract as a result of this
notice or to pay for any information received.
URL:
http://www.fbo.gov/spg/DOT/DTMC75/00075/DTMC
75-06-RA-00001/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Contractor's Facility
POP ZIP: 20024
POP COUNTRY: USA
======================================
NAICS Code: 541511
US Army Corps of Engineers, Huntsville, P. O. Box
1600, Huntsville, AL 35807-4301
SUBJECT: D--Custom Computer Programming
Services to include functional, technical and project
management support in the maintenance of TRACES
modules.
SOLICITATION: W912DY-06-R-0000
RESP DATE: 11/25/05
CONTACT: Melody Thurmond, 256-895-1236
DESC: DESCRIPTION: The U.S. Army Engineering
and Support Center, Huntsville (USAESCH), seeks to
identify responsible potential sources in regards to
issuing a solicitation providing support for
Tri-Services Automated Cost Engineering Systems
(TRACES). Su pport will include functional,
technical and project management support in the
maintenance of TRACES modules. Existing modules
maintained include Microcomputer Aided Cost
Engineering System (MCACES 2nd generation MII),
Area Cost Factor, Historical Analysi s Generator
(HAG 2nd generation HII), Life Cycle Cost, and
Scheduling Interface. At some future date, the
Government intends to issue a solicitation resulting in
a single award of an Indefinite Delivery Indefinite
Quantity (IDIQ) contract with a base year and four
one year options and estimated program value of $4
Million. The objective of this contract will be to
provide support for the development, maintenance,
and enhancement of software documents, database
maintenance, hotline (telephone support), tra ining
support, and a minor amount of cost engineering
support. PROCEDURES: This request to interested
parties is designed to gather information with the
intent of determining the existence of qualified sources
within the small business arena. When submit ting
your information please indicate your business status.
All interested parties should provide a letter of interest
on company letterhead no later than November 25,
2005. The point of contact (POC) for letters of interest
is provided below. Please su bmit your qualification
statement, limiting your response to 10 pages (double
spaced, front side only, no smaller than New Times
Roman, font size 12 or equivalent). Do not include or
attach brochures in addition to this response. All
responses should inc lude, as a minimum, the
following information: The firm either in-house or
through association with any qualified consultants,
must be able to meet all contract requirements in the
following areas. The firm must address each area and
provide examples of their experience for each area.
Performance Objectives. The objective of this support
contract will be the development and maintenance of
99
cost engineering software for microprocessors. The
software will be reviewed and tested by a Government
review team for conformance to performance
requirements which will be addressed in each
task/delivery order. An additional objective of this
contract will be to provide user support including
hotline support and training. Another objective is to
develop budgetary e stimates for new criteria. This
acquisition will provide capability for the contractor to
provide cost engineering support (provide commercial
building construction cost estimates to meet current
standards). The contractor-supplied information will
be us ed as a foundation by other people to develop a
complete cost estimate. This acquisition is intended as
Commercial Items, FAR Part 12. Expertise Needed by
Contractor. Services to be acquired in support of
TRACES may include development and maintenance
o f microcomputer application code as well as
providing hotline support, developing functional
specifications, functional testing of software,
providing training, data gathering and evaluation, etc.
The contractor shall have expertise in the development
of source code for microcomputers using Visual Basic,
Visual C++, Visual Studios.net, and similar code
development software. In addition, the contractor
shall have knowledge of construction cost engineering
with expertise in the development of software suppo
rting these cost engineering requirements in 32 bit
Windows environment. The contractor shall also have
cost engineering expertise in using U.S. Army Corps
of Engineers Cost Engineering processes. The
contractor should have experience in the development
of Web applications. The contractor needs knowledge
of the current 32 bit Window environment and some
current knowledge of where technology is headed. In
the future, TRACES will move to a 64 bit environment
and the contractor will need to acquire knowledge
along that path. Interested firms having the capability
for this type work, and meeting the criteria stated
above, should respond to this notice by providin g a
POC, telephone number, and electronic mail address.
Respondents should also indicate the companys small
business classification [8(a), Service Disabled Veteran
Owned Small Business (SDVOSB), HUBZone, Small
Business, Small Disadvantaged Business, Vete ran,
Woman, and/or Minority Owned Business]. Sources
for this purpose are being sought from experienced
firms with North American Industry Classification
System (NAICS) 541511, Custom Computer
Programming Services, (maximum of $21,000,000 in
annual receip ts) who meet the criteria listed above.
Submit qualification statements to the referenced point
of contact to U.S. Army Engineering and Support
Center, Huntsville, ATTN: CEHNC-CT-E /Ms.
Melody Thurmond,
Melody.K.Thurmond@hnd01.usace.army.mil.
Submittals are due no later than 2:00 pm CST,
November 25, 2005. This synopsis is for information
and planning purposes only and IS NOT A REQUEST
FOR PROPOSAL (RFP) nor does its issuance restrict
the Government to a particular acquisition approach.
The Government w ill NOT reimburse the contractor
for any cost associated with preparing or submitting
the information described in this synopsis. Responses
to this sources sought announcement are not adequate
responses to a future solicitation announcement.
Please note that this office has not yet made a decision
as to whether this procurement or a portion thereof will
be set aside for small business or a smaller sub-set, and
it reserves the right to determine the appropriate
method of procuring the above services based upon its
analysis and evaluation of the capability statements.
POC: Melody K. Thurmond, Contract Specialist, email
Melody.K.Thurmond@hnd01.usace.army.mil or
telephone (256) 895-1236; or Tonju L. Butler,
Contracting Officer, email
Tonju.L.Butler@hnd01.usac e.army.mil or telephone
(256) 895-1166.
URL:
http://www.fbo.gov/spg/USA/COE/DACA87/W912D
Y-06-R-0000/listing.html
Desc: Link to FedBizOpps document.
EMAIL: Melody.K.Thurmond@hnd01.usace.army.mil
Desc: US Army Corps of Engineers, Huntsville
SETASIDE: Total Small Business
POP ADDRESS: US Army Corps of Engineers,
Huntsville P. O. Box 1600, Huntsville AL
POP ZIP: 35807-4301
POP COUNTRY: US
======================================
G - Social Services
======================================
NAICS Code: 623990
Department of Justice, Bureau of Prisons, Acquisitions
Branch, 320 First Street, NW, Washington, DC, 20534
SUBJECT: G -- G-Comprehensive Sanctions Center
Services
SOLICITATION:
Reference-Number-RFI-200-0899-NC-Nebraska-IowaCounties
RESP DATE: 11/30/05
CONTACT: Shelia Makle, Contracting Officer,
Phone 202-307-3070, Fax 202-307-2780, Email
smakle@bop.gov - Rebecca Canfield, Contract
Specialist, Phone (202) 307-3070, Fax (202)
307-2780, Email rcanfield@bop.gov
DESC: Response Date: November 30, 2005
RFP 200-0899-NC, Comprehensive Sanction Center
Services, Nebraska - Iowa Counties: Douglas, Sarpy,
Cass, Washington, Dodge, (Nebraska) and Mills,
Shelby, Harrison, Pottawattamie (Iowa)
TO ALL INTERESTED PARTIES
This announcement is posted as a request for
information only, for an upcoming solicitation that
will be posted in FEDBIZOPPS. This request for
information is issued to determine whether or not there
are qualified sources that will be able to meet the
requirements. The solicitation will be for
Comprehensive Sanction Center services for male and
female Federal offenders held under the authority of
United States Statutes in Nebraska - Iowa Counties:
Douglas, Sarpy, Cass, Washington, Dodge, (Nebraska)
and Mills, Shelby, Harrison, Pottawattamie (Iowa.)
The requirement will be for approximately forty (40)
male beds and fifteen (15) female beds, for the two
year base period; and each of the three one year
options respectively. The anticipated period of
performance is March 1, 2007 to February 28, 2012, if
all option years are exercised.
If you have an interest in the upcoming solicitation,
please provide a written response to the questions
below and provide your response to Sheila Makle,
Contracting Officer, via fax at (202)307-2780 or email
at smakle@bop.gov. You are advised that providing
responses to the questions will not automatically
include you in the acquisition process for this
solicitation.
REQUEST FOR INFORMATION
1. What experience do you have in providing
residential services?
2. What is the size (small, large, non-profit, etc. ) and
status (8a, veteran-owned, service- disabled
veteran-owned, HUBZone, SDB, woman-owned, etc.)
of your organization?
3. Are there any other Residential Community
Corrections Center Facilities in the area?
4. Are there any state or local ordinances/restrictions
that would prohibit or that would considerably slow
down the procurement process, (i.e. building permits
or leasing/rental agreements)?
5. Are there any known local area concerns? Do you
think the area would be supportive of the Bureau of
Prisons (BOP) program? Are there any known groups
or organizations that would oppose the operation of a
residential (halfway) house in this area?
6. Are there environmental issues/concerns in the
area?
7. Are there hubzone locations in the area?
8. Do you feel that it would be difficult to find a
suitable location in this area? If so, explain in detail
why it would be difficult and provide supporting
documentation.
9. What percentage of the work would you do with
your firmÆs employees and what percentage of the
work would you subcontract? If subcontracting
opportunities are available, do you anticipate any
difficulties in subcontracting with small business,
veteran-owned small business, service-disabled, 8A,
SDB, or women-owned small business concerns?
10. Do you feel a pre-solicitation conference would
provide any assistance in clarifying the requirement
for this area? If so, explain how it would be helpful.
11. Are there any zoning issues that prohibit or would
slow down the procurement process?
12. Is local or public transportation available in this
area? If not, is there an alternative method of
transportation for inmates to get to and from work or
get to and from their programming appointments?
13. Is the location listed conducive of the BOP
requirement for inmates finding jobs within 14 days of
placement?
14. Are there innovations in this area that BOP could
benefit from and if so what are they?
