A network administrator submits a purchase request for a “fox & hound.” what type of tool is this?

Try the new Google Books

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

A network administrator submits a purchase request for a fox & hound.” what type of tool is this?


Page 2

C. Price---reasonableness. d. Compliance to VA schedule-ability to develop, install and train VA personnel with the scheduled 120 calendar days. The due date for receipt of quotations is changed from February 13. 1998 al 4:30 p.m., to now read February 24, 1998 at 4:30 p.m. All other terms and conditions remain unchanged. (W.037 SN166021)

Road Maintenance (blading) on Heppner, North Forko Joha Day, 'Pomeroy. and Walla Walla Districts, Umatilla National Forest. The intent of the contract is to provide for the routine and reoccurring' maintenance of the roads listed in the contract. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, and perform all work required to maintain the facilities in accordance with drawings and specifications of the contract. Desired start work date is May 1, 1998 with the contact time of 183 days. Issue date is February 23, 1998 and opens on March 26, 1998 at 1:00 pm. This contract is a Sealed Bid. (W-037 SN165983)

ore service as soon as possible and pay all charges incurred, uding repointing antennae and retuning transmitters if necessary. well as provide credit for service interruption. Offerors shall prepare mole monitoring and control strategy, including a service restoration and tault escalation list with a minimum of two managerial As above the control center, providing name, title, 24-hour telephone bers (office, mobile (if available), fax, and home), and electronic I address (if available), to be submitted as part of the technical sosal. # this RFP results in award to other than the incumbent tractor, the new Contractor shall conduct any necessary repointing antennae and reconfiguration of other equipment so as to minimize ice interruption. This work shall be coordinated with the PTC. We

seeking to continue service at 64 kbps, while exploring the fiscal sibility of increasing our bandwidth to 128 kbps. To this end, offerors | provide prices for both rates and the Government will award those customer line item numbers (CUN) pertinent to the data we choose. The Government will arrange for re-programming of multiplexers if award is made at the 128 kbps rate. Offerors provide prices for all necessary labor and materials required pertorm all services described herein. Prices shall be per month service, plus any additional items required. The Government will id either Group A or Group B, not both. Group A, CUN I: Base

April | December 31, 1998) Provide space segment at 64 kbps, uding price to repoint antennae and reprogram transmitters, if essary. Group A. CLIN 2: Option Year 1 (January 1 December 1999)-Provide space segment at 64 kbps. Group A, CUN 3: Option

2 January 1 December 31, 2000)- Provide space segment at koos. Group A, CLIN 4: Option Year 3 Vanuary 1-December 31, 1) Provide space segment at 64 kbps. Group A, CLIN 5: Option

4 January 1 December 31, 2002)— Provide space segment at kbps Group B. CUN 6: Base Year (April 1-December 31, 1998)-nde space segment at 128 kbps, including price to repoint antennae necessary) and reprogram equipment to transmit and receive 128

signal. Group B. CLIN ): Option Year 1 January 1 December 1999)--Provide space segment at 128 kbps. Group B. CLIN 8: zon Year 2 January 1- December 31, 2000)–Provide space segment 128 kbps. Group B, CLIN 9: Option Year 3 January 1 December 2001)

Provide space segment at 128 kbps. Group B, CUN 10: on Year 4 Vanuary 1 December 31, 2002) Provide space segment

Defense Special Weapons Agency, 6801 Telegraph Road, Alexandria,

VA 22310-3398 0-DARE SYSTEM DEVELOPMENT AND TECHNOLOGY INTEGRATION SUPPORT SOL OSWA01-98-R-0015 DUE 040198 POC Sheila K. Roche. Negotiator, (703) 325-7137, Billy G. Burks, Contracting Officer, (703) 3255021 The Defense Special Weapons Agency (DSWA) has a requirement for system engineering and integration to plan, design, develop, implement and integrate selected elements of DSWA's Data Archival and Retrieval Enhancement (DARE) system. Tasks include configuration management and documentation, and software development in support of DARE. The contractor shall oversee, plan and coordinate the integration of new technologies, functionality and system upgrades into the DARE system and provide technical support to the DARE data population. The overall objective of the effort is to provide the software development environment and the system integration resources for accomplishing upgrades to the DARE system and applications software. Deliverables include, but are not limited to, training materials, test plans, operations manuals, and a program plan Contractor personnel must have a security clearance of SECRET/CNWDI. All responsible sources will be considered. The solicitation must be requested in writing via facsimile or mailed to the above address to the attention of Ms. Sheila Roche at (703) 325-9294. Information on DSWA solicitations, already released. can be obtained by calling the DSWA Hotline at (703) 325-1173. Acquisition Management has added "Procurement Opportunities to the DSWA Home Page available on the World Wide Web. Information will include this synopsis and more. Please check us out at www.dswa, mil. Reference Synopsis No. 98-39 (1-037 SN166087)

19. SAJ' mi USDI, Burnau of Land Management, Oregon State Office (952). In

P. 0. Box 2965, Portland, Oregon 97208-2965 F-MANUAL MAINTENANCE SOL 1422H952-898-1009 DUE 041498 POC Lorrie Evans, Procurement Clerk, 503) 952-6218 The contractor shall furnish all labor, equipment materials (except Government-furnished property), supervision, transportion, incidentals and all work" necessary to out or stab trees and brush on approximatley 1,008 acres. Project site is located in the Myrtlewood Resource Area, Goos/Curry and Douglas counties, Coos Bay District, Oregon. All responsible sources may submit an offer which will be considered.

01952 BLM (W-037 SN166017)

ttp://www.nps.gov North Cascades National Park arah North Cascades National Park (D-037 66003)

Defense Fuel Supply Center, 8725 John J. Kingman Rd., Suite 4950, F1 Belvoir, VA 22060-6222

- ENERGY SAVINGS PERFORMANCE CONTRACTING, MILITARY DISTRICT OF WASHINGTON SOL SP0600-98-R-0001 DUE 060198 POC Carl D. Orr, (703) 767-8536; Clo Reid. (703) 767-8531- DESC seeks energy conservation services at the Military District of Washington (MDW). comprised of the following five U.S. Army installations: fort Belvoir, VA, Fort A.P. Hill, VA, Fort Lesley J. McNair; DC, Fort Myer, VA, and Fort George G. Meade, MD. The contractor shall be responsible for providing all tabor, material, and capital to plan, design, repair, install, operate, and maintain energy and water conservation projects during the contract term. The scope of the contract includes all facilities at MDW, with the exception of those identified in each installation's technical data package. Offerors under this solicitation are limited to firms on the 1998 DoD pre-qualified list of Energy Savings Performance Contractors maintained by AFCESA. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 126. as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The RFP will be available at the DESC-A etectricity web site, http://www.desc dla mil/main/alelecincandex.htm! If you are unable to access the solicitation via the Internet, please contact DESC-A for: a printed copy

http://www.desc.dla.mil/main/a/electric DESC-A electricity web page

condesc dla mil Click here for questions or assistance in receiving the solicitation. (W-036 SN165733)

USDA Forest Service, Pacific Northwest Region, 333 SW First 9

Avenue, PO Box 3623, Portland, OR 97208-3673 :_LOG SCALING SERVICES sot R6-98-916. Poc Procurement and Property Management, 503/808-2581 Log scaling (measurement of the volume of logs being sold) and volume reports of National Forest logs. Services to be conducted at various mill yards and truck scaling ramps throughout Region 6 (Oregon and Washington). Multiple, oneyear, option-to-renew, task-order type contracts are anticipated. Task orders be placed as needed, in accordance with contract requirements. A pre-bid/offer meeting will be held at the Regional Office, Region 6, Portland, Oregon. Date, time and office address will be noted in the solicitation package. At the time of this advertisement, no date/ time has been set. (W-037 SN166054)

Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road, Brecksville, OH 44141 MANAGEMENT INFORMATION SYSTEM (MIS) SOL RFQ 541-117DUE 022498 POC Danny 0. Freeman, Contracting Officer, (440) -6091 The above noted solicitation (submitted January 28, 1998), mended as follows: (1) In the third sentence of the description, nge solicitation 541-85-98 to read "541-117-98". (2) Definitions/ nyms. VISN 10 = Veterans Integrated Service Network 10, which ides the following VA Medical facilities. VA Chillicothe, Cincinnati, isville/Cleveland and Dayton. ORG - Diagnostic Related Group. The following information is intended to clarity and/or provide addial information necessary to complete quotations and said additions o way deletes any of the previously stated requirements: a. Contractor I be requued to write a program (create a micro-based data base, { a standard relational database such as MS-Access, or SQL which permit the tracking and reporting of information for each mental th provider in VISN 10). The central computer system shall be led at the VA Medical Center, 10000 Brecksville Road, Brecksville, 44141. systems design shall be such that all other VISN 10, Work Mental Health Service lines/Providers shall have ability to nload required forms and reports into the Brecksville central system. tractor shall be required to coordinate development of reports and I formats with the COTR which will then produce standard microsoft ?S5 reports/forms. Contractor shall be allowed to develop program the contractor's facility, however, contractor shall be required to orm a site visit in order to acquire an understanding of the VA puter system. Contractor shall be required to install said program MISN 10 central computer system. Contractor shall provide training 'ISN 10. Network Mental Health Service Line Provider's. Contractor I have capability of moving a large quantity of data out of the ent central computer and into a microsoft relational database. od of performance shall be 120 calendar days from date of award, Iclude development, installation and training of VA personnel. Notwithiding aoy other provisions, the Government intends to award without USSION to the responsible offeror whose offer conforming to the Dilation will be most advantageous to the Government, both technical

price considered. Therefore it is in the best interest of the offeror rovide its' most advantageous offer initially. However, the Government lives the right to hold discussions should it be deemed necessary. tractor shall be required to submit a technical and price proposal. ch shall be concise and provide sufficient information to demonstrate offeror's capacity to satisfactorily perform the tasks outlined in RFQ, and shall address the following factors in descending order mportance. a. Technical Program Development--o include Knowle and ability to program Microsoft Access or Microsoft SQL: Knowledge

ability to take a large amount of data from the centralized computer converting it to Microsoft Access or Microsoft SQL: Understanding VA Requirements: Past Performance. D. Management Approach-include years experience programming in Microsoft Access and cosoft SQL: experience of personnel performing actual program develop At; ability to develop comprehensive and complete programming.

Officer in Charge of Construction, Naval Facilities Engineering Command, Contracts Marianas (Guam), PSC 455 Box 175, FPO

96540-2200 E-SOIL ENCAPSULATION, COMNAVMARIANAS, GUAM SOL N6276698-8-2823 DUE 041498 POC Johanna Mendiola, Tel (671) 339.4119, Fax (671) 339-4248 This is a plesolicitation notice. The Contractor shall provide material, labor, and equipment required to stabilize/encap. sulate contaminated soils. Work shall include conducting a benchscale treatability test, designing an optimum mix recipe, mobilizing necessary equipment to the site, stabilizing approximately 356 cubic yards of lead, arsenic. PCB. and SVOC contaminated soil, and delivery of encapsulated soil and concrete material mixture to, a site within 5 miles of the equipment location. Estimated performance timex 180 calendar days. Estimated cost range of this procurement is between $250,000 and $500,000 SIC "1799. Business size: '$7.0 MIL. Plans and specifications will be available al no cost on or about 09 March 1998. (W-036 SN165776)

3. '3rd SVS/SVK, Bldg 6-920, Elmendort AFB, AX 99506-7550

6-CHILD DEVELOPMENTS- SOL SVS-SCS-121-98 DUE 040198 POC Shena Jones, 907/552-5900. FAX 907/552-9250 We are soliciting inkind donations and or sponsorship for the Child Developments "Imagination Celebration“ Month of the Military Child Program. The event is planned for April 26, 1998. We would like to have sponsors donate gift certificates ranging from $5.00 to $500.00. The donated gift certificates or items could be for children's toys, bicycles, or like items, fishing, sightseeing Inps or dike tours, art supplies such as crayons, paints, paper, etc...for the booths and give aways for the children. We would be willing to accept any donations. The items will be used as door prizes for the event. Parents and children altend this event. Last year, we had approximately 500 people attend. We are asking for beverages and food donations for the booth for refreshments. The total sponsorship for this event would be approximately $1000 to $2500. All otters will be considered. More than one sponsor/donation may accepted and additives will be considered. Requests for copies of this solicitation must be received not later than 1 April 1998. This is a solicitation for commercial sponsorship/donation by a non-appropriated fund instromentality of the United States Government. It does not obligale appropriated funds of the Government.

http://www.topcover al.mil/web1/services/ Services Marketing Screamin' Eagle Newsletter

3rd Services Squadron Marketing & Publicity Office (W-036 SN165730)

Cuban Detainees held under authority of various United States Statutes. All required services shall be performed in accordance with the Statement of Work entitled, Community-Based Sex Offender Treatment Program".. The services shall cover the period of March 16, 1998 through September 30, 1998. All responsible sources may submit a quote which will be considered by this agency. No collect calls will be accepted. No telephone calls for solicitations will be accepted. (1-037 SN165949)

hazardous material surveys, abatement design, asbestos and lead testing, chemica Vituel release and spill plans, and negative-pressure room design. All eligible parties wishing consideration may submit a request for solicitation in writing to the Federal Bureau of Prisons, 320 First Street, N.W., Suite 618, Washington, D.C. 20534 ATIN: Donna P. Fox, Contracting Officer. Requests for solicitation may also be faxed to (202) 5140523 ATTN: Donna P. Fox, Contracting Officer, Requests for solicitation may also be transmitted via Internet to . Telephonic requests for solicitation WILL NOT be accepted. If you elect to fax your request or transmit your request via Internet services, PLEASE DO NOT FOLLOW UP WITH A HARD/MAILED COPY. This solicitation will contain provisions for a base period and four (4) one-year option periods, which the Government reserves the unilateral night to exercise. The Government intends to make a single award to the 8(a) offeror whose proposal offers the best value to the Goveroment in terms of technical superiority, past performance, and price combined. Prospective offerors are hereby advised that the due date for receipt of proposals published in this synopsis is tentative and is subject to change. This requirement is being synopsized as a 100% 8(a) set-aside. Offers from other than 8(a) entities will not be considered. (1-037 SN166084)

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, alle proposais received within fortyfive days (thirty days if award is issued under an misting basic ordering agreement) after date of publication of this synopsis well 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. (1-037 SN165808)

Federal Correctional Institution, Post Office Box 500, Oxford, WI 53952 COUNSELING FOR CHEMICAL DEPENDENCY AND PREVENTION TO INMATE POPULATION SOL RO 124-0009 DUE 022098 POC Richard S. Houser, Contract Specialist 608-584-6306 The provider shall offer psychological counseling to chemical dependency and relapse prevention to the inmate population. Treatment approach and techniques should complement those of the biopsychosocial treatment model utilized by the Bureau of Prisons. This model views substance use as a learned behavior (not as a disease) and emphasizes the sale of cognitive processes and personal responsibility in recovery. Provider shall conduct group counseling sessions with inmates and, therefore, should be experienced in this mode of treatment delivery. Performance of duties will be at the Federal Prison and federal Prison Camp, Oxford, Wisconsin. The provider is required to have extensive knowledge of the theory and practice of group counseling, especially Cognitive Behavior Therapy. The provider shall furnish a copy of all state licenses, certifications, and/or letters of endorsment applicable to staff who would normally serve in the above listed capacities. The provider agrees to adhere to all regulations and responsibilities established by the Bureau of Prisions for contract employees. The provider, is subject to an NCIC background check. Services shall be a minimum of 5 hours per visit, on a once per month basis, conducted between 8:15. am and 3:45 pm. Total number of services equals twelve per year. SN 165956)

| Maintenance, Repair, and Rebuilding of Equipment

Directorate of Contracting/00-Alç Pko, 6038 Aspen Avenue Bide 1289 Ne, Hill air Force Base, ut 84056-5000

CBM SOL F42650-98-R-0047 DUE 033198 POC for copy. PKOA Evelyn Stoltz/FAX)801-777-6528; For additional information contact Paulette Crowell/Pkosc/8011777-9506 The contractor shall perform nompeisonal services in the form of technical and treaty advise impactang Inter-continental Ballistic Missile (1CBM) programs and operations either independently or as a member of a team. To ensure implementatice and compliance with the arms control treaties affecting the 00-ALC and its organizational attachment which shall be defines in the Statement of Work to be provided at time of request for proposal. This proposed procurement is under a 100 percent small business set aside, the size standard for which is $2.5 million. The approximate issue response date will be 26 Feb 98. No telephone requests. Only written er faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposat, or quotation which shall be considered. Request for copies of solicitations must reterence the entire solicitation number, including purchasing office identification number. To expedile your request, limit the number of individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the issue date. An Ombudsman has been appointed to hear concerns from offerors or potential oflerors 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 maintam strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Brent W. Kendalt your concerns are not satisfied by the contracting officer (801)77). 6991. See Note (s) 1. (1-037 SN165812)

H Quality Control, Testing and Inspection Services

V.S. Departamento de protesta, Washington, pc 20585

Overton Brooks VA Medical Center, Contracting Officer, 510 E.

