A team that reviews cases, as requested, when there are conflicts in basic values, is most likely


Page 2

ous, toxic waste materials. h. Volume of prior DoD work. i. Willingness, capability and experience in travel throughout remote Alaska. Title I, Title II and other A-E Services may be required. Contracts will include the Base period for 365 calendar days with four option years at the discretion of the Government. ALL RESPONSES TO THIS NOTICE MUST BE RECEIVED BY 06 JAN 99, to be considered for selection and must include a SF 254, Architect-Engineer and Related Service Questionnaire, and SF 255, Architect-Engineer and Related Service Questionnaire for Specific Projects. Firms desiring consideration shall submit additional, appropriate data as described in CBD note number 62. This is not a request for proposal.

none none

3rd Contracting Office, Elmendorf AFB AK (D-337 SN276854)

for competitive proposals. This constitutes notice that the Minerals Mani agement Service (MMS) intends to non-competitively award a contract to Daniel H. Wagner Associates, to correct source code errors and errors in the implementation of statistical and mathematical approaches, in a proprietary computer model known as GRASP/PETRIMES. The errors were identified by Wagner in a previous, competitively procured study of the model. The model is to be used by the MMS to support its requirement to develop resource estimates for geological plays for oil and gas hydrocarbon components. In the performance of the previous contract, Wagner & Associates demonstrated both superior fluency in FORTRAN (the language the model is written in) and the ability to comprehend the model's statistical and mathematical complexity and express it in simpler terminology. Because of Wagner's prior experience with this model, no other contractor would have the same ability to perform this project in an efficient manner, without substantial increases in cost and schedule due to learning curve and other factors.

Use this link to contact the Contracting Officer (W-337 SN276717)

D Information Technology Services, including Telecommunication Servicos

99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV

09191-7063 14.1 COMMERCIAL INTERNET INSTALLATION AND SERVICE, NELLIS AEB, LAS VEGAS, NY SOL F26600-99-00207 POC Darryl d. Denis, Contracting Specialist. (702) 652-2099, Fax (702) 652-5405 This CBD notice cancels Submission No. 275619 in it's entirety (combined synopsis / solicitation (F26600-99-00207) issued as a request for quotation (RFQ), submitted November 30, 1998).

www.nellis.af.mil/units/99cons Nellis AFB Contracting Homepage E-mail Address (W-337 SN276780)

teaming arrangement operating as a cohesive team or entity. The overall ettort will go into the support of design and construction efforts of the 115 Job Corps Centers consisting of 2,874 buildings (21,000,000 GSF) on 7,322 acres of land. A full and complete range of expertise in design and construction management, as well as technical expertise is required to support these facilities and centers in the continental US, Alaska, Hawaii and Puerto Rico. The successful firm will be required to utilize and maintain the current data system which contains Facility Survey reports, scopes of work and CRA budget data. The current data system utilizes two Compaq Proliant 2500 200 MHZ with 128 RAM, 256 cache, 29.1 G SCSI hard dies and turbo data autoloader with magazine. It also consists of a Cisco 4500-M router, Cisco Catalyst 5000 router, and a Cisco Catalyst 1900 router. Finally, as part of the LAN, the offeror will be connected by dedicated TI data communication lines to the National and Regional Ollices of the ETA, Novell Netware 4.11 is the ETA standard network operating system. The successful offeror must demonstrate that the firm has the capability to utilize and maintain this data. Project management and continuous interface with ETA National Office is essential. The successful offeror will be required to perform the contracted services through assignment of an existing lease at facilities located in Arlington, Virginia. The following criteria will be considered as pertinent selection factors. These factors are listed in order of importance. I) Demonstrated ability to bring effective management techniques to a very active, multi-task project on a national scale. 2) Recent specialized experience and technical competence in each of the aforementioned basic work elements. 3) Protessignal qualifications of key statt members necessary for statisfactory perfarmance of the required services. 4) Adequacy of proposed organization chart and plan of how communication is achieved within the firm and to the client (breakdown of work element responsibility). Offeror shall show evidence of capacity to accomplish the work in a required time frame. 5) Past Performance on contracts with other government agencies and within the private sector in terms of cost and schedule control, quality of work and compliance with performance schedules (include references, contract numbers, dollar amounts, and names and telephone numbers of contract persons). Offeror must provide at least three (3) references of past performance. 6) Knowledge of national issues as they relate to design and construction such as accessibility, environment, historical preservation, energy conservation, etc. A Pre-Submittal conference is anticipated approximately 30 days from the date of this notice. Details confirming the date, time and location of this conference shall be published

a separarte CBD announcement. The Department shall provide a reading 180M o pertinent documents. This room may be visited by appointment only. 10 days after the CBD issue date. Appointments may be made by contacting Lorraine Saunders at (202) 219-8698 ext. 120. Firms desiring consideration are required to submit both SF-254 and 255's, a subcontracting plan and shall address the 6 pertinent selection factors no later than 4:45 p.m. on Wednesday, February 3, 1999. Failure to meet the deadline date for submission and failure to submit both SF 254 and 255's will sender the submission not-acceptable. This solicitation is offered under Full and Open Competition and the successful offeror will be required to submit a subcontracting plan in accordance with FAR 19.704. It is the Department's firm goal to ensure that small businesses, small disadiantaged businesses and women owned business concerns have the na mum practicable opportunity to provide substantive and significant participation in the contract. Hence, it is required that at least 30% of the annual value of the contract be alloted to small business concerns with at least 10% of the award value of the contract allotted to SmallDisadvantaged Business(es) and at least 5% to Women Owned Business(s). This small business representation must be evident in the management and leadership tasks of the contract. The award of this contract is continzent upon an approved subcontracting plan demonstrating evidence of Tieeting this requirement. THIS NOTICE WAS ALSO PUBLISHED UNDER CLASSIFICATION CODE "R".

http://cbdnet access.gpo.gov 99-DAA-09-JC 99-DAA-09-JC (W-337 SN276761)