15. Are there unique laws or regulations applicable to
these services?
URL:
http://www.fbo.gov/spg/DOJ/BPR/PPB/Reference-Nu
mber-RFI-200-0899-NC-Nebraska-Iowa-Counties/listi
ng.html
Desc: Link to FedBizOpps document.
======================================
NAICS Code: 623990
Department of Justice, Bureau of Prisons, Acquisitions
Branch, 320 First Street, NW, Washington, DC, 20534
SUBJECT: G -- G-CCC-Services
SOLICITATION:
Reference-Number-RFI-200-0900-MA-Durham-North
-Carolina
RESP DATE: 12/10/05
CONTACT: Howard Johnson, Contract Specialist,
Phone (202) 307-3070, Fax (202) 307-2780, Email
Hjohnson@bop.gov - Rebecca Canfield, Contract
Specialist, Phone (202) 307-3070, Fax (202)
307-2780, Email rcanfield@bop.gov
DESC: Response Date: December 10, 2005
RFP 200-0900-MA, Community Correction Center
Services in the Durham, North Carolina area
TO ALL INTERESTED PARTIES
This announcement is posted as a request for
information only, for an upcoming solicitation that
will be posted in FEDBIZOPPS. This request for
information is issued to determine whether or not there
are qualified sources that will be able to meet the
requirements. The solicitation will be for Community
Corrections Center services for male and female
federal offenders held under the authority of United
States Statutes in the Durham, North Carolina area.
The requirement will be for approximately
twenty-eight (28) male beds and four (4) female beds,
for the two year base period; approximately fourteen
(14) male beds and two (2) female beds for option
yearÆs 1, 2 and 3 respectively. The anticipated period
of performance is March 01, 2007 to February 29,
2012 if all option years are exercised.
If you have an interest in the upcoming solicitation,
please provide a written response to the questions
below and provide your response to Howard L.
Johnson, Contracting Officer via fax at (202)307-2780
or email at hjohnson@bop.gov. You are advised that
providing responses to the questions will not
automatically include you in the acquisition process
for this solicitation.
REQUEST FOR INFORMATION
1. What experience do you have in providing
residential services?
2. What is the size (small, large, non-profit, etc. ) and
status (8a, veteran-owned, service- disabled
veteran-owned, HUBZone, SDB, woman-owned, etc.)
of your organization?
3. Are there any other Residential Community
100
Corrections Center Facilities in the area?
4. Are there any state or local ordinances/restrictions
that would prohibit or that would considerably slow
down the procurement process, (i.e. building permits
or leasing/rental agreements)?
5. Are there any known local area concerns? Do you
think the area would be supportive of the Bureau of
Prisons (BOP) program? Are there any known groups
or organizations that would oppose the operation of a
residential (halfway) house in this area?
6. Are there environmental issues/concerns in the
area?
7. Are there hubzone locations in the area?
8. Do you feel that it would be difficult to find a
suitable location in this area? If so, explain in detail
why it would be difficult and provide supporting
documentation.
9. What percentage of the work would you do with
your firmÆs employees and what percentage of the
work would you subcontract? If subcontracting
opportunities are available, do you anticipate any
difficulties in subcontracting with small business,
veteran-owned small business, service-disabled, 8A,
SDB, or women-owned small business concerns?
10. Do you feel a pre-solicitation conference would
provide any assistance in clarifying the requirement
for this area? If so, explain how it would be helpful.
11. Are there any zoning issues that prohibit or would
slow down the procurement process?
12. Is local or public transportation available in this
area? If not, is there an alternative method of
transportation for inmates to get to and from work or
get to and from their programming appointments?
13. Is the location listed conducive of the BOP
requirement for inmates finding jobs within 14 days of
placement?
14. Are there innovations in this area that BOP could
benefit from and if so what are they?
15. Are there unique laws or regulations applicable to
these services?
URL:
http://www.fbo.gov/spg/DOJ/BPR/PPB/Reference-Nu
mber-RFI-200-0900-MA-Durham-North-Carolina/listi
ng.html
Desc: Link to FedBizOpps document.
======================================
H - Quality Control, Testing and Inspection
Services
======================================
NAICS Code: 488999
Other Defense Agencies, Defense Security
Cooperation Agency, Defense Budget and Contracts,
201 12th Street Suite 203, Arlington, VA, 22202-5408
SUBJECT: H -- DSCA HAMA Disaster Relief and
Mine Action, HQ0013-05-SS-111705
SOLICITATION: HQ0013-05-SS-111705
RESP DATE: 11/28/05
CONTACT: Toye Latimore, Lead Contract
Specialist/Contracting Officer, Phone (703) 601-3848
, Fax (703) 602-1671, Email Toye.Latimore@dsca.mil
- Julian Sr. Boggan , Contract Specialist, Phone (703)
604-6566, Fax (703) 602-1671, Email
julian.boggan@dsca.mil
DESC: This sources sought is a request for
information prior to drafting and releasing any
resultant solicitation. The information contained in
this sources sought notification is based on the best
and most current information available to date, is
subject to change and is not binding on the
Government. Any significant changes will be provided
in a subsequent synopsis, if required. The Defense
Security Cooperation Agency (DSCA) is seeking
potential sources to provide Funded Transportation
program support. The Funded Transportation program
is conducted under the authority available for
humanitarian assistance, title 10 U.S.C., section 2561.
This section provides DoD the authority to transport
humanitarian assistance material and conduct other
humanitarian assistance worldwide. DSCA is the
Department of Defense (DoD) agency delegated the
responsibility to manage the Funded Transportation
Program to include the inspection of donated
humanitarian good for non-governmental/international
organizations (NGO/IO) sources. The following are
task the Government requires. Task 1. Knowledge
and Comprehension of the Funded Transportation
Program Cargo Guidelines. The Funded
Transportation Program permits transportation of
cargo and DoD non-lethal excess property worldwide
for non-governmental/international organizations
(NGO/IO). The minimum cargo needed to use the
program is one 20-foot shipping container, or 1,100
cubic feet. Cargo is limited only to that which
addresses basic humanitarian needs, which includes
medical, food, shelter, and clothing. Task 2. Follow
and complete the Funded Transportation Program
Inspection Checklist. Inspect each shipment at the load
site. A shipment is defined as any volume of cargo
assigned to any DSCA generated reference number
from the Denton Funded website. Visually estimate
the cargo volume, weight and total number of pieces,
Visually inspect packaging and its condition, Place
stickers on the inspected boxes and cartons, Spot
inspect package labeling, numbering, and addresses, if
any, Spot inspect the cargo and verify inventory is in
accordance with the DSCA approved inventory list,
Provide an overall recommendation on the cargoÆs
suitability for transport, Add any additional comments
on the inspection, Sign the inspection checklist. Task
3. Submit the Funded Transportation Program
Inspection Certificate with Photos to DSCA. Ensure a
completed and signed Inspection Certificate is
submitted to DSCA the day of loading or no later than
noon the next business day. Ensure the applicant reads
and signs the certificate, Ensure the Inspector signs the
certificate, Submit at least five different photographs
of the commodities inspected, Take one picture of the
container alone. Task 4. Contact DSCA if cargo is
found not to be in compliance with the Funded
Transportation Program Guidelines. Notify DSCA
immediately if any unapproved items are found that
are not identified in the inventory list as presented.
Provide a detailed description of the problem in the
comments section of the Cargo Inspection Checklist.
Task 5. Inspect Cargo Simultaneously working
throughout the Continental United States Inspect
Cargo at the load site, Inspect container dropped off
and container picked up during the time that unloading
and loading takes place as determined by the load site.
DSCA will indicate whether a return visit is necessary
in order to visually check the contents of the unsealed
container and to witness placement of the seal. If you
are interested in competing for this requirement, please
indicate your interest by sending an e-mail no later
than November 28, 2005 at 9:00 A.M. EDT to Ms.
Phylliss Robinson, Email: Phyllis.Robinson@dsca.mil
and Toye Latimore, Email: Toye.Latimore@dsca.mil.
The e-mail shall contain the following subject line,
ôSources Sought, DSCA HAMA Disaster Relief and
Mine Action, HQ0013-05-SS-111705ö Use of any
other subject line may delay your entry. All valid
e-mail responses from prospective sources must
provide the return e-mail address, company name,
mailing address, telephone number, facsimile number,
and point of contact within the body of their response.
In addition, to assist in the acquisition strategy
development, please respond to the following
questions: 1) Is your business a large business or small
business [Small Disadvantaged, Woman-Owned,
Service Disabled Veteran Owned, etc.]? (For the
purpose of determining your business size, the North
American Industry Classification System (NAICS),
488999 with a size standard of $6.0 M average annual
receipts over the past three years, will be utilized for
this acquisition). 2) Provide a list of customers
(Government/non-Government) within the past 5-years
highlighting similar work performed. Include contract
numbers, contract type, dollar value of each
procurement, and point of contact/addresses/and
phone numbers and brief description of the work
performed. 3) Provide information relative to past
performance that demonstrates the ability to provide
ALL capabilities noted above. ALL PROSPECTIVE
OFFERORS MUST RESPOND TO THIS SYNOPSIS
VIA E-MAIL. TELEPHONE REQUESTS FOR
SOLICITATIONS WILL NOT BE ACCEPTED OR
RETURNED. Submit responses no later than
November 28, 2005 at 9:00 A.M. EDT. Your response
is limited to 30 pages. NO SOLICITATION EXISTS
AT THIS TIME. The government reserves the right to
conduct oral capabilities demonstrations that will be
scheduled at a later date. This is not a commitment on
the part of the Government to award a contract as a
result of this notice or to pay for any information
received. Any offerors that dialog with the Program
Office will not be permitted to participate in this
solicitation process.