Stoner Avenue, Shreveport, u 71101-4295 15 YEAR CHILLER TÉAR D'OWN INSPECTION AND UPGRADE SOL RFQ 667-98-2-102-0180 DUE 032398 POC Dennis De Young Phone 318424-6084. Provide all necessary tabor, materials, parts, tools, transportation and equipment to perform a five (5) year tear down inspection/ upgrade of a Trane CHVE045F Centrifugal Chiller, to include the purchase and installation of a Trane Electronic Voit Control Panel Second Generation of equal microprocessor-based chiller control panel, located at the Overton Brooks VA Medical Center Request for documents must be in writing and may be mailed or faxed. The fax number is 318. 424-6078. Telephone requests will not be honored. Documents will be available on or about 2-20-98. All responsible sources may submit a quote which may be consideced. This proposed contract is 100% set aside for small business concerns. See number note #1. (W036 SN165714)

Attn: Document Control Specialist, 1000 Independence Ave. RENEW PROPRIETARY DATA BASE/SOFTWARE PACKAGE OF OIL AND GAS WELL DATA SOL DE-ACO1-98E130251 DUE 030698 POC Patricia E. Wyatt, Contract Specialist, 202/426-0133 or David Tyma, Contracting Officer, 426-0130 The Energy Information Administration (EIA)., Office of Oil and Gas, of the U.S. Department of Energy (DOE) intends to renew the sole source acquisition of the proprietary data base/software package of oil and gas well data from Dwight Energydata, Inc. The contract will be for one year plus four (4), one year options (to be exercised at the Government's discretion). This notice of intent is not a request for competitive proposals, however, all proposals received within thirty (30) days 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. The proposed contract action is for services for which the Government intends to solicit and negotiate with only pne source. See, Note(s): 22. (1-036 ŞN165706)

U.S. Department of Housing & Urban Development, 9AAC.2 400,

North Sth Street, Phoenix, AZ 85004-2361 H-FIELD REVIEW OF APPRAISALS (LAS VEGAS) SOL HO9098075244000 DUE 030698 POC Lionl G. Batiste (602)3794443 Note #1: Field review of Appraisals for the HUD Las Vegass Field Office. From March through September 30, 1998. MUD posts all required notices of its contracting opportunities on its Internet Home Page Contracting Opportunities site at http://www.hud.gov/cts/cisoprty.html. Potential offerors who download copies of solicitations from HUD's Home Page will NOT automatically receive any amendments to those solicitations. You are advised to check back frequently to see if HUD hs issued any amendments to solicitations you have obtained. All amendments will be posted on, and may be downloaded from, HUD's Home Page Contracting Opportunities site.

http://www.hud.gov/cts/ctsoprty.html. Click here to download the solicitation from the HUD Contracting Opportunities Web Page

. Click here to contact Lioni G. Batiste (W-037 SN 166052)

Directorate of Contracting/00-Alc Pko, 6038 Aspen Aveove Bldg.

1289 Ne, Hill air force Base, UT 84056-5000 HACCURATE MACHINE TOOL AXIS CNC PROF SOL 542650-98A047 QUE 033198. POC For copy, PKOA/Evelyn Stoltv/(FAX)801-777-4576

. For additional information contact Paulette Crowell/Pkosc (8011777-954 og Contractor shall provide personnel, equipment, tools, materiais eft necessary to repair/upgrade existing Accurate machine Tool Axis CNC Profiler Model 72180-$5 and 1266 existing control system at 'Hill AFB UT A statement of Work will be provided at time of solicitation. The proposed procurement is under a 100 percent small business set aside. the size standard for which is $5.0 million. The approximate 13.50E! response date will be 26 Feb 98. No telephone requests. Only written or faxed requests received directly from the requestor are acceptabe Al responsible sources sohcited may submit a bid, proposal, or quolate which shall be considered. Request for copies of solicitations aus! reterence the entire solicitation number including purchasing othee identification number. lo expedite your request, limit the number ! individual solicitation numbers requested per letter to not more than 10. Don't request information on this requirement until after the 1558 date. An Ombudsman has been appointed to hear concerns from ofterors of 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 othicer, but to communicate contractor, concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will mamtain strict confidentiality as to the source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Brent W. Kendall it your concerns are not satistied by the contracting officer (801)777-6991. See Note (s) 1. 01-037 SN165813)

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center

Aircraft Division, Patuxent River, MD 20670-5304 1-BASIC ORDERING AGREEMENT FOR QNGOING OPERATION AND SUPPORT, REPAIR OF REPAIRABLES, SPARE PARTS, FIELD TEAM SUPPORT, CONFIGURATION MANAGEMENT, ENGINEERING CHANGE PROPOSALS, AND ENGINEERING STUDIES SOL N00421-98-R-1123 DUE 030598 POC Tom Semones 301-342-1825 X 113 The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland intends to enter into and place a class of orders under a Basic Ordering Agreement (BOA) with Kaman Aerospace Corporation, P.O. Box 2. Bloomfield, CT 06002. The BOA will be established with Kaman Aerospace due to the proprietary nature of the data needed to perform the required services and is in accordance with FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The BOA will provide for ongoing operation and support, repair of repairables, spare parts, field team support, configuration management, engineering change proposals and engineering studies for a period of one year. Capability information may be faxed to Mf, Tom Semones at (301) 342-1847. See Numbered Note(s): 22,

semones tom% semones tom% (W-036 SN165750)

Federal Bureau of Prisons, 320 First Street, N.W., Suite 618,

Washington, D.C. 20534 H-ENVIRONMENTAL AND SAFETY RELATED SERVICES SOL ICO-0243 DUE 033198 POC Donna P. Fox, Contracting Offices (202) 301-3223. The Federal Bureau of Prisons is seeking offers from interested 8(a) concerns to provide Environmental and Safety related services for the Facilities Branch of the Central Office to include but not be limited to environmental surveys, investigations, assessments, remedition plans,

Directorate of Contracting/Bldg 1233, 00-Ald/ 6072 Fir Avenue, Hill Air Force Base, UT 84056-5820

-16 ANAPG-68 FIRE CONTROL RADAR SOL 142620-98-R-60578 01 POC For copy, PKX-2/Pamala Challee/(FAX)801-777-7522, For additional information contact Carolyn Kolan ilks/18011777.6173 Amended. This is 100% small business set aside. This proposed procurement is under a 100 percent small business set aside, the size standard for which is $5.0 million. Delete the following information: Westinghouse Electric Corp Ilsd, Baltimore MD as a source. 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

Directorate of Contracting/00-Alc Pko, 6038 Aspen Avenue Bldg

1289 Ne, Hill air force Base, UT 84056-5000

- ABRASIVE BLAST SYSTEM SOL F42650-98-1-2436 DUE 031898 POC For copy. PKOA/Evelyn Stoil/FAX)801-777-6528. for additional information contact Paulette CrowellPkosc801)717-9506 Replace a existing abrasive blast system with a new abrasive blast system. The contractor will be required to remove the old system, decontaminate. and palletize it then install the new system, ensuring it operates at its full capability. In accordance with a statement of Work which will be distributed at time of solicitation. The approximate issue/response date will be 26 Feb 98. The anticipated oward date will de 31 MB

should submit all questions or comments Telative to the solicitation electronically via the solicitation Web page link or e-mail. All proposals must be submitted in hard copy per the proposal preparation instructions in Clause L-800 of the solicitation. The solicitation Web Page' may be accessed at the following: http://simus eiw38 al mil/contracting/gevo/ traone htm The solicitation will be issued (available to download) approximately 27 Feb 98.