Pacific Northwest National Laboratory, Battelle Memorial Institute,

1779 Terminal Drive, Richland, WA 99352 0-DISTRIBUTION/COMMERCIALIZATION OF THE PUBLISHER SOFTWARE(VERSION 2.0) DUE 121698 POC Philip C. Pulver-Contractor-509. 943-0656 Fax The Pacific Northwest National Laboratory is conducting a survey to identify potential licensees for the marketing and distribution the Publisher Software (Version 2.0) product developed by the Environmental Molecular Sciences Laboratory (EMSL) for the Department of Energy. The EMSL Publisher is a Java-based word processor that runs entirely within a standard Netscape Navigator or Internet Explorer environment, making it a platform independent application. The EMSL Publisher Using this software, documents can be written, edited and exchanged freely between a large number of host platforms, such as MacOS, Win95/98/ NT, and all of the UNIX flavors that the Browsers support. In addition to exchanging Publisher documents, this software also imports and exports to plain text, RTF (Rich Text format such as Microsoft Word or WordPerfect) and HTML. The functionality of this word processor is expandable by importing JavaBeans as plug-in modules to perform specific tasks. For example, the demonstration Web site for the EMSL Publisher includes 2 beans, one to read in and draw images, and one to read in and display 3D molecules. The architecture of EMSL Publisher enables any JavaBean to be added to the system and embedded into a document, allowing the whole system to be customized for the spectic task. The EMSL Publisher can be demoed at http://www.emsl.pnl.gov:2080/proj/cid/publisher.html The EMSL Publisher Viewer Applet The EMSL Publisher's Viewer Applet (Viewer) is a small applet that displays formatted rich-text files on a Web page. The Viewer will display Publisher documents, RIF, HTML and plain text documents, in all cases presenting the documents in their original format rather than the limiting styles of HTML. In addition, where Publisher documents include JavaBeans for enhanced content, the same JavaBeans will be accessible inside the Viewer applet, thus enabling truly media-rich documents to be placed on the Web, with no plug-ins required. This applet can run independently of the Publisher word processor. It can be demoed at http://www.emsl. pnl.gov:2080/proj/cip/pviewer.html The EMSL Publisher Text Engine At the heart of the EMSL Publisher and the Viewer applet lies the text engine, which is available as a JavaBean for embedding into other products. This Java code is entirely Java I.1 based, and requires no additional class or libraries. As such, it is a compact JavaBean, taking up approximately 200Kb of space. Included with the text engine are the basic import and export filters for plain text, RTF, HTML and the Publisher formal, plus the ability to add in other filters when they become available. A detailed description and demonstration of the Publisher software is available at the Web address provided. Interested and qualified firms should respond in writing, emailed, faxed or postmarked no later than December 16th, 1998.

http://www.emsl.pnl.gov:2080/proj/cip/publisher.html Click here to visit and demo the Publisher Software.

Click here to e-mail the contact of this notice. (W-336 SN276463)

U.S. ARMY CONSTR ENGRG RES LAB, ATTN: CONTRACTS OFFICE,

P.O. BOX 9005, CHAMPAIGN IL 61826-9005 0-MICRO ROOFER MODIFICATIONS FOR INCORPORATING ASPHALT SHINGLE ROOFING. SOL DACA88-99-0-0040 DUE 120898 POC Contract Specialist Diane Biggs 217/352-6511 7575 Contracting Officer Patricia Davis 217/352-6511 7586 (Site Code DACA88) USACERL requires the modification of Micro Roofer to provide the development for the next version to incorporate the inventory procedure for steep roofing and condition evaluation procedures for asphalt shingle rools. Period of service will be no later than 30 September 1999. The proposed procurement will be on a sole-source basis. The Contracts Office intends to negotiate a firm fixedprice purchase order with Potomac Research International. Request for Quotation (RFQ) No. DACA88-99-Q-0040 will be issued on or about 18 December 1998 with a closing date of 8 January 1999. Requests for copies of this RFQ shall be made in writing addressed to: USACERL, Atin: Contracts Office. PO Box 9005, Champaign, Illinois 61868-9005. Requests for this RFQ may be submitted via facsimile at (217)373-6773. No telephone requests will be accepted. (1-337 SN276807),

Datense Supply Center Richmond, 8000 Jefferson Davis Highway,

Richmond, VA 23297-5000 0-PURCHASE AND INSTALL FIBER OPTIC CABLE SOL SP0410-99-R0720 DUE 012599 POC Mary Wingfield, (804) 279-3930 Provide all labor, material and engineering to install Fiber Optic Cable and components and accessories for a CCTV Security system including: Signal to be transmitted via single and multimode fiber optic cable to a Matrix microprocessor-based, cross-point video switcher, configured for a minimum of 32 color camera inputs and eight monitor outputs. The system shall be configured to allow for future growth. The buried conduit and liber optic cable shall support the CCTV system. The conversion of single mode fiber to multimode fiber for communications to the head end. Installation of a lence to allow cameras to detect any intrusion along the fence line and allow operator to remotely communicate from the base station. SIC CODE: 7389. Average annual receipts of the concern and its affliates for the preceding three years must not exceed $9.0 million. This action is Unrestricted. Period of performance: 30 days after contract award. Place of Performance: Defense Supply Center Richmond, Richmond, VA 23297. The contract will be a firm-fixed price contract. Selection and award will be made on the lowest priced, technically acceptable offer. The solicitation will issued on or about 01/04/99, closing date on or about 01/25/99. Offerors are requested to provide past performance history with request for solicitation, Solicitation documents may be obtained via FAX (804) 279-3246 or written request to Defense Supply Center Richmond, ATTN: DSCR-CF-Mary Wingfield, 8000 Jefferson Davis Highway, Richmond, VA 23297-5312. (W-337 SN276817)

DUA Administrative Support Center (DASC), Office of Contracting (DASC-CP), 8725 John J. Kingman Rd., Suite 0119, Ft. Belvoir,

VA 22060-6220 0-WEB ENABLED DROLSNERITY TOPICSETS SOL SP4700-99-0-0007 POC Ann Burley (703) 757-1182 The CBD notice dated December 1, 1998 is hereby modified to correct the number to read: SP4700-99-0-0007 in lieu of SP4700-99-R-0002. There are no changes in the description submitted.