URL:
http://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-0
5-SS-111705/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Defense Security Cooperation
Agency (DSCA)
201 12th Street, South, Ste
Arlington, VA
POP ZIP: 22202-5408
POP COUNTRY: USA
======================================
J - Maintenance, Repair, and Rebuilding of
Equipment
======================================
U S GEOLOGICAL SURVEY, APS PO BOX 25046
MS204A DENVER FEDERAL CENTER DENVER
CO 80225
SUBJECT: J--MAINTENANCE SERVICE
CONTRACT
SOLICITATION: 06CR04NOSOLICITATION
RESP DATE: 12/01/05
CONTACT: DIANA ROMERO PURCHASING
AGENT 3032369327 DLROMERO@USGS.GOV;
DESC: The U.S. Geological Survey, has a requirement
for a service maintenance contract for three (3) Perkin
Elmer GFAA Systems, full protection including parts,
labor, software and travel, with one periodic
maintenance visit. Equipment includes SIM AA 6000
instrument, 5100 PC AA instrument, 5100 ZL
Furnance Module AA ACCY (2), AS-70 Furnace
Autosampler (2), AS-72 Furnace Autosampler. Perkin
Elmer is the manufacturer of these precision
instruments, they are the sole factory trained service
organization that is capable of servicing the equipment
stated above. Based on the information available at
this time, and in accordance with 41 U.S.C. 253(c)(1),
implemented by FAR 6.302-1, the government
considers the item specified as a sole source from
Perkin Elmer Corporation, 710 Bridgeport Ave.,
Shelton, CT 06484 and proposes to negotiate a
contract with that firm on that basis. However, should
additional sources be identified, they will be
considered. Firms who feel that they can furnish the
required item or its functional equivalent (based upon
the criteria specified herein) are invited to submit in
writing an affirmative response to this announcement.
An affirmative response would include literature,
brochures and such other materials which correspond
to the required items stated herein. This information
will be evaluated and used to determine if competitive
opportunities exist. Since no solicitation document
exists, request for such documents without
accompanying information will be considered
non-responsive to this request without further
consideration. This notice may represent the
government's only official notice of this procurement.
The proposed contract consists of a twelve month
basic year with one twelve month option periods. Point
of Contact: Diana Romero email address
dlromero@usgs.gov. No faxes will be accepted. See
Notes 22.
URL:
http://www.fbo.gov/spg/DOI/USGS/USGS/06CR04N
101
OSOLICITATION/listing.html
Desc: Please click here to view more details.
EMAIL: EC_helpdesk@NBC.GOV
Desc: Point of Contact above, or if none listed,
contact the IDEAS EC HELP DESK for assistance
SETASIDE: N/A
POP ADDRESS: LAKEWOOD, CO
POP ZIP: 802250001
POP COUNTRY: US
======================================
TACOM - Rock Island, ATTN: AMSTA-AQ-AR,
Rock Island Arsenal, Rock Island, IL 61299-7630
SUBJECT: J--Maintenance actions for select
components of theM21 Remote Sensing Chemical
Agent Alarm (RSCAAL)
SOLICITATION: W52H09-06-R-0065
RESP DATE: 11/28/05
CONTACT: Susan J Cusack, 309-782-8593
DESC: Reference: Solicitation W52H09-06-R-0065
for M21 Remote Sensing Chemical Agent Alarm.
This SOURCES SOUGHT Notice requests
information PRIOR to release of any resultant
solicitation. The information within this notice is
based on the best and most c urrent information
available to date. This information is subject to
change and is not binding upon the Government.
Updated information will be provided in a subsequent
notice or synopsis, if and when necessary. Potential
sources are sought which are ca pable of providing all
labor, material, equipment, supplies, testing,
packaging, and shipping for repair and return delivery
of the M21 Remote Sensing Chemical Agent Alarm
(RSCAAL). The M21 RSCAAL is an automatic
scanning, passive infrared sensor which de tects nerve
and blister agent vapor clouds. Each M21 RSCAAL
consists of the Detector unit, a transit case for the
detector, a tripod for mounting the detector, and a
tripod carrying bag with associated items of support
equipment. The Detector unit consis ts of a scanning
servo mirror, a Michelson interferometer assembly,
which includes a Magnavox MX7045L cryogenic
cooler, a dewar assembly containing a HgCdTe
photoconductive detector element and associated
electronics including an on-board microprocessor. The
M21 RSCAAL stored in the transit case weighs about
105 pounds. The Detector unit weighs about 54
pounds. It operates from standard military 24 Vdc
power sources. For purposes of this notice, interested
firms may anticipate a performance period of no t
more than five years in the form of a firm, fixed-priced
requirements type contract.. Prospective contractors
shall submit electronically a statement of interest and a
capability submittal, along with any necessary
documentation as designated below. Ele ctronic
submittals are to be submitted for review by Noon on
November 28, 2005. A prospective contractor shall
submit, as a minimum, sufficient detailed information
about the firms corporate capabilities, knowledge,
managerial and technical expertise, and experience to
provide clear and convincing evidence that the
Governments requirement is understood and that the
prospective source has the ability to evaluate, repair,
and test the M21 RSCAAL. Prime Contractors shall
provide the same information for th eir firm, as well
as, any and all subcontractors that may be used in this
type of project in accordance with FAR Clause
52.219-14(b) (1), Limitations on Subcontracting.
Prospective sources are requested to provide the
following information, as a minimum: (1) Company
Name, Address, Email, and Telephone; (2) Specify
type of ownership; i.e., Small Business (SB), Large
Business (LB); Company Status: SB, Historically
Underutilized Business Zone Small Business
(HUBZone SB), Small Disadvantaged Business
(SDB), Wo man-Owned Small Business (WOSB),
Veteran-owned Small Business (VOSB),
Service-Disabled Veteran-Owned Small Business
(SDVOSB), Historically Black College and
University/Minority Institution(HBCU/MI; (3) Name
of any Parent Company; (4) Names of not more than
Two Principals (empowered to speak for the firm on
the policy and contractual matters) to Contact:
Titles/Telephone Numbers, E-mail Addresses; (5) Past
Experience with Same or Similar Items (List as
Federal, State, Local Government, or other types of
cont racts, Project Title, Total Contract Value,
designate in-process or complete; (6) Briefly describe
the facilities and equipment that will be used to repair
the item and its components. Do you currently own or
lease the equipment? Will a major portion of t he
work be sub-contracted? Do you plan to repair the
M21 RSCAAL in its entirety or will portions of
manufacture/packaging/shipping be subcontracted?
NO SOLICITATION IS PENDING AT THIS TIME. It
is the intent of this announcement to find sources to
repair or have the express capability and ability to
repair the M21 RSCAAL as described above. After
review of submittals and/or capability packages, the
Government reserves the right to have technical
discussions to clarify technical issues. This is not a
commitment on the part of the Government to award a
contract as a result of this notice or to pay for any
information received. This notice constitutes neither a
Request for Proposal or Invitation for Bid, nor does it
restrict the Government to an ultimate acquisition
approach. This Sources Sought notice shall not be
construed as a commitment by the Government to
solicit or award a contract in the future. The pur pose
of this notice is market research. The Government will
not rank submittals or provide any reply to interested
firms. Electronic submittals are due for review by
Noon on November 28, 2005 to
Cusacks@ria.army.mil.
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAE20/W52
H09-06-R-0065/listing.html
Desc: Link to FedBizOpps document.
EMAIL: susan.j.cusack@us.army.mil
Desc: TACOM - Rock Island
SETASIDE: N/A
POP ADDRESS: TACOM - Rock Island ATTN:
AMSTA-AQ-AR, Rock Island Arsenal Rock Island IL
POP ZIP: 61299-7630
POP COUNTRY: US
======================================
R - Professional, Administrative and
Management Support Services
======================================
NAICS Code: 541990
Department of the Air Force, Air Force Space
Command, 45CONS (Bldg 989), 1030 S. Highway
A1A MS 1000, Patrick AFB, FL, 32925-3002
SUBJECT: R -- Airborne Weather Surveillance
(AWS)
SOLICITATION: FA2521-06-R-0006
RESP DATE: 12/02/05
CONTACT: Donna Stubbs, Contract Specialist,
Phone (321) 476-3491, Fax 321-476-4984, Email
donna.stubbs@patrick.af.mil - Rena Wolfe, Contract
Specialist, Phone (321) 494-9963 (DSN 854-), Fax
(321) 494-2564 (DSN 854-), Email
rena.antetomaso@patrick.af.mil
DESC: This market survey is being conducted to
identify potential sources interested in providing
airborne weather surveillance support services for the
45th Space Wing (45 SW) in support of defense and
commercial launches at Cape Canaveral Air Force
Station (CCAFS), Florida. Services include, but are
not limited to, (1) airborne real time observation and
reporting of weather phenomena and parameters to
help the Launch Weather Team (LWT) determine the
likelihood of natural and/or triggered lightning in
support of launch operations; and (2) direct aerial
observation and interpretation of real time weather
conditions in and around the Eastern Range (ER) to
help the LWT evaluate meteorological phenomena
associated with established Launch Commit Criteria
(LCC). Offerors must possess and demonstrate a
broad knowledge of basic meteorological
observational skills and of the established Launch
Commit Criteria (LCC). Offerors must possess
specific skills that include determining cloud bases
and tops, cloud opaqueness, and in cloud precipitation.