http://sinius.eiw38 al mil/contracting/tgevo/traone htm Click here to downioad a copy of the solicitation. (W-037 SN165904)

98 Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests feceived directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Request for copies of solicitations must reference the entire solicitation number, including purchasing office identification number. To expedite your request, limit the number of individual solicitation numbers requested Der letter to not more than 10. Don't request information on this requirement until after the issue date. This proposed procurement is under a 100 percent small business set aside, the size standard for which is 500 employees. 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 mamtain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Brent W. Kendall of your concerns are not satisfied by the contracting officer (801)777-6991. See Note (s) 1. 0-037 SN 165814)

Wr Alc/Pkroa, 235 Byron St, Robins Air Force Base Ga 31098

1611 1-GYRO SOC F09603-98-0-81626 DUE 033098 POC For copy,' MAIL TO ABOVE ADDRESS Include mig code, for additional information contact Toledo ). Bradford/Lykt/1912)926-7056 This PR is initiated to obtain Small Purchase Fixed Price/Fixed Quantity type contract to repair Al1017AS0-141 Rate of Jurn Sensor Option quantity of 1-90 applies. Fax Nr 912-926-7572 The approximate issue/response date will be 26 Feb 98. The anticipated award date will be 15 Apr 98. Written procedure will be used for this solicitation No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid. proposal, or quotation which shall be considered. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. It

your concerns are not satistied by the contacung officer, an Orpbudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals of in the source selection process. When appropriate. potential ofterors may contact Ombudsman James Grant, Chief Contract Policy Dwvision, at 912-926-2604, Please be prepared to identity previous contacts made by you in an attempt to resolve your concerns. (1-037 SN166114)

1 Maintenance, Repair, and Rebuilding of EquipmentPotential Sources Sought

Director of Strategic Systems Programs, 1931 Jetterson Davis

Hwy, Arlington, VA 22202-3518 CLOSE DOWN OF TRIDENT II MK-6 MEMORY STACK ASSY (MSA), INERTIAL COMPONENT ELECTRONICS (ICE) AND DETECTOR PACKAGE ELECTRONICS (OPAE) MODULE MAINTENANCE AND REPAIR PROGRAM WITH OPTION ADDITIONAL EFFORT POC M$. Cheryl L. Wetzel, SPN15. (703) 607-0823 This procurement provides for technical engineering Services to provide a close down of Indent # MK-6 Memory Stack Assembly (MSA), Inertial Component Electronics (ICE) and Detector Package Electronics (DPAE) Module Maintenance and Repair Program at Honeywell, Inc. Pursuant to the authority of 10 USC 2304 (c) (1). negotiations will be conducted with Honeywell, irc, 13350 US Hwy. 19 South, Clearwater, Fl. the only contractor, with the specialized experience, knowledge, and capabilities necessary for contract performance. See Note 22. *****

** (W-037 SN165895)

Drug Enforcement Administration Office of Acquisition Management,

700 Army Navy Drive, Arlington, Virginia 22202 1-WORLDWIDE MAINTENANCE OF GOVERNMENT OWNED MOTOROLA EQUIPMENT SOL DEA 98-R-0011 DUE 033198 POC Bobbie Revell. Contracting Officer, (202) 301-7809 ) Maintenance, Repair Removal and Installation of Government Owned Motorola Communications Equipment Worldwide maintenance. --NO SOLICITATION IS AVAILABLE. This is a notice of intent to place a contract with Motorola on a sole source basis. Contract will be awarded under FAR Part 12 Commercial Acquisition procedures A sources sought synopsis was published and no other sources were identified. A Jusufication for Other than full and Open Competition has been approved, Period of performance is for a base of 365 days plus tour, twelve month option periods. DEA worldwide communication system includes mobile, portable and miscellaneous fixed radio equipment such as single-and dual-band mobile radios with control head microphones (Syntor/Spectra/Astro models); base stations and repeaters up to 225 watts; faed station controls G19000/15600/Comtegra/CentraComil/Dispatchers/CEB): Spectra TAC and Digi-TAC comparators; Spectra Recervell Encoders: DES/OVP Voice Security Systems: code inserters, MX, PX and Saber series portable radios, Convertacoms and, Advanced Secure Net (Key Management Controller). Services include preventive and corrective maintenance, repairs, removal, and installation of all the above equipment Services will also include specialized disguised installations of single- and dual-band mobile radios from and into all types of official government vehicle and the removalinstallation of tixed antenna systems (included transmission line) on building rooftops and communications towers. A level of component parts shall be locally stooked in locations close to DEA offices world wide. DEA has twenty held Divisional ottices with smaller regional offices for a total of 71 domestic offices at least one in each of the 50 states. In addition DEA $ located in 44 foreign countries in Europe/MidEast, Africa, South America: Central America and the Far East. The contractor shall provide a "SOS“ response defined as a prioritized service ensuning expedited shipment of parts necessary to complete high-pronity and/or critical services. Contractor must have calibrated test equipment, contractor will insure high level of personnel technical competence; contractor will have under its employ and routinely provide system support personnel and services to solve problems that local service centers cannot resolve to include field engineer, engineering services. National Account Service Manager, Project Manager. Contractor shall establish a depot level maintenance facility in the Washington, D.C. area dedicated solely to DEA for the repair of DEA owned equipment. The facility will be permanently staffed with sutlicrent technical and administrative personnel to repair and maintain simultaneously the equivalent of the inventory of any three DEA Divisions worldwide. In addition, the vendor shall have the resources to dispatch up to three service teams simultaneously to repair, remove, install DEA equipment. These teams will have extensive knowledge of all DEA equipment and systems. The DEA communications network ufilizes Motorola's Advanced Securenet with OTAR lover the air rekeying) technology. Domestic systems are 406-420 MHZ UHF range with 25 and 12.5 Khz channel spacing and analog and/or digital operation, some areas utilize 150-174 MHz or 800 MHz (trunking) systemis for interoper. ability with state, local and other federal government agencies Overseas locations operate in various VHF and UHF frequency ranges. Companies interested with this capability are requested to furnish their capabilities, pricing information and any other pertinent information The Government will only do a single award for all or none to one vendor under a requirements type contract Mail responses to B.Revell, Contracting Officer, DEA, Office of Acquisition Management (TAC), Washington, D.C. 20537. See Note 22. (1-037 SN 165946)

Directorate 01 Contracting, Do-Alc 6050 Gum Lane/Bldg 1215,

Hill Air Force Base, VI 94056-5825 1-KC135 BOPTT SOL F42630-98-R-BBBBJ POC For copy, Pamela Giles/lıkt/18011777-6295. For additional information contact Pamela Giles/ Liki/18011777-6295 This announcement constitutes a sources sought Synopsis, The following information is provided to do a market survey of industry to identify potential contractors who have the skills and knowledge to accomplish returbishment of the KC-135 Boom Operator Part Task Trainer (BOPTT). Specific tasks include refurbishment of the Boom instruments, replacement of ADM-12 displays, replacement of a joystick for receiver aircraft maneuverability, refurbishment of the present control loading system, replacement of the environmental audio system, replacement of existing visual projection system and installation of aircraft concurrent oxygen regulators. The acquisition, if it occurs, will require spares for four years supportability. It will be subject to the Service Contract Act and wage determinations Any sources interested in this synopsis shall describe their qualifications in the following areas: 1. Current and past experience on training devices addressed above and its relevance to the subject acquisition: 2 Personnel experience/qualifications in the areas of management modification, maintenance, technical and engineering support of a large tlight simulator operations and a ISSC. 3. Corporate experience managing systems similar to those described above. 4. Potential ofterors are requested to submit two copies of an unclassified response (limited to 10 pages) within 10 days after publication of this notice to: 00. ALC/UIKT. 6050 Gum Lane, Bldg 1215, Hill AB UT 84056-5825, Attn: Pam Giles. (1-037 SN165811)