3rd Contracting Squadron/L6CC, 6920 12th Street, Suite 254,

Elmendorf AFB, AK 99506-2570 C-ARCHITECT-ENGINEER INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR VARIOUS REMOTE SITES, ALASKA SOL F65501-99-R0018 DUE 010699 POC John J. Kerver, Contract Specialist, (907)552-2237/ Lucretia A. Teitzel, Contracting Officer

, (907)552-5649 ARCHITECT ENGINEER SERVICES -- an Indefinite Delivery. Indelinite Quantity (1010) contract to provide design of Operations an Maintenance (O&M) and Minor Construction (MC) projects on Eareckson AS (Shemya), Galena Airport, King Salmon Airport, and the Long Range Radar Sites (LRRS) throughout Alaska starting 06 MAY 99. Firms desiring consideration should be multidisCiplined and shall clearly indicate their consultants. Desired disciplines include: architecture, interior design, asbestos, hazardous and toxic waste abatement, structural, civil, corrosion, geotechnical, environmental, mechanical, electrical and fire protection engineering. Total contract fees i mited to minimum $5,000.00, maximum $750,000.00 and individual work order lees limited to $299,000.00 is contemplated. Multiple awards can the awarded. Contracts will be awarded to the highest rated firm providing either all in-house resources or providing project management control of a combination of firms organized to cover the broad spectrum of work. Significant evaluation criteria for the A-E selection are: a. Professional Qualifications-Availability of design staft (key personnel) with required disciplines to accomplish the work. 6. Specialized experience and lechnical competence in the type of work required, including specially design and construction management experience in O&M and MC type work and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. c. Professional capacitypresent workload and ability to meet time schedules. d. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. e Experience with the subarctic, arctic, and seismic conditions common to Alaska. I. Proximity of the firm to Elmendorf AFB. g. Capability to address the identifications, quantification of asbestos and other hazard.

DISA DITCO/DTS21 2300 East Drive, Scott AFB, IL 62225- 5406 D-CONUS METEOROLOGICAL ENVIRONMENTAL DATA SYSTEM (COMEDS) POC Lora Timmermann Benhoff, 618-229-9499 The Defense Information Technology Contracting Organization will issue a three month with three one-month options sole-source extension to the COMEDs contract DCA200-91-0-0019. The contractor is GTE Federal Systems Corp. Federal Systems Division, 15000 Conference Center Drive, Chantilly VA 22021-3808. This contract provides leased telecommunications circuits (hybrid full duplex satellite connectivity and landline circuits) and PC workstations providing alphanumeric weather forecast and Notice to Airman Messages (NOTAM) required for aircrews' flight planning & safety of flight information for 225 locations within the United States, Alaska and Canada. The sole-source extension is required until this service can be transitioned to the competitively awarded Meteorological Telecommunications Information Standard Terminals (MIST) program. The statutory authority for other than full and open competition is 10 U.S.C. 2304(C)(1). See Numbered Note 22. (W-337 SN276706)

Health Care Financing Administration 7500 Security Blvd., Baltimore,

MD. 21244-1850 0-YEAR 2000 COMPLIANCE SUPPORT SOL N/A DUE 010499 POC B. Brunstetter, 410/786-7577 The Health Care Financing Administration (HCFA) intends to issue a sole source task order using the Federal Supply Schedule for General Purpose Commercial Information Technology Equipment, Software, and Service (FSC Group 70). Solicitation No. FCIS-JB980018 and HCFA's Systems Development Life Cycle Blanket Purchase Agreement. BPA-98-0224, to the Data Corporation of America for the continuation of programing services for tracking internal and external systems using web enabled technology. This WEB based data collection system is critical for HCFA's success in meeting the Y2K objective. Any change in contractor support at this time would impair the continuity and unique skill sets that the incumbent contractor provides in understanding this complex relational data base. Interested parties must submit complete cost and technical information by 4 January 1999. See note 22. (1-337 SN276855)

Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 301 Elden Street, Herndon,

Virginia 20170-4817 0-HOTICE OF INTENDED SOLE SOURCE AWARD SOL 3989 POC Sandra McLaughlin 703-787-1361 (See Numbered Note 22.) This is NOT a request

General Services Administration, Federal Telecommunications Service, Center for Contract Management and Administration, 7980

Boeing Court, 1st Floor, Vienna, VA 22182-3988
D-TO SOLICIT OFFERS FOR FEDERAL BLUE PAGES DIRECTORIES TO
BE INCLUDED IN THE WHITE PAGES TELEPHONE DIRECTORIES SOL

Issue No. PSA-2236; Monday, December 1, 1998

TQN990001 DUE 123098 POC Contracting Officer: Karen Catella, 703760-7493. Technical Representative: Alan Waldron, 202-208-7757 GSA, FTS, is in the process of preparing a rfP to be sent to White Pages Directory Publishers for the acquisition of publication services. GSA will provide enhanced Blue Page listings to White Page publishers in camera-ready format for publication. The listing of the White Page publishers, includes the following firms: Ameritech, Bell Atlantic, Bell South, GIE, Pacific Belt, SW Bell, US West, RH Donnelly, Cendon, Sprint, and Cincinnati Bell. (W337 SN276860)

ing locations. Anticipated date for solicitation issuance is on or about 30 December 1998, and the solicitation will only be issued on the World Wide Web (WWW). The website address is: http://www.drms.dia.mil. The procurement is unrestricted and proposals will be due approximately 5 February 1999. This contract will be a fum-fixed price requirements contract for a period of twelve (12) months and one 12-month option period will be included. Performance will be requested on delivery/task orders issued against the basic contract, Special requirements: Prospective contractors or subcontractors must comply with all Federal, state, and local laws, ordinances and regulations governing handling, transportation, and disposal of hazardous materials and environmental protection.