Operating locations will include CCAFS, Patrick AFB,
FL, and further locations to be determined. Offerors
must possess access to aircraft capable of operating
under all weather conditions during day or night to an
altitude of 40,000 feet (service ceiling) with a
minimum rate of climb of 3,300 feet per minute, attain
speeds of 400 knots or more, measure/monitor outside
air temperature and winds, and occasionally fly
through moderate icing and turbulence. The offeror
shall have a FAA Part 135 certificate for their aircraft
and meet requirements as outlined in 14 CFR, Chapter
1, Part 135.163, with a FAA Standard Airworthiness
Certificate. The offeror must be able to support
operations at any hour, any day of the year with 10
days notice. The pilot shall follow procedures IAW 45
SWI 13-201 established by the 45 SW for operating an
aircraft in restricted airspace. For all launches from
Cape Canaveral Air Force Station (CCAFS), the
offeror shall place an aircraft on standby at Patrick
AFB, FL so that government representatives have
access at a minimum of three hours prior to the
beginning of the launch window. The aircraft must be
airborne within 15 minutes of call-up by the
government. Once airborne, the aircraft must have the
ability to perform surveillance for up to three
continuous hours. The offeror will provide continuous
radio communication with the Launch Weather
Operations Center (LWOC) while in flight. Due to
weather and/or other factors, the offeror must be able
to support multiple launch attempts typically separated
by a minimum of 24 hours. Secret security clearances
are required. The applicable NAICS code and size
standard are 541990/1000 employees. Conflict of
interest (COI) rules may apply, which would prohibit
participation in related acquisitions and/or submit
mitigation plans following release of the RFP.
Additional acquisition information will be available
via Internet at https://45cons.patrick.af.mil/awsmr/.
Potential offerors are encouraged to monitor the
website for program documents; e.g., Draft
Performance Work Statement (PWS), Acquisition
Schedule, and Requests for Information (RFIs). Firms
responding to this sources sought notice must (1) state
whether they are a small or large business based on the
size standard above; if applicable, identify
subcontractors to be used and their anticipated
responsibilities; (2) indicate if a small disadvantaged
or woman-owned business, 8(a) firm, or a historically
black college or university or minority institution
(HBCU/MI), or a historically underutilized business
zone (HUBZone) small business; (3) provide
experience in the form of an outline of previous
projects for specific relevant work completed or
currently being performed of equivalent magnitude
including contract numbers, description of the work,
points of contact, and phone numbers; professional
qualifications and specific experience of personnel
identified to perform the work; and (4) any other
pertinent information which would enable the
government to assess a firmÆs capabilities. Because
the government reserves the right to set this
acquisition aside based on the responses received, it is
imperative that firms respond with the required
information so that capabilities can be evaluated
accurately. Complete responses must be received by
the government prior to close of business on 2 Dec
2005. This synopsis is for planning purposes only and
does not commit the government to pay for the
information requested, issue a solicitation, or award a
contract. No solicitation documents currently exist for
this synopsis. Submit all responses to this notice to
the point of contact listed below. Point of Contact 45
CONS/LGCZ, ATTN: Charlene Thomas, 14640
Hangar Road (CCAFS), E&L Building 1704, MS
2037, Patrick AFB FL 32925-2206; E-mail:
Charlene.Thomas@patrick.af.mil.
URL:
102
http://www.fbo.gov/spg/USAF/AFSC/45CONSb989/F
A2521-06-R-0006/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Cape Canaveral Air Force Station,
Patrick Air Force Base, Florida
POP ZIP: 32925-3238
POP COUNTRY: USA
======================================
NAICS Code: 811213
Other Defense Agencies, Missile Defense Agency,
MDA Deputy for Contracting (MDA/CT), 7100
Defense Pentagon, Washington, DC, 20301-7100
SUBJECT: R -- Telecommunications Technicians
Support.
SOLICITATION: HQ0006-06-Q-0001
RESP DATE: 11/30/05
CONTACT: Marc Lesser, Contracting Officer, Phone
(703) 882-6428, Fax (703) 882-6356, Email
Marc.Lesser@mda.mil - Marc Lesser, Contracting
Officer, Phone (703) 882-6428, Fax (703) 882-6356,
Email Marc.Lesser@mda.mil
DESC: The Missile Defense Agency (MDA) is
seeking potential sources for services in support of the
AgencyÆs telecommunications systems. The support
requirement includes two (2) Senior
Telecommunications Technicians. MDA intends to
utilize its Basic Support Services Program GSA
ordering procedures to acquire the services described
in this notice. The North American Industrial
Classification System (NAICS) for this requirement is
811213 Communication Equipment Repair and
Maintenance, with a size standard of $6,000,000. This
requirement is reserved for eligible 8(a) concerns
under FAR Subpart 19.8. All respondents shall
confirm that their size status is (1) small as of this
FedBizOpps notice date, (2) small on their applicable
GSA FSS contract and (3) small under the NAICS
code size standard. All three of these confirmations
must be affirmative. Interested GSA schedule holders
judged best qualified to compete for the work will be
provided access to a Request for Quotations package
within the three (3) weeks after this announcementÆs
due date, with offers due approximately three (3)
weeks later. The resultant order will consist of hybrid
Firm-Fixed Price support services contract line item
(approximately two (2) Man Year Equivalents per
year) and cost contract line item for ODCs. The term
of the order with options is anticipated to be one (1)
base year and four (4) one-year options. Due to the
BRAC, there is the potential for the location of the
support requirements to be moved to Huntsville, AL
during the option performance periods. Services will
be performed on Government sites with one (1)
position requiring a TOP SECRET clearance and one
(1) position requiring a SECRET clearance.
A draft Statement of Work may be found at the
Federal Technical Data Solutions (FedTeDS) website,
https://www.fedteds.gov, using the reference number
ôHQ0006-06-Q-0001ö. Businesses must register with
the FedTeDS site in order to access this information
and should confirm accessibility to the site on the day
following the registration. Interested business firms are
invited to submit to the contracting office as early as
possible, but not later than the due date of November
30, 2005, a three page Capability Statement
summarizing the corporate strengths in relation to the
following criteria: 1) Specific, related past/current
DoD experience related to this requirement 2)
Management approach in managing on-site staff,
retention/replacement, authority, responsibilities, and
quality control, and 3) personnel qualifications and
experience.) If planning to subcontract, identify the
firm(s) and their size status. Segregate this
information on the Capability Statement by firm.
Also, please specify by name one primary and one
alternate Point of Contact within your firm, including
the respective telephone numbers and email addresses
of those individuals. All information must be
contained within the three-page Capability Statement
limit. The Capability Statement will be evaluated and
a short-list will be determined. Only firms on the
short-list will have access to the RFQ on the FedTeDS
HQ0006-06-Q-0001 site. Capability Statement
responses shall be provided electronically to Gregory
Davidowich, gregory.davidowich.ctr@mda.mil and
Marc Lesser, marc.lesser@mda.mil. Acceptable
sources must hold a GSA Schedule, qualify under the
applicable NAICS, and be able to provide personnel
with the aforementioned security clearances at task
order start date.
Contact information for Gregory Davidowich, Phone:
(703) 882-6862, Fax: (703) 882-6356.
URL:
http://www.fbo.gov/spg/ODA/MDA/WASHDC1/HQ0
006-06-Q-0001/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: 8a Competitive
POP ADDRESS: Missile Defense Agency, MDA
Deputy for Manufacturing and Producibility, 7100
Defense Pentagon, Washington, DC
POP ZIP: 20301-7100
POP COUNTRY: USA
======================================
T - Photographic, Mapping, Printing, and
Publication Services
======================================
ACA, NRCC, Carlisle Barracks, 314 Lovell Avenue,
Suite 1, Carlisle Barracks, PA 17013-5072
SUBJECT: T--Publish and distribute a civilian
enterprise newspaper - The Carlisle Barracks Banner for the US Army War College and Carlisle Barracks,
PA
SOLICITATION: W91QF0-06-BANNER
RESP DATE: 12/16/05
CONTACT: Karen Kurzendoerfer, (717) 245-4609
DESC: The government is issuing this Request for
Information (RFI) as part of a market survey. USAWC
and Carlisle Barracks provides news and information
that is accurate, informative, educational and
entertaining in support of command internal
communicati ons in order to disseminate command
policies, educate about missions, and enhance
wellbeing for the installations military and civilian
employees, residents, and the associated Pennsylvania
military community of USAR/NG/retired military
personnel receivin g support from the installation. The
US Army War College is seeking small business firms
interested in publishing The Banner newspaper using
copy produced by the USAWC Public Affairs Office
staff, and using photographs and graphics produced
either by the P AO, the Directorate of Information
Management or the publisher, as directed by the PAO,
in consonance with regulations and policies of the
Department of the Army. The publisher shall furnish
all necessary supplies, parts, materials, tools, and
support equ ipment required to perform all services.
Publisher shall provide services, equipment, tools,
materials, supervision, and other items necessary to
publish and distribute a bi-weekly civilian enterprise
(CE) newspaper biweekly, with quarterly special
inserts , for USAWC, Carlisle Barracks, and tenant
commands. All proceeds from the sale of advertising
for The Banner shall be enjoyed solely by the
publisher. The publisher shall not be required to share
profits nor pay money to the US Army, or to provide
goods a nd services or considerations not directly
related to The Banner. The Publisher shall not charge
for the paper; with the exception of mailed
subscriptions, it shall be distributed free.
SUBMITTAL CONTENTS: The statement of interest
shall include, as a mi nimum, the following: (1) an
example of print quality; (2) experience level of
employees; 3) any award-winning publications; (4)
availability of professional-level information
technology hardware and software; and (5) geographic
location. The government w ill not award a contract
based on this RFI nor will participants be reimbursed
for any costs associated with preparing and/or
submitting responses. SUBMITTAL PROCEDURES:
Interested parties shall submit a statement of interest
on company letterhead to Ka ren Kurzendoerfer,
Directorate of Contracting, 314 Lovell Avenue,
Carlisle Barracks, PA 17013. Only one statement of
interest shall be submitted by any one company or
agency and should not exceed fifteen (15) pages in
length (single space, 10 or 12 font). This notice does
not constitute an invitation for bids or a request for
proposal and is not a commitment by the government
to procure subject material. No solicitation document
is available at this time. The government does not
intend to award a contract on the basis of this Request
for Information or otherwise pay for the information
solicited.