38 LS LGCO, 4022 Hilltop Rd Ste 112, Tinker AFB OK 73145

2713 MAINTENANCE, OPERATIONS, AND RECURRING SUPPORT SERVICES FOR BASE TELECOMMUNICATIONS SYSTEM AT TRAVIS AFB CA SOL 534508-98-R-0017 DUE 033098 POC Capt Rob Carpenter (40577349399 CONTRACTING OFFICER: Ms Paula Maggard (405)7349399 The 38 LSA GCVO, Contracting flight, has a requirement for nonpersonal Services for operations, maintenance and recurring Support services

of the Base Telecommunications System at Travis AFB CA, DO NOT 2

reguest a hard copy of this solicitation. The RFP will be electronically issued using the 38 LSALGCO Web Site. The proposed contract is for à base year and five option periods totaling approximately 60 months The DCO switch is a Northern Telecom SL-100 Super Node SE, equipped with approximately 8160 ports, 5 ISDN BRI lines, 53 analog trunks (DS-O) and 22 digital trunks (DS-1). Also included are a main distribution frame, inside and outside cable plant, ancillary equipment, and customer premise equipment. The CBX switch is a Siemens Rolm 9200, equipped with approximately 80 lines and 56 analog trunks. foreign participation $ permitted only at the subcontractor level. Copies of the solicitation will be provided to foreign forms only in order that they may pursue subcontracting opportunities. All responsible domestic offerous may submit proposals. Sources responding to this synopsis must indicate when registering electronically, whether they are large or small, disadvantaged. of a women-owned business for this acquisition, a concern will be considered small under SIC 1378 with size standard of $18,000,000.00 Based upon market research, the Government is not using the posicies contained in Part 12. Acquisition of Commercial items, in this solicitation for the described supplies or services. However, interested persons may dentity to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. An Ombudsman has been appointed to hear concerns from oflerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authonty of the program director or contracting ofhcer, but to communicate contractor concerns, issues. disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict contidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Colonel Lee H. Hughes, Commander's Stall, ESC/CX at (617) 377-5106 The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the program manager and/or the contracting officer and could not be sausfactorily resolved at that level. No telephone requests for this RFP can be accepted. The RFP will be paperless and will be released using the 38 SALGCO Home Page via the WWW. The REP will contain files in MS Word 70 an MS Excel 20. DO NOT request any documents in writing. A registration page for the solicitation will be available at the solicitation Web page. All offerors who wish to participate in this solicitation must complete the registration page which places them on the solicitation source list. The solicitation Web page will also contain a link to submit questions or comments Ollerors:

l Technical Representation Services

FISC Nortolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B. Philadelphia, PA 191-11-5084

> 1-CONTRACTOR ENGINEERING TECHNICAL SERVICES SOT N0014098-0-0920 DUE 032798 POC Point of Contact - Gerald Furey, Contract Negotiator, 215-697-9621, Contracting Officer, P.). Proko, 215-697-9620 The FISC Norfolk Detachment Philadelphia intends to acquire contractor engineering technical services on behalf of the Naval Aviation Engineering Service Unit. These services are for sophisticated navigational computers, weapon systems, and special support equipment designed and developed by the Original Equipment Manufacturer, litton Systems. It is intended to negotiate this requirement on a sole source basis pursuant to 10 USC Code 2304 (MI) with the OEM. Specifically, these services are for the purpose of informing, instructing, and training Navy personnel in the installation, operation, and maintenance of H60 AN/ASN-150 and AN/ASN-123 tactical navigational computer hardware, sollware, and associated support equipment including the ANZASM-614 séries electronic systems test set. This requirement is for an estimated 144 man months of service, encompassing sex tasks in all, with services being provided for a base penod of 1 November 1998 through 31 October 1999, and an option period of November 1999 through 31 October 2000. This represents the minimum needs of the Government for this period This requirement will be covered by a new indefinite quantity labor hour contract or as a provisional extension to the existing contract. Interested parties who contend that they are technically qualified should submit, within torty five days from publication of this announce ment specific factual data, including but not limited to technical resumes, management experience, and other pertinent information as desired to be used as an evaluation basis to determine competence to successfully perform the required services. All technical proposats received within thes time trame will be considered by the Government. The Government

Supervisor of Shipbuilding Conversion and Repair. USN, 2802

3 Wet more Ave, Suite 500. Everett, WA 98201-3518 JUSS INGRAHAM (FFG-61) RAV 806 SOL N62799-98-8-0023 DUE 041398 POC Contracting Officer, G. M. Wing (425) 304-5804 Place of Performance Naval Station Everett Contract dates 21 Apr 98 to 8 May 98. Miscellaneous overhauls and repairs. Sources, who currently hold or are qualfied for and willing to enter into an Agreement for Boat Repau/Master Ship Repair Agreement DEAR (21771) prior to award, may submi

a bid which shall be considered by this agency, which do not possess and Agreement for Boat Repair/Master Ship Repair Agreement are ineligible for award unless adequate lime exists to permit the Navy to perform an assessment of their MSR application to execute the ABR/MSRA without impacting the vessel's availability dates. (W-037 SN166028)

to provide the services in the state of Massachusetts. 3) Evidence of JACHO Certification. 4) A copy of it's written policies and procedures regarding staff credentials. The due date for proposals is also corrected and is now 2/26/98 (1-036 SN 165708)

eserves the right not to open this requirement to competition based pon technical notices received in response to this announcement. echnical responses received as a result of this announcement will ormally be considered solely for the purpose of whether to conduct

competitive procurement. The Government will not pay for any informaion received. The authority permitting other than full and open competition s 10 USC 2304(c)(1). The applicable SIC code is 8711. Requests or a copy of the solicitation should be made by letter or teletax lax #215-697-9738) to FISC Norfolk Detachment Philadelphia Code 12P13C.

SYNOPSIS PHIL.FISC.NAVY.MIL CLICK HERE TO CONTACT THE BID OFFICER (D-037 SN165897)

financial risk of operating, maintaining, and investing financial resources in the TIC. Currently, less than 20 percent of the annual business volume is funded by the FRA, Interested sources must submit a letter of interest accompanied by a comprehensive and fully descriptive statement of qualifications by close of business, March 31, 1998, to the point of contact address shown herein. Qualification statements should address the following areas: (1) experience in passenger and freight railroad research and development; (2) experience with and ability to interact with American freight, inter-city passenger, and commuter railroads; (3) experience in railroad operations and knowledge of American railroad operating practices, policies, and safety standards; (4) experience and ability to operate and manage a railroad HAZMAT training facility: (5) technical, financial, and organizational capacity and experience in operating facilities similar to the ITC; (6) ability to market the railroad technology and safety research, testing and evaluation, and safety training capabilities of the TIC to potential users; and (7) description of a prospective commitment to assume the TIC operations and maintenance, as well as a continued substantial level of investment in the improvement of TTC facilities without a guaranteed level of U.S. Government financial support. (1-037 SN 166064)

W Operation of Government-Ownod Facilities

Department of Veterans Affairs Medical Center, AMM Service(90),

9600 North Point Road, Fort Howard, MD 21052 4FURNISH PRIMARY CARE AND MENTAL HEALTH SERVICES Sat REP 512(E)-25-98 DUE 031998 POC Sandy Johnson, Contracting Officer 410-477-1800, extension 2952. Provide for the delivery and management of primary and preventive medical care, mental health services, and the continuity of that care for VA enrolled patients on a capitated basis. Services to be provided for veterans on site at the Southern Maryland Community Based Outpatient Clinic (CBOC) of the VA Maryland Health Care System (VAMHCS), located at the Charlotte Hall Veterans Home, Charlotte Hall, Maryland. Prospective otterors must submit their oilers in writing 10: Contracting Officer (90C), Attn: Sandy Johnson, VA Medical Center, 9600 North Point Road, Fort Howard, Maryiand 21052. No telephone requests will be honored. Solicitation shall be available on or about February 19, 1998. A pre-proposal meeting will be held on Tuesday, March 3, 1998, at 10:00AM, at the Theater, located at the VA Medical Center, 9600 North Point Road, Fort Howard, Maryland. All ofterors are encouraged to attend. Period of perto dance for contract services shall be effective from date of award through September 30, 1998, with two pre-priced Option Years. Due date for offers is close of business (4:30PM). Thursday, March 19. 1998. (W036 SN 165719)