http://drms.dla.mil RFP SP4400-99-R-0002

@mail.drms.dla.mil (W337 SN276908)

missile stages and accountable components for further storage and processing. DIRA believes that Morrison Knudsen Corporation, the incumbent contractor performing Integrated ICBM Storage in Ukraine under DIRA contract DSWA01-97-C-0199, is the only responsible source having the resources and experience to accomplish this work within the recued timelines. Morrison Knudsen has performed similar services under the current contract, is on site, and has worked with the Ukrainian officials 3] with whom these activities will have to be coordinated. Given the required the schedule, it would not be possible for another contractor to deploy a til team to the site, arrange for labor and materials, integrate with ongoing efforts, develop the necessary relationships and complete the projecte en the available time to permit uninterrupted continuation of the overall Simha 24 dismantlement effort. DSWA intends to enter into a new contract et Morrison Knudsen for this effort. Any firm desiring consideration mes 19 fully identify their capability to perform this effort. See Note 22 (substitute 30-day proposal receipt period in lieu of 45-day period). Information on 3 DTRA solicitations already released can be obtained on the OTRA Wone 5 page at http://www.dtra.mil.

http://www.dswa.mil/dswaproc/curproc.htm Click here to access the DTRA Current Solicitations web page."

w "Click here to contact the contract specialist via e-mail." (W-337 SN276551)

H Quality Control, Testing and Inspection Services

TRADOC Contracting Activity, Attn: ATCA, Bldg 2798, Fort Eustis,

VA 23604-5538 D-SUPPORT SERVICES FOR THE OPERATION AND ADMINISTRATION OF AUTOMATION SYSTEMS AND NETWORKS SOL DABT60-99-R-0001 POC Contract Specialist, The Eda M. Peterson (757) 878-4007 at extension 271 Correction: This action was originally submitted to the CBD 12/02/ 98 under Submission No. 276278. The proposed acquisition offering limited competition to eligible 8(a) concerns under SIC 7379. Contractor were advised that eligibility to participate may be limited to the developmental or transitional stage. The acquisition offering requested written requests be submitted to this activity to be included on the bidder's mail list. This correction is made to inform potential contractors to review our new web site at http://www.ica.eustis.army.mit. The solicitation document will be available only by downloading from the web site. All amendments will also be posted on the web site. Interested parties are cautioned to visit the web site periodically prior to the closing date to retrieve any amendments. The solicitation will be issued in the early months of 1999. All responsible eligible 8(a) firms may submit a proposal which shall be con

DICC, Box 368113, Navy Public Works Center, 2730 McKean Street

Ste 1, San Diego, Ca 92136 H-H-QUALITY CONTROL TESTING, INSPECTION SERVICES SOL N6338799-Q-5002 DUE 122398 POC Contact Cely G. Menor (619) 556-5710 or Contracting Offer: Oralee Martin (619) 556-181 linformation regarding plans and specs is provided at the end of this announcement The work includes providing all labor, materials, supplies, equipment, transportation, technical expertise and supervision necessary to provide technical expertise to test and balance the heating ventilation and air conditioning system complete and ready for use per specs, which includes testing and bal. ancing the air distribution and water distribution system at Bldg 3300 NAVSTA SD Calif. A copy of the Solicitation should be requesting. All responsible sources may submit a quotation which if timely received shall be considered by the Agency. Quotation may be faxed at (619) 556-6280, Attn: Cely G. Menor Code 272.CM (1-337 SN276731)

http://www.tca.eustis.army.mil http://www.tca.eustis.army.mil solicitations

petersot @eustis-emh9.army.mil (W-337 SN276887)

Director of Stratogic Systems Programs, 1931 Jefferson Davis

Hwy, Arlington, VA 22202-3518 FSPALTED TRIDENT I LAUNCHER EQUIPMENT AND SPALT KITS IN SUPORT OF THE LAUNCHER SUBSYSTEM POC Thomas L Heilig, SPN-421 21 (703) 607-5362; Contracting Officer, Gerard F. Miskelly. SPN-60, (703) 607-5361 Provide SPALTED TRIDENT # launcher equipment and SPAU !!! kits in support of the launcher subsystem for U.S. and U.K. SSP intends 2 to negotiate this requirement with Northrop Grumman Marine Systems 71 Sunnyvale, CA, the only known source having: (1) complete familiarity is with the design of the Strategic Weapons System Launcher Subsystems (2) complete knowledge of the design, test and analysis data base which has been collected for the Strategic Weapons Systems during development and production, (3) extensive knowledge of the SSP Alteration polices by and procedures as defined in SSPINST 4720.1E, and (4) ability to provide 2 engineering expertise to identify and resolve issues that could threatenej or degrade safe operation of the launcher missile handling equipment. Security Clearance required. See Note 22.***** (W-337 SN276675)

| Maintenance, Repair, and Rebuilding of Equipment

F Natural Resources and Conservation Services

Military Sealift Command, Camp Pendleton, Bldg. 238, Virginia * Beach, VA 23458

ROM/DRYDOCKING USNS HAYES (T-AGS 195) SOL N32205-99-R-0003 DUE 010499 POC Jan L. Hansen, 7571417,4592 Military Sealift Command is soliciting quotes for ROH/Drydocking of the USNS HAYES (T-AGS 195). Performance of this work is restricted to the East and Gulf coasts of the United States. The successful ofteror is required to possess a valid Master Ship Repair Agreement (MSRA) with NAVSEA. Faxed requests for solicitations are acceptable. Fax requests to the attention of Jan Hansen, 757/417-4606. This procurement is 100% set aside for small businesses. See Numbered Note No. 4.

navy.mil Click here to contact the contracting officer via e-mail. (W-336 SN276427)