URL:
http://www.fbo.gov/spg/USA/DABJ/DABJ01-3/W91Q
F0-06-BANNER/listing.html
Desc: Link to FedBizOpps document.
EMAIL: karen.kurzendoerfer@carlisle.army.mil
Desc: ACA, NRCC, Carlisle Barracks
SETASIDE: N/A
POP ADDRESS: ACA, NRCC, Carlisle Barracks 314
Lovell Avenue, Suite 1, Carlisle Barracks PA
POP ZIP: 17013-5072
POP COUNTRY: US
======================================
Z - Maintenance, Repair or Alteration of Real
Property
======================================
Attn: Department of Veterans Affairs Medical Center,
Chief, AMMS, (90C), University & Woodland
Avenues, Philadelphia, Pennsylvania 19104
SUBJECT: Z--Z -- Renovate Behavioral Health Suite
SOLICITATION: 642-33-05
RESP DATE: 01/16/06
CONTACT: Point of Contact - Loretta Devore,
Contracting Officer, Ph: (215) 823-5157, Fx:(215)
823-6054, Contracting Officer - Loretta Devore,
Contracting Officer, Ph:(215) 823-5157, Fx:(215)
823-6054
DESC: Contractor shall furnish all labor, materials,
equipment and supervision required to completely
renovate the Behavioral Health Suite which is
approximately 20,000 square feet of space on the 7th
floor of building #1. Work shall include but not
limited to demolition, plumbing, electrical, HVAC
etc.. In addition the Contractor shall remove asbestos
containing pipe insulation. All the work to be
completed within 400 calendar days after the Notice to
Receive is issued, plus the work must be phased. The
work shall be done in strict accordance with the
specifications and drawings provided. The tentative
issue date for this procurement is December 5, 2005;
the project is estimated at between $2,000,000 $5,000,000. The NACIS (North American Industry
Classification System) code for this procurement is
233320. The bid packages will be issued on a first
come basis, this solicitation is unrestricted, but the
HUBZONE 10% will apply for large business. The
cost for the bid packages will be $50.00. Fax requests
will not be accepted.
URL:
http://www.fbo.gov/spg/VA/PhVAMC642/PhVAMC6
42/642-33-05/listing.html
Desc: Link to FedBizOpps document.
EMAIL: loretta.devore@med.va.gov
Desc: Loretta Devore
SETASIDE: N/A
POP ADDRESS: University & Woodland Avenue
POP ZIP: 19104
POP COUNTRY: United States
======================================
15 - Aircraft and Airframe Structural
Components
======================================
NAICS Code: 336413
Department of the Air Force, Air Force Materiel
Command, Tinker OC-ALC - (Central Contracting),
3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK,
73145-3015
SUBJECT: 15 -- COVER ACCESS
103
SOLICITATION: fa810306q0197
RESP DATE: 12/16/05
CONTACT: Alice Miller, Buyer, Phone
405-739-2818, Fax 405-739-2817, Email
alice.miller@tinker.af.mil
DESC: Solicitation FA8103-06-Q-0197
OC-ALC/PSKAB ATTN: Alice Miller,3001 STAFF
DR SUITE 2AF86A TINKER AFB OK 73145-3020.
Item 0001, NSN: 1560-01-366-3678EK, P/N
L322370-002; COVER ACCESS QUANTITY:1
EACH
Application: B-1B
Type of solicitation: COMPETITIVE
Contract Type: Firm Fixed Price
Issue Date 17 NOV 05
Estimated Award Date: 16 DEC 05
Destination: Tinker AFB Ok
This is a competitive solication. AMC is 12G. The
drawings will be available in FEDTEDS. Faxed
solicitations can be submitted to OC-ALC/PKXDA,
Tinker AFB OK 73145-3015, FAX NUMBER
(405)739-3656. No telephone requests. Only written,
faxed, or electronic requests received directly from the
requestor are acceptable. . All responsible sources
solicited may submit a bid, proposal, or quotation,
which shall be considered. Interested persons may
identify their interest for competitive proposals.
However, all proposals received within thirty days
after date of publication of this synopsis will be
considered by the Government. SEE NOTE(S): 1,26.
URL:
http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/fa8
10306q0197/listing.html
Desc: Link to FedBizOpps document.
SETASIDE: Total Small Business
======================================
36 - Special Industry Machinery
======================================
P.O. Box 190022, North Charleston SC 29419-9022
SUBJECT: 36 -- Enhanced Tactical Satellite Signal
Processor
SOLICITATION:
SSC-Charleston_MKTSVY_306DA
RESP DATE: 12/02/05
CONTACT: Point of Contact - Brenda Yopp,
Contract Specialist, 843-218-5979
DESC: The Government intends to negotiate a Sole
Source contract, in accordance with FAR 6.302-1,
with VertexRSI, Antenna & Control Systems Division,
1915 Harrison Road, Longview, TX 75604, for the
procurement of 51 Enhanced Tactical Satellite Signal
Processor TD- 1473 for the AN/TSC-93 and AN/TSC85, , these systems have been certified through the
Defense Information Systems Agency (DISA). The
Enhanced Tactical Satellite Signal Processor TD-1473
is a synchronous time division multiplexer that
provides both aggregate interfaces to satellite modems
and group interfaces to ground equipment. The
TD-1473 shall be interoperable with the legacy TD1337 equipment, the VertexRSI NSM- 8448,
VertexRSI NSM-20M and other ETSSPs compatible
with MIL-STD-188- 168, Interoperability Standard for
SHF Satellite Communications Baseband Equipment.
The TD-1473 shall couple the ETSSP with an
integrated control computer in a 7-rack unit (RU)
aluminum enclosure. The front panel shall have two
power switches, a mating connector for the H-250
handset, eight (8) green status indicator LEDs, one (1)
yellow attention (ATTN) LED, one (1) red summary
error (ERR) LED, and two (2) handles that facilitate
easy installation/removal to/from a 19-inch rack or
other type of housing. A rugged notepad PC shall be
mounted in the front panel that runs the Graphical
User Interface (GUI) software to allow setup and
control of all ETSSP functions. The computer screen
shall be touch-sensitive and shall operate via a stylus
mounted near the right side handle. The rear panel
shall have a power connector, an RS-485 connector
that facilitates linkage with the monitor and control
PC, a BNC connector for connection to an external
timing reference, and shall provide interfaces for the
dedicated user, Vinson, NRZ, CDI, T1 and E1 ports.
The TD-1473 physical data shall be Width 18.94
inches, Depth 16.75 inches, Height 12.25 inches, and
Weight 26 lbs. The TD-1473 environmental data shall
be Non-operating -40║C to 85║C (-40║F to 185║F)
Temperature (Ambient), Operating 0║C to 50║C
(32║F to 122║F), Non-operating 0 to 95% noncondensing Relative Humidity, Operating 0 to 95%
non-condensing, Non-operating to 40,000 ft. above
mean sea leveAltitude l, and Operating to 10,000 ft.
above mean sea level. The TD-1473 shall contain three
AC/DC power supplies which shall have a 115 VAC
(nominal) input. The first power supply shall provide
regulated +5, +3.3 and +12 VDC outputs, which
satisfy the power requirements of the main printed
circuit board assembly and blower fan. The second
power supply shall provide -12 VDC to the main
printed circuit board. The third power supply shall
provide +19 VDC to the integrated control computer
mounted behind the front panel. The 100-240 VAC,
50-60 Hz AC power shall input via the AC power
cable and is supplied to the TD-1473 circuit
breaker/switch title MAIN POWER on the front panel.
The switch in turn shall provide operating voltages to
each respective power supply and ultimately all
internal circuitry. Grounding to the user equipment
rack shall consist of a grounding strap attached to the
TD-1473 grounding lug and connected to the chassis
of the equipment rack. The Input Power is 100-240
VAC, 50-60 Hz. A Firm Fixed Price type contract is
anticipated. Delivery of 21 each is required within
60-90 days after contract award, partial shipment will
be accepted on the remaining 30 each with 5 each to
be delivered each month thereafter until a total of 51
have been delivered or twelve (12) months after
contract award. All Items delivered shall have a 40
month Failure-Free Warranty and shall have a 5 day
in- plant Turn around Time for any Warranty repair
work. The NAICS Code is 334220 and the applicable
size standard is 750 employees. NO SOLICITATION
WILL BE MADE AVAILABLE AS A RESULT OF
THIS ANNOUNCEMENT. THIS IS NOT A
REQUEST FOR COMPETITIVE PROPOSALS. Any
firm that believes it can meet these requirements may
give written notification to the individual identified
below. Supporting evidence to include appropriate
documentation, literature and references must be
furnished in sufficient detail to demonstrate the high
level of proficiency required to comply with the exact
requirements shown above. This documentation shall
include: contract numbers, contract types, dollar value
for each contract referenced, summary of work
performed as well as a customer point of contact,
including phone number, for relevant work performed
during the past five years that substantiates the ability
to meet this requirement. It shall also include the
physical characteristics and specifications of the item
to be evaluated. The data submitted shall be limited to
no more than five (5) pages. Comments and/or
responses shall be submitted via e-mail to
SPAWARSYSCEN Charleston, Code 0215BY,
Brenda Yopp at: Brenda.Yopp@navy.mil. Any
response to this announcement must be received no
later than 14:00 EST 02 December 2005. All
responses will be evaluated; however, a determination
by the Government not to compete the proposed action
is solely within the discretion of the Government
URL:
http://www.fbo.gov/spg/DON/SPAWAR/SPAWARSY
SCEN_Charleston/SSC-Charleston_MKTSVY_306D
A/listing.html
Desc: Click on this link to access the SPAWAR
E-Commerce Central Web Site
EMAIL: brenda.yopp@navy.mil
Desc: Contract Specialist
SETASIDE: N/A
======================================
56 - Construction and Building Materials
======================================
RTP Procurement Operations Division (D143-01)
Research Triangle Park, NC 27711
SUBJECT: 56--Annual Roof Inspection
SOLICITATION: PR-NC-06-10024
RESP DATE: 11/28/05
CONTACT: ANTONIO L. LEATHERS, Contract
Specialist, Phone: 919-541-2312, E-Mail:
leathers.antonio@epa.gov
DESC: NAICS Code: 238160 The United States
Environmental Protection Agency (EPA) intends to
negotiate a sole source contract with Baker Roofing
Company, P.O. Box 26057, Raleigh, NC 27611 for
one year of roof inspections, maintenance and repairs
to the EPA's on-site buildings. The U.S. EPA believes
that Baker Roofing is the only source capable of
providing the roof inspection, repair and maintenance
of the on-site buildings required to maintain the
10-year roof warranty. The circumstance permitting
Other than Full and Open Competition Justification is
FAR 6.302-1, "Only one responsible source and no
other supplies or services will satisfy agency
requirements". The period of performance is expected
to be from December 01, 2005 trough November 30,
2006. There will also be an option included for four
(4) additional option years of services for roof
inspection, maintenance and repair. In accordance
with FAR 5.203(a)(1), all interested parties who
believe than can provide the required roofing service
should fully explain their capabilities and
qualifications in writing within 10 days from the date
of this announcement. The intent of this synopsis is to
determine if any source(s) exist and therefore no
Request for Quote (RFQ) is available. Consequently,
any response(s) failing to provide the aforementioned
data but instead choosing to merely submit a routine
letter requesting a copy of the RFQ will not be
honored. Submit your response to the U.S.