U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-

0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602 M-NDEFINITE DELIVERY CONTRACT FOR COST ESTIMATING SERVICES, MOBILE DISTRICT, MOBILE, ALABAMA SOL. DACA01-98-R-0032 DUE 140298 POC KAREN JOHNSON (334-690-2535) CONTRACTING OFFICER, TONI S. CARNEY (Site Code W31XNJ). DESCRIPTION OF WORK: Cost Estimating Services for the Mobile District's civil and military programs, Mobile, Alabama. The contract will be for a Base Year with three one-year options with a $500,000.00 ceiling for each year. All responses should be directed to Karen Johnson; no telephone requests, only written or faxed requests to 334-694-4343 received directly from the requestor are acceptable. Refer to Document No. DACA01-98-R-0032. The solicitation will be available on or about 23 February 1998. This procurement is 100% sel-aside for small business, the size standard for which is a concern, including its affiliates having an annual gross revenue of $5 million or less for the last 3 years. All responsible sources may submit and offer which shall be considered. Work under the contract to be subject to satisfactory negotiation of individual delivery orders. Delivery order amounts will range from a minimum of $2,500.00 to a maximum of $150,000.00. All responsible sources may submit an offer which shall be considered. FIRM'S PHYSICAL ADDRESS, TELEPHONE AND FACSIMILE NUMBERS, AND NAME OF POINT OF CONTACT MUST BE PROVIDED TO FACILITATE ANY OVERNIGHT MAILING REQUIRED. (1037 SN 166037)

National Institute of Standards & Technology, Acquisition &

Assistance Div., Bldg. 301, Rm 8117, Gaithersburg, MD 20899 P-DESIGN, CONSTRUCTION, AND IMPLEMENTATION OF A NEW TRACEELEMENT MEASUREMENT TECHNOLOGY SOL 40SBNB867035 DUE 031698 POC Contract Specialist, David Orris, (301) 975-4154; Contracting Officer, Paul Cataldo. (301) 975-6332 The National Institute of Standards and Technology (NIST) has a requirement for the design, construction, and implementation of a new trace-element measurement technology based on Glow Discharge Resonance tonization Mass Spectrometry for environmental radionuclides at NIST and intends to negotiate with Dr. J. M. Robin Hutchinson, 113 Hesketh Street, Chevy Chase, MD 20815 as the only source. This notice is not an invitation for competitive proposals. See numbered note 22. Dr. Hutchinson is the only know source with the prerequisite expertise and knowledge in the field of low level measurement techniques and Glow Discharge Resonance lonization Mass Spectrometry (GDRIMS) to perform the statement of work. The contractor shall: 1) form a multidisciplinary task group with members who have expertise in GDRIMS systems including the disciplines of radiochemistry, mass spectrometry, glow discharge methodology, metallurgy, and radioactivity measurement methods; 2) investigate relevant atomic species from the standpoint of criticality of particular radionuclide measurement need and atomic energy level scheme which must be susceptible to c.w. resonance ionization with Ti Sapph faser and identify suitable radionuclide: 3) activate the NIST glow-discharge (GD) ion source using tin as source material and perform appropriate source manufacturing methodology to ensure acceptable glow discharge current. and perform GDMS with tin isotopes and compare isotopic ratios thus found with those in the literature; 4) develop and design source with the selected radionuclide (this may mean using the ORNL procedure, suitably modified and developing an entirely new means of incorporating the radionuclide into a GD source); 5) perform GDMS with selected radionuclide: 6) activate pulse counting system in the NISI magnetic sector mass spectrometer; 7) perform GDRIMS with double + fundamental on the selected radionuclide; 8) activate CO2 laser; 9) perform GDRIMS for TiSapph + CO2 laser on the selected radionuclidic source; and 10) perform GDRIMS on environmental radioactivity sample. The period of performance will be two years after contract award. The work shall be completed at the NIST Gaithersburg campus. The Government will furnish the contractor with work space, a desk, a chair.. a computer, a, telephone, and access to a copier and a fax machine. NIST intends to solicit one source pursuant to FAR 13.106-2(a)(5), which permits solicitation from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. However, NISI will consider all capability statements received within 14 days after the posting of this synopsis. Interested parties may identify their interest and capability by submitting a written capability statement. The capability statement must provide adequate information describing how the they will satisfy the above requirements. If it is determined that more than one source can satisfy the requirements of this acquisition, NIST will solicit competitive quotations. However, this determination is solely within the discretion of NIST. See numbered note 26.

http://www.nist.gov/admin/od/contract/contract.htm NIST Contracts Homepage

NIST Contracts Office (W-037 SN166069)

North Central Contracting Office, Gateway Tower II, 8th Floor,

400 State Avenue, Kansas City, KS 66101 Q-HOSPITAUPHYSICIAN SERVICES SOL RFQ 275-011-8 DUE 033158 POC Stefanie Kongable, Contracting Officer, (913) 551-1048 The Bureau of Prisons, North Central Regional Office, is soliciting for medical care for federal prisoners at the Federal Correctional Institution, Sandstone Minnesota. The Government prefers a multiple award contract to the Contractors that can provide both inpatient and outpatient care at the Contractor's facility. Services will be required for a one-year base period, with four-one (1) year option periods for a total of 60 months from the date of award. Only medical facilities within an eighty (8C) mile radius from the institution will be utilized for inpatient/outpatient services. The estimated quantities for each period of the contract are as follows: Base period: Inpatient days-95, Outpatient visits-100 Option period one: Inpatient days-105, Outpatient visits-110; Optior period two: Inpatient days-115, Outpatient visits-120; Inpatient days126, Outpatient visits-132; Oplion period four: Inpatient days-138, Outpatient visits-145, All responsible sources are encouraged to submx an offer which will be considered for award. Requests for solicitat.ca must be in writing only. You may fax your request to the following number (913) 551-1074. Anticipated issue date is approximately February 17, 1998.

(W-037 SN 166046)

U.S. Department of Transportation, Federal Railroad Administration, Office of Acquisition and Grants Services, Mail Stop 50, 400

7th Street, SW, Washington, DC 20590 M_FACILITY CARE, CUSTODY AND CONTROL OF TRANSPORTATION TECHNOLOGY CENTER DUE 033198 POC Robert L. Carpenter, TEL: 2021 632-3236; FAX: 202/632-3846 The Federal Railroad Administration (FRA) is seeking expressions of interest, comment and suggestions from potential sources interested in assuming the care, custody and control of management operations of the Transportation Technology Center (ITC) near Pueblo, Colorado, as of January 1, 1999. The TIC is unique in the world as a railroad research and test facility. It occupies approximately 52 square miles of land 25 miles northeast of Pueblo. The land is under long-term lease by the State of Colorado to the FRA. ITC buildings, and most other surface structures and equipment are owned by FRA. The TTC has been in operation since 1971. and it consists of over 315,000 square feet of test facilities and administrative office space. The TTC includes a HAZMAT demonstration and training facility. 48 miles of various test tracks (including a newly upgraded high-speed rail track), and a variety of special test equipment. The TIC is currently stafted by approximately 225 employees of Transportation Technology Center, Inc. (ITCI), a wholly owned, for-profit subsidiary of the Association of American Railroads (AAR). under a facility management contract with the FRA. FRA is exploring the feasibility of negotiating a new ten (10) year contract, effective January 1, 1999, through December 31. 2008, to replace the existing 10 year contract which started October 1, 1992. FRA is considering a new contract now in order to provide full and open competition with respect to the care, custody and control of the IC following the AAR's restructuring and creation of TTCI. effective January 1, 1998. However, FRA. reserves the right to leave The current contract in place until its expiration in 2002. FRA is also considering changing the name of the ITC facility to. "Railroad Technology and Safety Institute (RTSI)," more appropriately reflecting the full body of the facility's mission of railroad technology and safety research, testing and evaluation, and safety training. As an adjunct to the current mission, RTSI would be expected to participate in cooperative education programs with American colleges and universities by hosting academic/work internships at RISI, which would be funded by FRA The terms of a new contract are expected to be similar to those now in effect whereby the contractor provides for the care, custody and control of the TIC, including maintenance in accordance with good commercial practices at no direct cost to FRA. The contractor is also responsible for performing a wide range of transportation research, development, and test projects for the FRA on a cost reimbursement basis. This is not the usual Government Owned-Contractor Operated (GO-CO) type contract. In consideration of its commitment for annual investment in ITC facilities, the contractor is permitted to perform revenue generating services for itsell or third parties, including commercial clients, both foreign and domestic FRA projects will be given priority scheduling whenever necessary and are to be accommodated al billing rates reflecting FRA's ownership of equipment at TIC. A key element of the contract is the contractor's assumption of the