Operational Contracts Division, Commodities Branch, AFDTC/PKOS,

205 West D Avene, Suite 541, Eglin AFB FL 32542-6862 F-BRUSH CHOPPING FOR REFORESTATION SLASH/SAND PINE CONVERSION AREAS!! SOL F08651-99-00334!! DUE 011099 POC Contact Jane Ellison, (850)882-3098 ext 5243, Contract Specialist;Contracting Officer, Lincoln Hochmuth!! The Air Armament Center (AAC), Eglin AFB FL, intends to solicit, and award, firm fixed price contract no options. This procurement is being conducted under the Test Program for Commercial Items FAR Part 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS' ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; proposals are being requested, and a WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation Number F08651-99-00334 is issued as a Request for Quotation (RFQ). The provisions and clauses in the RFQ are those in effect through Federal Acquisition Circular 97-9. The Standard Industrial Classification (SIC) code is 0851 and the small business size standard for this procurement is $5M. Line Item 0001, Brush Chopping for reforestation Slash/Sand Pine conversion areas, first chop 1.416 acres. Line Item 0002, Brush Chopping for reforestation Slash/Sand Pine conversion areas, second chop 1,416 acres. Required delivery at Eglin AFB is 7 months after date of award. F.O.B. Destination. The following FAR provisions and clauses shall apply: 52.212-1, Instructions to Offerors-Commercial: 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price and other factors); 52.2123. Offeror Representations and Certifications-Commercial Items (Ollerors must submit a completed copy of the Representations and Certifications with their offer); 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract terms and conditions Required to implement Statutes or Executive Orders-Commercial Items; and 52.228-16 Performance and Payment Bonds-Other Than Construction. The following clauses are also incorporated by reference: 52.222-26; 52.222-35; 52.222-36; 52.222-41; 52.222-42; 52.222-43; 52.222-44:52.247-64; 52.249-4. Bids must be submitted no later than 3:00 CST on 10 January 1999. Bid format is at discretion of offerors. Written requests for Statement of Work may be sent to AAC/PKOBS, ATTN: Jane Ellison, 201 West D Ave, Suite 541, Eglin AFB FL 32542-6862, or contact Jane Ellison, at 850-882-3098 ext 5243 facsimile 850-882-9442. Quotes must be mailed to address given above. (W-337 SN 276640)

99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063

REPAIR OF 35 PARACHUTE AUTOMATIC OPENING DEVICES, PAER NUMBER FF-2. SOL F266009900222 DUE 120798 POC SSgt long at (767 652-6865 or SSgt Weedin al (702) 652-5352. The above referenced nota submitted on 113098 is hereby changed from a closeout date of 12118 to a new closeout date of 120798. The main body of the notice submited-1 previously is listed below; Nonpersonal Services to furnish all labor, tools) materials, transportation, and facilities necessary to repair, thirty-te al (35) FF-2 Automatic Opening Devices, manufactured by Irvin Aerospace Canada Limited. Please e-mail or far you ! sponse to 702-652-5405 Attn: SSgt Deric Long. The SIC code for the requirement is 3429. The size standard for this SIC Code listed in FA 19 classifies large business as those companies, which employ more than 500 people. Please list on your fax or e-mail the size of your business and ownership status (women, minority, veteran, etc.) Please contact Set Deric Long at 702-652-6865 if you have any questions on any of the above.

, mil or SSgt Deric Long or SSgt Anthony Weedin (W-337 SN 276725)

30 Cons/LGCV, Bldg 7015, Section 20, 806 13th Street, Suite

2. Vandenberg AFB, CA 93437-5226 I-CORROSION CONTROL ANO PAINTING OF LARGE VEHICLES ASSIGNED TO VANDENBERG APB, CA. SOL FÖ4684-99-R-0004 POC Craig Sweet, Con. tract Specialist (805) 734-8232 ext 5-0490 or email, The 30th Space Wing, Vandenberg AFB,CA., intends to solicit proposals for the corrosion control and painting of large vehicles assigned to Vandenberg AFB. Vandenberg AFB has been identified as a location where severe corrosion is susceptible. Corrosion control consists of washing (steam cleaning and/or jet spraying), sandblasting, repairing damaged metal due to corrosion, treating bare metal (primer and rust inhibitor). priming and sealing. painting the complete vehicle. Some vehicles may require body work from the result of sandblasting due to excessive corrosion. The contractor will be responsible for transporting vehicles to and from Vandenberg AFB and the contractor's facility. Types of vehicles to be serviced include water distributors, excavators, dozers, loaders (1.5 and 2.5 cubic yards), cranes (15 and 45 ton), forklifts (4K, 6K, 10K, and 15K). flatbed trailors (25 and 40 FT), trash compactors, dump trucks (5 and 10 Ton), and busses (44 passenger). The resulting contract will be for one year beginning 01 Oct 99, with tour, one year options. The Request For Proposals (RFP) will be available on line on or about 19 Feb 99. This competition is a 100% set-aside for small business under SIC code 7532, size standard is $5,000,000.00. All responsible offerors may submit a proposal which shall be considered by the agency.

http://www.vatbat.mil/opportunities/index.html#SERVICES Click here to download a copy of the RIP

, mil Click here to contact the Contract Specialist via e-mail (W-336 SN276440)

USDA Forest Service, Ochoco National Forest, PO Box 490, Prineville,

OR 97754 F-TREE PLANTING ON PAULINA RANGER DISTRICT SOL 7-99-2 DUE 020999 POC Cecilia Rogers, 541/416-6534 or fax 541/416-6661 This project consists of a Request for Proposal for free planting on the Paulina Ranger District of the Ochoco National Forest, Crook County, Oregon. The planting contract is an Indefinite Quantities contract. Spacing will be 9x9 and 10x10. Tubing Installation is required with this contract. Approximately 400 acres of planting is involved. An estimated 3,660 seedlings of bitterbrush and mahogany planting is an option item. This project is 100% set aside for small business area concerns. Bonding is not required in this Request for Proposal contract. Past Performance will be an evaluation criteria, as well as other criteria. Estimated start work date is April 1. 1999. (W-337 SN276895)

Billings Area Indian Health Service, 2900 4th Avenue North, Room 304, P.O. Box 2143. Billings, MT 59103

PREVENTIVE MAINTENANCE OF DENTAL OPERATORY EQUIPMENT SOL RFQ 10-98-018 POC Toni Holland, Purchasing Agent, (406) 247-7063. This solicitation is hereby cancelled in its entirely. (W-336 SN276459)

National Institute of Diabetes, Digestive & Kidney Diseases (NIDOKI Acquisition Management Branch, Natcher Building, 45 Centarli.