Environmental Protection Agency, RTP Procurement
Operations Division (E105-02), Attn: Antonio
Leathers, Research Triangle Park, NC 27711 or e-mail
leathers.antonio@epa.gov.
URL:
http://www.fbo.gov/spg/EPA/OAM/CMD/PR-NC-0610024/listing.html
Desc: The Environmental Protection Agency
EMAIL: leathers.antonio@epa.gov
Desc: ANTONIO L. LEATHERS
SETASIDE: N/A
======================================
65 - Medical, Dental, and Veterinary Equipment
and Supplies
======================================
Great Plains Regional Contracting Ofc, ATTN:
MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort
Sam Houston, TX 78234-6200
SUBJECT: 65--Disposable Procedural Trays
SOLICITATION: DADA09-06-T9003
RESP DATE: 12/16/05
CONTACT: kevin.w.hill1, 210-916-6289
DESC: This Federal Business Opportunity
Announcement is notice the TRICARE Region 6, 7 &
8 which includes 46 Military Treatment Facilities
(MTFs) in the states of Arizona, Arkansas, Colorado,
Idaho, Kansas, Louisiana, Missouri, Oklahoma,
Nebraska, Nevada, New Mexico, North Dakota,
Texas, South Dakota, Utah and Wyoming are
initiating the standardization process for the product
line of Disposable Procedural Trays. The intent of this
standardization is to establish regionally preferred
sources for hospital s upply items and to standardize
purchasing of these products for the MTFs.
Additional TRICARE Regions may elect to join after
the award. Clinical Product Team (CPTs) will
evaluate this product line. CPTs are composed of
Physicians, Nurses, Medical Tec hnicians, Infection
Control Officers and other clinicians who have
expertise and knowledge of the products. They will
review and technically evaluate the products
submitted. TRICARE Region 6, 7 & 8 deems the CPT
members to be medical experts. Therefore, they are
104
qualified to determine which products are acceptable.
Their recommendation can be accomplished by
literature review, presentation, demonstration and/or
clinical evaluation. Review the DMMonline website
@ https: //dmmonline.dscp.dla.mil/standard ization to
learn more about the Regional Standardization
Program. Vendors interested in having their products
evaluated for possible inclusion in the standardization
process should carefully review the stated
requirements below. GENERAL REQUIREMENTS
for this product line include disposable procedural
trays utilized throughout the medical treatment facility.
These trays should be sterile, self-contained trays
providing the most common supplies and instruments
utilized for the particular procedure. We ar e looking
for a company or companies that can supply the
following but not limited to these types of procedural
trays: Amniocentesis Tray, Basic Instrument Tray,
Biopsy Basic Tray, Circumcision Tray,
Cricothyrotomy Tray, General Procedure Tray,
Incision an d Drainage Tray, Laceration Tray,
Paracentesis Tray, Pneumothorax Tray, Soft Tissue
Tray, Suture Removal Tray, Thoracentesis Tray and
Toenail Removal Tray. If your company currently
holds a Distribution and Pricing Agreement (DAPA)
for this Medical-Surgic al product line, your company
is eligible to participate in the standardization effort
for this region. If your company is not a current
DAPA holder for this product line, you may still be
eligible to participate in this standardization effort for
this re gion by contacting the Defense Supply Center
Philadelphia (DSCP), Mr. John Charalabidis at (215)
737-7124 or e-mail (John.Charalabidis@dla.mil) to
apply for a DAPA. Your company will be considered
once DAPA paperwork is pending at DSCP.
Distribution of these products for the MTFs will be
accomplished through Cardinal Health, the DoD
Medical-Surgical Prime Vendor for Regions 6, 7 & 8.
After you have notified the POC of your intent to
participate, the POC will advise you of the next steps
to take. If you r company can provide any of these
products, please forward the literature only of all items
available from your company that meet the product
descriptions above and any corresponding product
literature no later than December 16, 2005. Those
companies tha t do not reply by this date may be
eliminated from consideration. If the CPT
recommends a company, the TRBO may request sales
data to facilitate a conversion plan. This information
will be treated as proprietary and not releasable.
Suppliers may be requ ired to conduct clinical trials
and provide clinical samples at no cost to the
government. To participate, Contact Sarah L. Allen no
later than December 16, 2005, at (210) 916-6348 or
email: Sarah.Allen@amedd.army.mil, or by mail to
the Tri-Service Regio nal Business Office, ATTN:
TRBO/Sarah Allen, Bldg 3600, Room L34-1A, 3851
Roger Brooke Drive, Fort Sam Houston, TX 78234.
Please include a cover letter ident ifying your company
POC for questions regarding your product as well as
your company name, address and phone/fax number.
Electronic (e-mail) communication is preferred.
URL:
http://www.fbo.gov/spg/USA/MEDCOM/DADA09/D
ADA09-06-T9003/listing.html
Desc: Link to FedBizOpps document.
EMAIL: kevin.w.hill1@us.army.mil
Desc: Great Plains Regional Contracting Ofc
SETASIDE: N/A
POP ADDRESS: Great Plains Regional Contracting
Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke
Drive Fort Sam Houston TX
POP ZIP: 78234-6200
POP COUNTRY: US
======================================
66 - Instruments and Laboratory Equipment
======================================
NAICS Code: 339999
Department of Agriculture, Forest Service, R-8/SRS
Eastern Administrative Zone, P.O. Box 2750 160-A
Zillicoa St., Asheville, NC, 28802
SUBJECT: 66 -- MICROLAB STARlet Robotic
Pipetting System
SOLICITATION: AG-4568-S-06-0009
RESP DATE: 12/05/05
CONTACT: Mike Walker, Purchasing Agent, Phone
828-257-4290, Fax 828-257-4876, Email
mwalker@fs.fed.us - Bob Lee, EAZ Acquisition
Procurement Analyst, Phone 828-257-4297, Fax
828-257-4876, Email robertlee@fs.fed.us
DESC: The USDA Forest Service Southern Research
station proposes to award sole source procurement for
a MICROLAB STARlet Robotic Pipetting System
with 30 Track Deck Assembly, eight independently
spreadable air displacement pipetting channels, 96
Prep Arm, Autoload/Bar Code Reader, LLD-liquid
level detection, Tip eject station, Vector system control
software, Power cord, and Operation Manual and
Other accessories. Any firm that can provide an
or-equal product should contact the person listed as
the point of contact below.
URL:
http://www.fbo.gov/spg/USDA/FS/4568/AG-4568-S-0
6-0009/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Harrison Experimental Forest
23332 HIghway 67
Saucier, MS
POP ZIP: 39574-9344
POP COUNTRY: US
======================================
NAICS Code: 334515
Department of the Navy, Naval Air Systems
Command, Naval Air Warfare Center Aircraft
Division Lakehurst, Contracts Department Hwy. 547
Attn:B562-3C, Lakehurst, NJ, 08733-5083
SUBJECT: 66 -- Electrostatic Diagnostic Test Set
SOLICITATION: N68335-06-RFI-1117
RESP DATE: 12/17/05
CONTACT: Wendy Bell, Contract Specialist, Phone
(732) 323-4692, Fax (732) 323-4822, Email
wendy.bell@navy.mil - Daniel McClure, Contracting
Officer, Phone 732-323-2801, Fax 732-323-2359,
Email daniel.mcclure@navy.mil
DESC: ELECTROSTATIC DIAGNOSTIC TEST SET
Request for Information. THIS IS A REQUEST FOR
INFORMATION ONLY. THERE IS NO
SOLICITATION PACKAGE AVAILABLE. NAVAIR
Lakehurst is seeking potential sources, industry
comments and product information for the potential
acquisition of a new Organizational Level portable
Electrostatic Diagnostic Test Set. The test set must be
capable of inducing a localized, high voltage static
charge onto the outer skin of the aircraft to simulate
actual atmospheric precipitation conditions that occur
during aircraft flight. The test set must be capable of
identifying the three types of electrical discharge
generated by problem areas on the aircraft:
Metal-to-Metal Arching/Sparking, Corona Discharge,
and Streamering Effects. Common problem areas
typically found on aircraft are: structural plates,
antenna mounting, inspection panels, tail cones, fin
caps, etc. The test set must consist of the following:
High Voltage 40-50 kilovolt (kV) DC variable output
power supply with an adjustable current overload
protection circuit. It must be capable of depositing
charge from 0-50 kV and 0-500 microamperes. High
Voltage Ion Discharge Wand for inducing high voltage
static charge to outer skin of an aircraft. Sufficient
Grounding Cable. Digital Low Resistance Ohmmeter
(DLRO) for measuring DC bonding resistances from
.001 milliohms to 59.99 ohms. Megger Digital
Insulation Tester with auto ranging capability from .01
kilohms to 2000 mega ohms. Multi Band hand-held
receivers with charge units for monitoring P-static
interference on a frequency range of 150 kilohertz
(kHz) to 174 megahertz (MHz). Multimeter for
measuring midrange resistance measurements, and
both DC and alternating current (AC) voltage and
current measurements. The test set must be rugged for
operating in an Organizational Level Environment at
shore-based facilities during testing and
troubleshooting of the aircraft. The government WILL
NOT PAY for any information received in response to
this request for information nor will the government
compensate the respondent for any cost incurred in
developing the information for the government. The
Government will not release any information marked
with a Proprietary legend, received in response to this
RFI, to any firm, agency, or individual outside the
Government without written permission in accordance
to the legend. It is requested that information be
submitted within 30 days after publication of this
notice. Any request for copies of solicitations will not
be addressed since this is a request for information,
not a request for proposal. It is requested that
information be submitted to: Wendy Bell, Naval Air
Warfare Center Aircraft Division, Highway 547 Bldg
562-03, Lakehurst NJ 08733-5000, or by electronic
mail at: wendy.bell@navy.mil.