North Central Contracting Office, Gateway Tower II, 8th Floor,

400 State Avenue, Kansas City, KS 66101 Q-HOSPITAUPHYSICIAN SERVICES SOL REQ 275-009-8 DUE 031198 POC Stefanie Kongable. Contracting Officer, (913) 551-1048 The estimated quantities for the requirement previously synopsized have increased Estimated quantities for outpatient visits for each penod of the contrat Base period: 500 visits. Option period one: 500 visits. Option period two: 700 visits. Anticipated deadline for receipt of offers is March 11, 1998. All responsible sources are encouraged to submit an otter which will be considered for award Requests for solicitation mus! be in writing only. You may fax your request to the following nurder (913) 551-1074.***** (W-037 SN166049)

DVA Medical Center, 19 Middleville Road, Northport, New York

11768 Q-NURSING ASSISTANTS SOL RFQ#0869 DUE 021798 POC Carol Lippis. Contracting Officer (516) 261-4400 Ext.7135 The Department of Veterans Affairs at Northport New York requires 10 full time nursing assistants with CPR certification for a period two (2) months with the option to renew on a month to month basis. All responsible sources may submit a quotation. You may submit a request by tax to the attention of Carot lippis at (516) 754-1964. Quotations are due back by the close of business 2/17/98. (1-037 SN166079)

Contracting Officer 90C DVA Medical Center/Outpatient Clinic, 150

South Huntington Avenue, Boston, MA 02130 HOME HEALTH CARE SOL 523-9-98 DUE 022698 POC Wiham D. Higgins (617) 232-9500 extension 5535 This is to correct the above solicitation originally published 1/22/98. Clause 52.212-2 Evaluation Commercial Items paragraph (a) is now completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the ofteror must provide the following 1) Ref. erences from a minimum of (3) major, current accounts for whom the olleror provides similar services. 2) Evidence thal it is licensed

DHHS, Indian Health Service, Tucson Area Office, Contracts and Grants Management Branch, 7900 South J Stock Road, Tucson,

Arizona 85746-9352
Q-PERIODONTAL DENTISTRY CLINICS SOL 249.98-R-0004 DUE 032798 POC Sara Marcus, Contract Specialist

, (520) 295-2462 or lyska A

Lomayesva. Senior Contracting Officer, (520) 295-2456 Provide periodontal surgery services to eligible American Indians and Alaskan Natives at the Indian Health Service Sells Service Unit. Sells. Arizona and the San Xavier Indian Health Center Dental Clinic, Tucson, Arizona. The estimated quantity is fitty (50) eight-hour clinics per year. The anticipated period of pertormance is one year from date of award plus two oneyear option periods. The solicitation will be available on/about March 3, 1998. Copies of the solicitation may be requested by tax at (520) 295-2626. (W-037 SN166145)

(F41608-93-D-0649), CACI-ASG (F41608-93-D-0652), and Southwest Research Institute (F41608-93-D-0651). The DEP contract consists of these Prime contractors and their Team Members. The Government will realign the total DEP in FY00, therefore it becomes imperative to maintain contractual coverage up to this time frame. The period of performance on the existing contracts will be extended for an additional 2 years trom Jun 98 through Jun 00 in order to continue coverage until Kelly AFB is closed. The existing contracts include provisions for Firm Fixed Price, Cost Plus Fixed fee and Time and Materiais pricing of individual tasks, Award to any other source would result in (a) substantial duplication of cost to the Government that is not expected to ! be recovered through competition, and (b) unacceptable delays in tulfilling the agency=92s requirement.=20 See Note(s) 22, 26

http://www.kelly-afb.org/links/proc/index.html SA-ALC, Kelly AFB Business Opportunities

dgsaenz@ldgatel kelly at.mil Send your E-Mail request to the POC (0-036 SN165721)

counties) and the State of Alabama ( the City of Birmingham and surrounding counties). State of Mississippi ( the City of Jackson and surrounding counties). State of Tennessee ( the City of Nashville and surrounding counties). has been canceled. A replacement solicitation is due out on or about February 11, 1998.

Click here to go to the Arco Management Wed Site

Jeffrey P. Goldstein Contracting Officer (W-036 SN 165764)

DNHS, Indian Weath Service, Tucson Area Ottica, Contracts and Grants Management Branch, 7900 South JJ Stock Road, Tucson,

Arizona 85746-9352 PEDIATRIC DENTISTRY CLINICS SOL 249-98-R-0003 DUE 032798 POC Sara Marcus. Contract Specialist. (520) 295-2462 or Lyska A. Lomayesva, Senior Contracting Officer. (520) 295-2656 Provide pediatric dentistry services to eligible American Indians and Alaskan Natives at the Indian Health Service Sells Service Unit, Sells, Arizona and the San Xavier Indian Health Center Dental Clinic, Tucson, Arizona. The estimated quantity is fifty (50) eight-hour clinics per year. The anticipated period of performance is one year from date of award plus two one-year option periods. The solicitation will be available odabout March 3, 1998. Copies of the solicitation may be requested by tax at (520) 295-2626. (W-037 SN 166149)

National Institutes of Health, Office of Procurement Management,

6011 Executive Blvd., Rockville, Maryland 20892-7260 R-PATENT SEARCHES (GWAC) SOL 263-98-P(AH)-0017 DUE 043098 POC Anthony Revenis, PH 301-402-3073, FAX 301-402-3407 NIH intends to award several contracts for patentability searches to support the Office Technology Transfer. The new awards are set-aside for small businesses and will be for a performance period of one year, with four one year options. These contracts will be available for use by other federal agencies. The applicable SIC code is 8111 Firms, that have the above capability and are interested in making a contract proposal, are invited to contact the above contracting officer. See numbered note 1

Contracting Officer, NIH (W-036 SN165722)

113 Bon Aire Circle West, Suffern, NY 10901 R-MULTIFAMILY SECURITY GUARD SERVICES FOR GEORGIA, FLORIDA, TENN, ALABAMA AND MISSISSIPPI SOL Arco-Nat-006-jpg IFB DUE 030698 POC Jeffrey P. Goldstein-Contracting Officer 914 368 2400 x 336 Solicitation ARCO-NAT-98-006- JPG (IFB) Multifamily Security Guard Services for State of Georgia ( the City of Atlanta and surrounding counties) and the State of Alabama ( the City of Birmingham and surrounding counties). State of Mississippi ( the City of Jackson and surrounding counties). State of Tennessee ( the - City of Nashville and surrounding counties) State of Florida ( the City of Orlando and Jacksonville and surrounding counties). The splicitation is for the services of a subcontractor to supply security guard services for the above geographical areas. The contractor will act as a subcontractor to Arco Management under its Prime Contract as Contractor Asset Manager for the U.S. Department of Housing and Urban Development (HUD) for the REO Service Center in Atlanta. This solicitation is for a two (2) year base period and two (2) one year optional renewals. Arco Management currently has three properties in the City of Atlanta and One Property in the City of Birmingham and one property in the City of Orlando that may be covered by this solicitation. This IFB is structured in accordance with the Uniform Contract Format required by the Federal Acquisition Regulation (FAR). # you have interest regarding this IFB. you should contact only in writing ARCO MANAGEMENT Attention: Jeffrey P. Goldstein 113 Bon Aire Circle West Suffern, New York 10901-914 368 2499 fax or { mail at . This solicitation is due back at 3:00 P.M. on March 6, 1998.

Click here to go to the Arco Mgt Web Site Jeffrey P. Goldstein (W-036 SN 165765) ?