MSC 6600, Room GAN32, Bothesda, Maryland 20892-6600 1-12 MONTH MAINTENANCE AGREEMENT FOR THE R1245-RAXIS 15 AND R1446-RAXIS IV X-RAY DETECTORS SOL NIDDK-RFQ-99-409 DE 010499 POC Desiree Kelly, Purchasing Agent, 301-594-7731 The Nateral Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) has a requirement for maintenance ter 12 month period for the R1249-RAXIS II and R1446-RAXIS IV X-ray detes: tors scientific equipment. This maintenance agreement will ensure rart nance of the both systems. The Institute intends to obtain a maintenant agreement for this equipment by other than full and open competition trom Molecular Structure Corporation, 3200 Research Forest Drive, The Woodlands, TX, 77381. To the best of the Governments knowledge 1 are the sole manufacturer and distributor of this equipment, therela maintenance must be serviced by them because they are the only authen. ized service provider. Interested vendors may identity in writing their inter est with a capability statement to the Contracting Office prior to closing date of this notice. This notice of intent is not a request for competitive proposals, however all responses received before the closing date of the announcement will be considered by the Government. A determination ? the Government not to compete this proposed acquisition is based on responses to this notice and is solely within the discretion of the Govern ment, Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. It is anto pated that Request for Quotation (RFQ) NIH-MIDDK-99-409 will be available fifteen (15) days after the publication date of this synopsis. Receipts quotations will be due ten days (10) days after the release of the RFQ The anticipated award dale is January 5,1999. Request for copies of the REQ must be in writing and may be FAX to 301-480-4226. Quotatas must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases Room: 6AN32, 45 Center Drive MSC 666 Bethesd MD 20892-6600 Allention: Desiree Kelly FAX quotations mus contain offerors name, address, telephone number and far number FA quotations will only be accepted it dated and signed by an authoris company representative. (W-337 SN276751)

Defense Reutilization and Marketing Service, 74 Washington Avenue

N, Federal Center, DRMS-TPHA, Battle Creek, MI 49017-3092 E-DISPOSAL SERVICES AND OPERATIONAL SUPPORT SOL SP4400-99R-0002 DUE 020599 POC Mr. Keith Bloomensaat, Contracting Officer, DRMS-TPMH, (616)961-7124/(FAX)(616)961-4417 Synopsis No. 99-003, REP SP4400-99-R-0002, Service contract for all fees, labor, packaging. transportation and disposal of hazardous/non-hazardous waste at DRMOS Colorado Springs, Ellsworth, Great Falls, Minot/Grand Forks and surround

Defense Threat Reduction Agency, 6801 Telegraph Rd., Alexandria,

VA 22310-3398 |--SS-24 MISSILE DISASSEMBLY IN UKRAINE SOL AIC 2672 DUE 010499 POC David Staudt (703) 810-4615 Contract Specialist. Edward Archer (703) 326-8506 Contracting Officer The Defense Threat Reduction (DTRA) has a requirement to procure services for Ukraine as specified in agreements between the Department of Defense of the United States of America and the Ministry of Defense of Ukraine concerning the provision of material, Services and related training in connection with the elimination of Strategic Nuclear Arms Elimination, dated 5 December 1993. These services are required to assist Ukraine in dismantling its weapons of mass destruction and will consist of tasks associated with the dismantlement of seven (7) SS-24 missiles. The contractor will tag and track the missile components as directed under SALT I Treaty. The contractor will transport the

Float & Industrial Supply Conter, Regional Contracts Dept, Attn:
Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San

Diego, CA 92132-0212 REPAIR OF REPAIRABLES (ROR) SERVICES FOR CONSOLIDATED

AUTOMATED SUPPORT SYSTEM (CASS) STATIONS SOL NOO244-99-R-0011 la DUE 120798 POC Jo Escalera Code 2701 A/C 619-532-2558 This is an 1. amendment to the Combined Synopsis/Solicitation N00244-99-R-0011,

posted in the CBD-NET under "J" Repair of Repairables (ROR) Services di for Consolidated Automated Support System (CASS) Stations. The following

CBD-NET notices have been issued: Initial Notice dated 13 Nov 98; Modification Notices dated 13 Nov 98, 19 Nov 98 and 24 Nov 98. The solicitation

s amended as follows: (1) Reference the 13 Nov 98 Modification: The = CLOSING DATE FOR SOLICITATION N00244-99-R-0011 HAS BEEN EX

TENDED. PROPOSALS MUST BE RECEIVED NO LATER THAN 3:00 PM, PST, 07 DECEMBER 1998

jo_c_escalera@sd. fisc.navy.mil Click here to contact the contracting officer via e-mail (W-337 SN276769)