URL:
http://www.fbo.gov/spg/DON/NAVAIR/N68335/N683
35-06-RFI-1117/listing.html
Desc: Link to FedBizOpps document.
======================================
69 - Training Aids and Devices
======================================
NAICS Code: 336414
US Army Aviation and Missile Command (Missile),
ATTN: AMSAM-AC, Building 5303, Martin Road,
Redstone Arsenal, AL 35898-5280
SUBJECT: 69--Request for Information (RFI) for
Rocket Motor Assemblies for the MQM-107 Aerial
Target.
SOLICITATION: W31P4Q-06-R-0132
RESP DATE: 12/19/05
CONTACT: Donald Catlett, 256-876-5209
DESC: The Army Program Executive Office (PEO)
for Simulation, Training, and Instrumentation (STRI),
Project Manager for Instrumentation, Targets, and
Threat Simulators (PMITTS), Targets Management
Office (TMO) is requesting information on the
capabilities to provide rocket motor assemblies that
augment the take-off thrust and provide the desired
launch characteristics of the MQM-107 target. The
following rocket motor performance characteristics
shall be addressed in any vendors data submitted in
response to this RFI: a. Ballistic Performance
Parameters: Test Temperature at -40 (║F): Minimum
Total Impulse (lbs-s)14,250, Maximum Burn Time
(sec) 3.05, Minimum Average Thrust (lbf) 4672,
Maximum Thrust (lbf) 7,200, Maximum ignition delay
(msec) 100, Maximum tail-off (ms ec) 400. Test
Temperature at 140 (║F): Minimum Total Impulse
(lbs-s)14,500, Maximum Burn Time (sec) 2.65,
Minimum Average Thrust (lbf) 4672, Maximum
Thrust (lbf) 7,200, Maximum ignition delay (msec)
100, Maximum tail-off (msec) 400. b. Physical
Characteristics: Weight 155 lbs max, Length 55 inches
max, Diameter, 8 inches max. This request for
information is for purposes of exchanging information
to improve understanding of the Government
requirements and industry capability and is for
information and planning only. This announcement
must not be construed as a commitment by the
Government and any information submitted by
industry will not constitute an offer which could be
accepted by the Government to create a binding
contract. The Go vernment does not intend to award a
contract on the basis of this instrument, or pay for
data/information obtained. It is highly desirable that
data and information submitted be provided with
unlimited rights. However, responses to this RFI that
indicate t hat the information therein is proprietary or
represents confidential for business information will be
received and held in confidence for U.S. Government
use only. All proprietary/restricted information
submitted must be clearly marked as an addendum to n
on-restricted/non-proprietary data/information.
Information provided may include marketing
105
literature, white papers, drawings, briefings, web sites,
etc& and may be submitted in hard copy and/or
electronic files compatible with Windows XP,
Microsoft Office, and/or Adobe Acrobat 6.0. Properly
marked prop rietary data will be handled accordingly.
Responses and questions to this RFI are to be
submitted and addressed to: Targets Management
Office ATTN: SFAE-STRI-PM ITTS-QE (Eric Block)
Bldg 3203 Hercules Road Redstone Arsenal, AL
35898-7458 Eric.Block@us.army.mil (256) 955-8428
Fax (256)876-3040
URL:
http://www.fbo.gov/spg/USA/USAMC/DAAH01/W31
P4Q-06-R-0132/listing.html
Desc: Link to FedBizOpps document.
EMAIL: don.catlett@redstone.army.mil
Desc: US Army Aviation and Missile Command
(Missile)
SETASIDE: N/A
POP ADDRESS: US Army Aviation and Missile
Command (Missile) ATTN: AMSAM-AC-OS-S,
Building 5303, Martin Road Redstone Arsenal AL
POP ZIP: 35898-5280
POP COUNTRY: US
======================================
70 - General Purpose ADP Equipment Software,
Supplies and Support Equipment
======================================
NAICS Code: 511210
Social Security Administration, Deputy Commissioner
for Finance, Assessment and Management, Office of
Acquisition and Grants, 1st Floor, Rear Entrance 7111
Security Blvd., Baltimore, MD, 21244
SUBJECT: 70 -- Request For Information - Meeting
Facilitation Tool
SOLICITATION:
Reference-Number-SSA-RFI-06-1004
RESP DATE: 12/02/05
CONTACT: Patrice Coleman, Contract Specialist,
Phone 410-594-2016, Fax 410-965-9560, Email
patrice.coleman@ssa.gov
DESC: The Social Security Administration (SSA) is
seeking vendors who can provide a
Commercial-Off-The-Shelf (COTS) Meeting
Facilitation Tool (MFT). The MFT that SSA requires
is a web-based software package that will assist
meeting participants (i.e., meeting planners,
facilitators and other participants) in brainstorming,
problem solving, consensus decision making and
action planning on the issues for which a meeting is
being held. It will enable meeting participants who are
sitting in a meeting room (or other work locations) at
stations with PC access (desktop or laptop) to SSAÆs
Intranet to interact with a meeting session by using the
web browser on the PC at their station. The following
specifications are mandatory requirements - (1)The
vendorÆs MFT must provide the capability for
meeting planners to: 1. Prepare an agenda for a
meeting to define subjects, issues, etc. that will be
addressed during a meeting session; 2. Send an e-mail
invitation to selected meeting participants identifying
the date/time of the meeting session and the timeframe
for all participant responses; and
3. Set access permissions for individuals to control the
ability to add, retrieve, modify and delete the
information stored in the MFT's database. (2)The
vendorÆs MFT must provide the capability for
meeting participants to: 1. Join/ access a meeting
session via the Internet browser on their PC by
clicking on the link in the e-mail invitation; 2. Interact
with a meeting session in real-time or at some other
time (within a specified time period) when their
schedule allows; 3. Revisit a meeting session (within a
specified time period) to add additional input to a
discussion topic; 4. View the meeting sessionÆs
agenda on the screen of their PC; 5. Type their input
(e.g., ideas, opinions, questions, answers, facts,
comments, suggestions, votes) into an electronic
notepad on their PC; 6. Post the input from their
electronic notepad (after editing) to an on-screen flip
chart that can be viewed by all participants on the
screens of their PC; 7. Make their input contributions
anonymous or attributable as appropriate to the
discussion topic; 8. Build on the ideas on the flip
chart, adding comments, web links, files or images,
and allow a threading of ideas through multi layering
and 9. Pass their contributions only to other
participants that they designate. (3)The vendorÆs
MFT must provide the capability for meeting
facilitators to: 1. Organize (e.g., combine, edit, move,
copy, categorize) the items displayed on the on-screen
flip chart into a hierarchy of topics; 2. Display the
levels of the hierarchy using structure lines, bullets, or
a numbering format; 3. Save all participant
contributions, survey data and votes in a database
where the data can be retrieval by a unique meeting
session identifier; 4. Collect participant contributions
at the end of a meeting, and organize them into a
concise, publication-ready report or voting ballot in
either Word or HTML format; 5. Create and
administer surveys (with options for rating,
checkboxes, high/medium/low, true/false, assigning
points, and agree/disagree scales) for participants to
complete. (4) The vendorÆs MFT must comply with
the following operating environment requirements: 1.
The MFT must run on the Windows XP Operating
System; 2. The MFT must run in Microsoft's NT and
AD (Active Directory) network environments; 3. The
MFT must run under Microsoft's Internet Explorer
browser interface and 4. The MFT must enable up to
100 participants with PC access (desktop or laptop) to
SSAÆs Internet to interact with a meeting session.
The MFT must be compatible with Federal
Government Section 508 standards. Section 508
software standards can be found at
www.section508.gov. (Interested vendors must provide
verifiable proof in sufficient detail to demonstrate their
ability to meet the AgencyÆs requirement, see URL
site http://www.ssa.gov/oag/acq/oagacq_508.htm.)
The software/vendor must meet the following Sections
of 508 standards: 1) Section 1194.21 - Software
Applications and Operating Systems; 2) Section
1194.22 - Web-based Internet Information and
Applications; 3) Section 1194.31 - Functional
Performance; and 4) Section 1194.41 - Information,
Documentation, And Support. SSA uses the JAWS
(speech input / audio output) and MAGic (screen
magnification) products from Freedom Scientific
Corporation. All software must support these
products. Compatibility with Dragon software for
mobility impaired individuals is also required.