Medical Services-Potential Sources Sought

VA Medical Center, Acquisition & Materiel Management Service

(90C) 385 Tremont Ave., East Orange, NJ. 07018 HALS AMBULANCE SERVICE SOL 561-31-98 POC Elaine Whitaker, Contracting Officer, 201-676-1000 Ext 1616. Provide Advanced life Support (ALS) Ambulance Service for the Department of Veterans Affairs New Jersey Health Care System, 385 Tremont Avenue, East Orange, New Jersey 07018-1095. The vehical must contain equipment necessary for critically ill cardiac and other seriously ill patients. The equipment shall consist of cardiac monitor, IV pump, ventilator, intra-aortic ballon pump. external pacemaker, ALS medications, blood pressure equipment, power hook-ups on the vehicle (not battery). SA)2 saturation equipment, detribillator, etc. Must be able to transport approximately 5-7 patients per month from the VA New Jersey Health Care System, East Orange, New Jersey to the VA hospital in New York City to receive an emergent intervention or treatment not available in the VA New Jersey Health Care System. Must respond within 45 minutes after the initial call from the VA. Must be licensed by the State of New Jersey as a ALS provider. Response to this notice must be received in writing only, not later than 15 days after this notice has been published. See Numbered Note(s): 1. (1-037 SN 165933)

U.S. Department of HUO, New York Asc, Chicago Contracting Branch (5AAC), 77 West Jackson Boulevard-Rm. 2517, Chicago, IL 60604

3507 R-RECORDS MANAGEMENT SERVICES CHICAGO SOL R-CHI-00212 POC Contact Judy Yost, Contract Specialist at 312/886-2760 X2511 or Wayne Bernacki, Contracting Officer at 312/886-2760 x2505 Interested offerors will have the opportunity to visit the site to view the records prior to submitting their proposals. Ofterors may visit the HUD Illinois State Office by appointment only between 9:00 am and 3:00 pm on Tuesday, March 2, 1998. Please contact Judy Yost, Contract Specialist at 312/886-2760 X2511 or Wayne Bernacki, Contracting Officer at 3121 886-2760 X2505 to schedule an appointment. The site visit is not mandatory

http://www.hud gov/cts/ctsoprty.html Click here to go to the HUD Contracting Webpage

Judith A Yost@hud gov or Wayne Click here to contact Judith A. Yost or Wayne Bernacki (W-036 SN165725)

Department of Veterans Affairs Medical Center (900), 1111 East

End Boulevard, Wilkes-Barre, PA 18711 KORTHOPEDIC SERVICES SOL 693-15-98 DUE 030298 POC JERRY L HAYDEN, Contracting Officer. (717) 821-7225 This VA Medical Center has a requirement for orthopedic services to be provided to the bene. tielaries at the Department of Veterans Allairs Medical Center, 1111 East End Boulevard, Wilkes-Barre, Pennsylvania 18711. Services will be provided in accordance with the contract specifications. Contractor personnel MUST be board certified in the State of Pennsylvania. Specifications available o/a March 2, 1998 and must be requested in writing or via fax (717) 821-7277.(W-037 SN 165979)

VA Palo Alto Healthcare Systems (640/900), 3801 Miranda Avenue,

Palo Alto, CA 94304-1290 R-DATA COLLECTION SERVICES SOL 640-62-98 DUE 022798 POC Tracy Marasco, Contracting Officer 650-493-5000, ext., 22598 1. DESCRIPTION: Data Collection Services is required for VA Palo Alto Health Care System, Center for Health Care Evaluation Program & Resource Center CPERC Services to be provided is entitled Veterans FourYear Health Care follow-up Project“. 2. Contractor shall provide services which include locating veterans, mailing them follow-up forms and obtaining their cooperation to complete the surveys, and involves coding and Key-entering the data in an SPSS file and providing frequency distributions of survey responses. 3. Contractor shall obtain completed follow-up forms that provide information on 4 year treatment outcome from 85% of an initial group of 2,650 veterans not identified as deceased. Contractor shall note that PERC has extensive prior experience in conducting follow-ups of comparable samples and that an 85% completed follow-up rate is achievable and is an essential performance criterion. 4. Interested Parties shall be charged a NON-REFUNDABLE Processing & Distribution fee in the amount of $10.00/Package, all in accordance wih FAR 5.102 (a) 6. Forward this fee to the following Address: VAPAHCS Att: Ms. Tracy Marasco, "Contracting Officer 90CMPD, 795 Willow Road, Menlo Park, CA 94025 CHECK OR MONEY ORDER SHALL BE MADE OUT TO: VAPAHCE-640 and reference the solicitation number. 5. Solicitation Packages available upon written request via FAX at (650) 617-2731 or U.S. Mail at the above address in Menlo Park. NO TELEPHONIC request shall be acknowledged. Deadline for requesting a solicitation package is February 27, 1998. Questions regarding this solicitation shall be submitted in writing to the above fax number no later than February 27, 1998 with NO EXCEPTIONS.

(W-037 SN165920)

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management
Division, Contracts Branch A WC31, 7600 Sand Point Way NE,

Bin 15700, Seattle, WA 98115-0070 R-DATA ENTRY CLERKS SOL52BANF-8-0006 POC Sharon Kent (206)526-6035. The notice published on August 14, 1997, for Solicitation No. 52ABNF-8-0006 entitled Data Entry Clerks is hereby cancelled. (W-036 SN165727)

# Professional, Administrative and Management Support Services

SA-ALC/Contracting Directorate/SA-ALCALDKAB; 485 Quentin

Roosevelt Road Suite 12: Kelly AFB, TX 78241-6419 R-ENGINEERING SERVICES SOL F41608-98-R-29610 DUE 031398 POC The Point of contact is Dianna Saenz, SA-ALCALDKAB. Phone: 210-925-6380, FAX: 210-925-0412 This is a synopsis for subcontracting

opportunities only. The requirement is for engineering services to support | reliability and maintainability (R&M) improvements in the Design Engineer

ing Program (DEP) Il for the following federal supply groups: FSG 16. aircraft accessories and components: FSG 17, aircraft support equipment, FSG 28 jet and reciprocating engines: FSG 29, engine accessories; FSG 30, power transmission equipment; FSG 31, bearings; FSG 3655, fas generating and dispensing systems; FSG 41, refrigeration, air conditioning equipment and accessories; FSG 47, piping and tubing: FSG 48. valves; FSG 49, support equipment: FSG 53 nuts, bolts and other miscellaneous hardware; FSG 61, electronic motors, generators; FSG 62 electric lights; FSG 63 alarm and signal systems; FSG 83, textiles: and FSG 84, specialized flight clothing and equipment. As a result of the Base Realignment and Closure (BRAC) decision affecting San Antonio Air Logistics (SA-ALC) viability, a de! termination has been made to issue a contract modification to the existing contracts for a two year performance extension. The overall program ceiling estimate is to be increased by $36M. The existing contractors are: ARINC Inc.

113 Bon Aire Circle West, Suffern, NY 10901 R-MULTIFAMILY SECURITY GUARD SERVICE SOUTHERN US TIER SOL Arco-Nat-98-005 1P8 POC Jeffrey P. Goldstein 914 368 2400 x 336 Solicitation ARCO-NAT-98-005- JPG (IFB) Multifamily Security Guard Services for State of Georgia ( the City of Atlanta and surrounding counties) and the State of Alabama ( the City of Birmingham and surrounding counties). State of Mississippi ( the City of Jackson and surrounding counties). State of Tennessee ( the City of Nashville and surrounding counties). has been canceled. A replacement solicitation is due out on or about February 11, 1998,

Click here to go to the Arco Management Wed Site

Jeffrey P. Goldstein---Contracting Officer (W-036 SN165763)

VA Palo Alto Healthcare Systems (640/90C), 3801 Miranda Avenue,

Palo Alto, CA 94304-1290 R-DATA COLLECTION SERVICES SOL 640-62-98 DUE 031298 POC Tracy Marasco, Contracting Officer 650-493-5000, ext., 22598 1. DESCRIPTION: Data Collection Services is required for VA Palo Alto Health Care System, Center for Health Care Evaluation Program & Resource Center CPERC. Services to be provided is entitled "Veterans FourYear Health Care Follow-up Project". 2. Contractor shall provide services which include locating veterans, mailing them follow-up forms and obtaining their cooperation to complete the surveys, and involves coding and Key-entering the data in an SPSS file and providing frequency distributions of survey responses. 3. Contractor shall obtain completed follow-up forms that provide information on 4 year treatment outcome from 85% of an initial group of 2.650 veterans not identified as deceased. Contractor shall note that PERC has extensive prior experience in conducting follow-ups of comparable samples and that an 85% completed follow-up rate is achievable and is an essential performance

113 Bon Aire Circle West, Suttern, NY 10901 R-MULTIFAMILY SECURITY GUARD SERVICE- SOUTHERN US TIER SOL Arco-Nat-98-005 jpg POC Jeffrey P. Goldstein 914 368 2400 x 336 Solicitation ARCO-NAT-98-005- JPG (IFB) Multifamily Security Guard Services for State of Georgia ( the City of Atlanta and surrounding