cial, applies to this solicitation. The Clause at FAR 52.212-2; Evaluation of Commercial items, applies to this solicitation Award will be made to the responsive, responsible offeror whose offer will result in the best value to the Government, based on technical capability, price, and past performance. The Clause at 52.212-3 Otteror Representations and Certifications Commercial items, applies to this solicitation. Ofterors who fail to submit a completed Representation and Certification may be considered nonresponsive. The clause at FAR 52.212-4 Contract Terms and ConditionsCommercial items applies to this solicitation. The clause at FAR 52.2125, Contract Terms and Conditions Required to implement Statues or Executive Orders-Commercial items, applies to this solicitation. Specifically, the following cited clauses are applicable to this solicitation: FAR 52.2333 Protest alter Award, FAR 52.222-26 Equal Opportunity; FAR 52.22235 Affirmative action for 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 Special Disabled Veterans on the Vietnam Era: FAR 52.222-41 Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965, and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, OFARS 252.204-7004 Required Central Contract Registration, DFARS 252.232-7009 Payment by Electronic Funds Transfer. DFARS 252.225.7008 Qualifying Country End Supplies. For solicitations after vun 98 ali contractors are required to be registered in the central contractor registration (CCR) database to receive a DOD award or payment. Lack of registrat in CCR will make an offeror ineligible for award. Contractors may obtain information on registration via the Internet at http://ccredidisa.mil. Internel processing takes approx. 30 days. Duns number must be provided by the contractor with all offers. If the Duns number is not known, call (800) 333-0505. You will immediately be provided the number at no charge. Wage Determination No: 94-2331 REV (11) applies to this solicitation. The Statement of Work, Bid Schedule, Wage Determination, and Representations and Certifications of Offerors are posted on the Nellis AFB Contracting Home Page at http://nellis at mil/units/99cons. To find this solicitation look under business opportunities for service contracts. If you are unable to access the web-site fax (702-652-5405) or call (702-652-6865) and they will be provided to you.

http://www.nellis.al.mil/units/99cons 99 CONS

SSgt Weedin or SSgt Long (W-337 SN276899)

for the purpose of informing, instructing and training Department of the Navy personnel in the installation, operation and maintenance of the following Navy and Marine Corps weapons, equipment and systems: CETS Task 27162 in support of the KC-130 series aircraft airframe (AF) billet. The place of performance is as follows: Carswell AFB, Texas. The basic contract period is 21 March 1999 through 30 September 1999. The task will also contain two (12) twelve month option periods and one (5.8) five point eight month option period. The period of performance, inclusive of options, will total 36 man months. This contract covers the Government's minimum needs. The solicitation will contain specifications for a Contractor Field Service Representative as appropriate. The applicable Standard industrial Classification Number is 8711. All responsible sources may submit a proposal which shall be considered by the Fleet and Industrial Supply center (FISC) Norfolk Det Philadelphia. The solicitation will require the submission of cost/price and technical proposals. Requests for a copy of the solicitation should be made by letter or telefax (fax #215-6979738)to FISC Norfolk Detachment Philadelphia Code 02P52F. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://ccr.edi.disa mil for more information

SYNOPSIS@PHILFISC NAVY MIL CLICK HERE TO CONTACT THE BID OFFICER (D-337 SN276715)

WR-ALC/PKOS, 215 Byron St, Robins Air Force Base, GA 31098

1611 HANNUANL MAINTENANCE CONTRACT FOR REMEDIAL UNSCHEDULED AND PREVENTIVE MANITENANCE OF THE MIATS TEST SYSTEM SOL F0965099-0-0291 POC Faye Tant (912)926-3135 The contractor is to provide all parts, tools, materials, labor and transporation for non personal servces for annual maintenance of the MIATS Test System in accordance

with the Government Statement of Work. No telephone requests will be si accepted. Only written or faxed requests received directly from the re

quester are acceptable. All responsible sources solicited may submit a

bid, proposal, or quotation, which shall be considered. For assistance in pt interpreting the CBD announcements, please see the CBD Reader's Guide.

For other WR-ALC Solicitations see our PK Internet Site at: http://contractning robins.af.mil All potential Offerors should contact the above listed

point of contact identified above for additional information and/or to communicate concerns, if any concerning this requirement. After contacting the above POC and if you still are not satisfied, an Ombudsman 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 commuacate 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 or in the source selection process. When appropriated, potential Offerors may contact Ombudsman lames Grant. Chiel. Contact Policy DiviSkon, at (912) 926-2604. Please be prepared to identify previous Solicitation and/or Contract made by you in an attempt to resolve your concerns. for assistance in interpreting the CBO announcements, please see the CBD Reader's Guide.

ftant&pk.robins,af.mil 9800291 (W-337 SN276852)

M Operation of Government-Owned Facilities

U.S. Department of Labor, ETA, Division of Acquisition & Assistance,

200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 M-AVE DESIGN SERVICES FOR A NEW MALE DORMITORY AND ME DESIGN SERVICES FOR A NEW FEMALE DORMITORY SITE ADAPTATION AT THE EARLE C. CLEMENTS (SAT. SITE) JOB CORPS CENTER, GREENVILLE, KY SOL JC-02-99 DUE 122898 POC Marion B. Carter, Contract Specialist, (202) 219-8706 ext. 117 This modification is to change the date for receipt

of the 255's and 254's. The original date for receipt was December 26, > 1998, which is a Saturday. The new date for receipt of the 255's and

254's is Monday, December 28, 1998. The original announcement was published in the Commerce Business Daily on November 24, 1998. All other terms and conditions of the original announcement remains unchanged by this modification,

http://cbdnet access.gpo.gov IC-02-99 JC-02-99 (W-337 SN276670)

WA-ALC/PKOS, 215 Byron St, Robins Air Force Base, GA 31098

1611 HANNUAL PREVENTATIVE MAINTENANCE CONTRACT FOR SOL F0965099-0-0291 POC Faye Tant @ (912)926-3135 or fax (912) 926-3590 Dec scription is modified to include the following: Note 22 Subject requirement is sole source Engineering Spectrum, Inc 12725 Spectrum Drive San Antonio TX 78238

,af.mil 9800291 (W-337 SN276880)

Department of Veterans Affairs, VA Puget Sound Health Care System (663/90C), 1660 S. Columbian Way, Seattle, WA 98108