Vendors that believe they can offer a technically
compliant product (or one that can be made compliant
with minimal modification) are invited to submit
information concerning their productÆs capabilities.
Detailed responses to each of the above requirements
(with substantiating documentation) are required.
Simple marketing information or incomplete responses
will not be considered. Reference to vendor web sites
is not considered a valid response. Respondents
should indicate whether their software is available on
GSA Federal Supply Schedules or any other
Government-wide Agency Contract (GWAC). Please
submit separately product cost and/or pricing data,
inclusive of annual maintenance, with your response.
This is NOT a Request for Proposal and the
Government does not intend to pay for information
submitted. Respondents should refer to
SSA-RFI-06-1004. Electronic responses only must be
submitted by December 2nd, 2005. Faxed information
will not be accepted. The size limitation for email
attachments is 5 megabytes. MS Word 2002 is the
standard word processing software. NO FORMAL
SOLICITATION IS BEING ISSUED AT THIS TIME,
and the Government does not intend to pay for the
information submitted. This information will be used
in SSAÆs assessment of capable sources. Respondents
will NOT be notified of any evaluated results from the
data received. If a solicitation should result from the
analysis of the responses, it is anticipated that such a
solicitation will occur sometime during the first
quarter of calendar year 2006. Any questions should
be submitted via EMAIL ONLY (no phone calls
please) to the Contract Specialist listed as Point of
Contact for the RFI for this posting.
URL:
http://www.fbo.gov/spg/SSA/DCFIAM/OAG/Referenc
e-Number-SSA-RFI-06-1004/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Social Security Administration
6401 Security Blvd
Baltimore, MD
POP ZIP: 21235
POP COUNTRY: USA
======================================
NAICS Code: 511210
Social Security Administration, Deputy Commissioner
for Finance, Assessment and Management, Office of
Acquisition and Grants, 1st Floor, Rear Entrance 7111
Security Blvd., Baltimore, MD, 21244
SUBJECT: 70 -- IBM Content Manager OnDemand
for OS/390 V2.1 Support
SOLICITATION:
SSA-RFQ-IBMOnDemandMaintenance
RESP DATE: 11/27/05
CONTACT: Angie Landis, Contract Specialist, Phone
410-965-9529, Fax 410-965-9560, Email
angie.landis@ssa.gov - Jane Quinn, Contract
Specialist, Phone 4109659588, Fax 4109659560,
Email jane.quinn@ssa.gov
DESC: The Social Security Administration (SSA)
intends to negotiate a software maintenance service
extension with the IBM Corporation for maintenance
support for the IBM Content Manager OnDemand for
OS/390 V2.1 software product. The IBM Content
Manager OnDemand for OS/390 V2.1 software
product is used throughout SSAÆs mainframe
computer environment to house notices that are sent to
the general public. It is also used by SSAÆs field
offices to assist in the resolution of questions from the
public regarding distributed notices. The purpose of
the software maintenance service extension is to
facilitate the resolution of IBM Content Manager
OnDemand for OS/390 V2.1 software problems that
affect SSAÆs computer processing environment.
Features of the service extension require that the
vendor provide 24 hour, 365 days per year
maintenance support for severity level-1 problems, and
that the vendor provide fixes and or patches to the
IBM Content Manager OnDemand for OS/390 V2.1
software product which is proprietary software. The
IBM Corporation is the only known source capable of
satisfying SSAÆs requirements. Other organizations
possessing the requisite expertise and resources are
invited to submit information concerning their
capabilities, experience, and other pertinent data
(including GSA Schedule information) within 10 days
of this announcement. Responses must be addressed
to the procuring office below: Social Security
Administration, Office of Acquisition and Grants,
Attention: Angie Landis, 7111 Boulevard Place, 1st
Floor, Rear Entrance, Baltimore, Maryland 21244.
The Government does not intend to pay for
information received. All responses from responsible
sources will be fully considered. As a result of
analyzing responses to this notice of intent, the
Contracting Officer may determine that a solicitation
will be issued. If a solicitation is issued, no additional
synopsis will be published. Any such solicitation will
be issued to the intended vendor and all firms that
respond to this notice of intent or otherwise request a
copy of the solicitation.
URL:
http://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RF
Q-IBMOnDemandMaintenance/listing.html
Desc: Link to FedBizOpps document.
POP ADDRESS: Baltimore, MD
POP ZIP: 21235
POP COUNTRY: USA
======================================
106
84 - Clothing, Individual Equipment, and
Insignia
======================================
NAICS Code: 314999
Department of the Air Force, Pacific Air Forces, 15
CONS - Hickam, 90 G Street, Hickam AFB, HI,
96853-5230
SUBJECT: 84 -- To provide War Fighting Assets and
Troop Support Gear. With an Estimated Quantity of
850 per year for deployment bags. These deployment
bags are required items for deploying Security Force
members.
SOLICITATION: FA5215-06-R-0001
RESP DATE: 11/28/05
CONTACT: Nancy Barnett, Contract Specialist,
Phone (808) 449-6860 X603, Fax (808) 449-7026,
Email nancy.barnett@hickam.af.mil - Darrell Strahan,
Contract Specialist, Phone (808)449-6860 ext 613,
Fax (808)449-7026, Email
darrell.strahan@hickam.af.mil
DESC: Responses are due for this Sources Sought
Notice by Nov 28, 2005. Responders are solely
responsible for all expenses associated with
responding to this Sources Sought Notice. This is NOT
a request for proposal (RFP) and is not to be construed
as a commitment by Government to issue a solicitation
or ultimately award a contract. Responses WILL NOT
be considered as proposals, nor will any award be
made as a result of this Sources Sought Notice. No
Proprietary information should be submitted in
response to this request. Any submissions will be
considered to be public information and may be
handled by non-government personnel. The
Government will not pay for any information that is
submitted by respondents. WAR FIGHTING
EQUIPMENT & DEPLOYMENT BAGS. Sources are
sought to provide War Fighting Assets and Troop
Support Gear. With an Estimated Quantity of 850 per
year for deployment bags. These deployment bags are
required items for deploying Security Force members.
All items in the bags must be Mil-Specifications and
have been approved by HQ PACAF/Security Forces
(SF). Logistical Detail (LOGDET) ôAö Bag and ôBö
Bag kits. Equipment items to support LOGDET
requirements listed on the Security Forces Unit Type
Codes QFEB2, QFEBS, QFEBB, QFEBX, QFEBR
and QFEBB. With an estimated quantity of each
equipment LOGDET of 5 each per year. These items
will be procured as either a whole package or as single
line items to support the wartime mission of HQ
PACAF/SF. Responder must understand and be able to
deliver full LOGDETS of approved Security Force
equipment to include shipping to bases in the Pacific
Theater. HQ PACAF/SF is responsible for all security
force units assigned to its command. Thus, as the
directing authority it insures that the equipment listed
on logistical details is funded and procured so the
security forces can deploy and complete worldwide
missions of the Air Force. For this requirement of
Security Forces ôAö and ôBö bag kits along with all
equipment listed the contractor is required to provide
the equipment that makes up each of these bags and
build equipment packages according to Air Force
LOGDETs and HQ PACAF/SF guidance. Contractor
will also be required to ship all items commercially to
PACAF assigned bases. Contractor will also be
responsible for providing training on equipment items
at PACAF locations. Each bag will contain troop issue
war fighting assets to be incorporated/assembled by
the contractor (a complete listing of these contents will
be issued to interested contractors under separate
cover). Contractor will provide procedure for the
sizing of the following with coordination of HQ
PACAF/SF units for: The ôAö bag is a general bag
that contains all items for each war fighter to survive
in all austere environments. The ôBö bag is additional
troop issue equipment for the war fighter to survive in
ôCold Weatherö environments. There are some
specific requirements in the ôAö and ôBö bag. All load
bearing equipment and wear items will be ôRanger
Greenö in color. Deployment bag will itself will be
Ranger Green in color, 16öH X 35ö X 17öD with
outside pocket 13ö H X28ö W X 3öD. Bag will have
two padded dividers. A large zippered slash pocket
that runs the entire length of the backside of the bag is
padded to accommodate 2 M4Æs or similar sized
weapons. The bag will have carry handles on both
ends as well as top grab handles, rugged nylon wheels
set in reinforced aluminum skid plate. Other
requirements for the contents of bag: Assault pack
must have PALS webbing along the inside back, an
internal hydration pouch, two small internal pockets
for storage of personal items, internal bottom straps for
attaching medical or other inserts, large #10 YKK
zippers, exterior of pack will have PALS/MOLLE
attachment points, shoulder straps will have Drylux
material for comfort and durability, color: Ranger
Green. Other sole source requirements in deployments
bag is ôPatagoniaö Layering System. The anticipated
contract type is a Blanket Purchase Agreement (BPA)
in accordance with Federal Acquisition Regulation
(FAR) 8.405-3. Any potential small business set-asides
will be considered within the requirements of North
American Industry Classification System (NAICS)
314999, the size standard for which is 500 employees
or less to be considered a small business. Foreign
participation is excluded. Specifically, this solicitation
seeks the following information: Identification of
sources and interested parties and Business size. All
responses are requested to indicate if they are a large
business, small business, small disadvantaged business
8(a) concern, women-owned small business, or HUB
zone small business, etc. Interested companies are
requested to identify their interest and capability to
respond to the requirement. Companies responding to
this synopsis should state whether they are a small or
8(a) certified business. Request that statements of
capability be submitted via e-mail (preferred)
attachment to the below listed POC. Hand carried or
mailed copies are to be sent to 15 CONS/LGC