MAINTENANCE AND REPAIR OF NON-TECHNICAL EQUIPMENT SOL RFQ 663-18-99 POC Susan Cowin, Contracting Officer, (206)764-2508 The VA Puget Sound Healthcare System, 1660 South Columbian Way. Seattle, Washington, has a requirement for preventative maintenance service and emergency repair of other than technical equipment Contract term will be February 1, 1999, through January 31, 2000, with provisions for 2 option years. Solicitation packages will be available on or about December 15, 1998. Offers are due on or about January 8, 1999, close-of-business. Only written requests for solicitation packages will be accepted and may be faxed to (206)764-2565. Request must reference solicitation number RFQ 663-18-99 and must have a contact point and telephone number. SIC for this procurement is 7629. (W-337 SN276903)

Depan ment of Veterans Affairs, VA Puget Sound Health Care

Systern (663/90C), 1660 S. Columbian Way, Seattle, WA 98108 -READJUSTMENT COUNSELING SERVICES SOL RFQ 663-21-99 POC Susan Cowin. Contracting Officer, (206)764-2508 The VA Puget Sound Healthcare System, 1660 South Columbian Way, Seattle, Washington, has a requirement for Readjustment Counseling Service in the Grays Harbor and Pacific Counties areas of Washington. Term of contract will be March 1. 1999 through February 28, 2000, with provisions for 2 option years. Solicitation packages will be available on or about December 30, 1998. Offers are due on or about January 29, 1999, close-of-business. Only written requests for solicitation packages will be accepted and may be faxed to (206)764-2565. Requests must reference solicitation number RFQ 663-21-99 and must have a contact point and telephone number. SIC for this procurement is 8322. (W-337 SN276905)

R Professional, Administrative and Management Support Services

U.S. Department of Commerce/National Oceanic and Atmospheric Administration/OFNAGFS/AMO-OFA57, 1305 East West Highway Station 7604, Silver Spring, Maryland 20910 -MAINTENANCE SOL 99-3098 DUE 121598 POC Lawrence Frazier, 301-713-0851, Vivian Smith 301-713-0853 /--The Department of Commerce/NOAA intends to procure on a sole source basis from Universal Sistems maintenance and support of CARIS Software. Maintenance includes caris software Updates for NOAA hydrographic surveys Division. fncludes CARIS Software fax/phone/email SUPPORT for NOAA Hydrographic Surveys division. Updates covers all NOAA/HSA CARIS Software and any additional CARIS Software purchases by NOAA/HSD in FY 99. SUPPORT covers al NOAA/HSD platforms w/CARIS software installed, and any platforms to which CARIS Software is installed in FY 99. This is a notice of intent to award to Universal Systems. The Government anticipatews award will be made by December 15, 1999. Contact the POC for official due date and time of offers. (Relerence No. 99-3098). (W-337 SN276892)

Commander (VPL), V.S. Coast Guard, Maintenance & Logistics Command Atlantic, 300 East Main Street, Suite 600, Nortolk,

VA 23510-9102 K-REPETITIVE MAINTENANCE FOR THE 378' WHEC, 270' AND 210 COAST GUARD VESSELS IN THE ATLANTIC AREA SOL DTCG80-99-R-3FC702 DUE 011999 POC Ms. Cindy Floyd, Contract Specialist, (757) 628-4653, Mr. Douglas Landau, Contracting Officer, (757) 628-4638 Solicitation response date is corrected in Block 10. Plans and specifications will be issued on or after 18 December 1998 not 12 January 1999 as stated in previous CBD notice. (W-337 SN276909)

| Maintenance, Repair, and Rebuilding of Equipment-" Potential Sources Sought

Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W

Street, Code 200 Bid Desk, Bremerton, WA 98314-0051 R-MARINE DESIGN SERVICES SOL N00406-98-R-5182 DUE 010699 POC Victor Angkico (360)476-0267 This CBD announcement serves as notice that the Fleet and Industrial Supply Center Puget Sound (FISCPS) will be posting DRAFT solicitation 6-98-R-5182 for Marine Design Services in support of the Puget Sound Naval Shipyard on the FISCPS web page approximately 09 Dec 98. The web page can be accessed at www.puget.fisc.navy.mil/contracting/iippage.htm. Potential offerors are invited to review the dratt documents and provide any comments, changes, suggestions no later than 06 Jan 99. Offerors shall be made aware that no preproposal conference is anticipated for this acquisition. It is the intent of the draft RFP to serve as the vehicle for offerors to review and comment on the requirements. Responses to questions received and/ or any resulting changes to the solicitation will be posted on the website during the review period. All questions and/or comments must be in writing. Responses can be faxed to (360) 476-8701 (Attn: Victor Angkico) or emailed to victor_b_angkico@puget. fisc.navy.mil. It is anticipated that the final RFP will be issued approximately 22 Jan 99 with a 30 day closing. A subsequent CBD synopsis will be provided announcing the issuance. (W-336 SN276439)

U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division WC3, 7600 Sand Point Way NE, Bin C15700, Seattle,

WA 98115-0070 1-OVERHAUL AND UPGRADE OF DAVIT CRANE SOL WASC9-563 DUE 121798 POC Melvin Fondue (206) 526-6043/FAX (206) 526-6025 SoleSource--This publication serves as a notice of intent to procure, on a sole-source basis, with Allied Marine Crane, the OEM for the NOAA SHIP MCARTHUR located in SEATTLE, WA, to overhaul and upgrade of a Davit Crane, model 05300CT. All interested concerns must submit documenta. tion demonstrating the qualifications to provide the service as described above within 15 days of the publication date of this notice. This notice may represent the only official notice. This is a simplified acquisition with an estimated value of less than $100.000. Questions concerning this acquisition may be directed to Melvin Fondue at 206-526-6043 (W-337 SN276735)

99th Contracting Squadron, 5865 Swaab Blvd, Wellis AFB, NY

89191-7063 HREPAIR 35, FF-2 PARACHUTE AUTOMATIC OPENING DEVICES SOL $266009900222 DUE 120898 POC SSgt Long at (702)652-6865 or SSgt Needin at (702) 652-5352. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6. as supplemented with additionatinformation included in this notice. This announcement constitutes the only solicitation; proposals are being reQuested and a written solicitation will not be issued. Solicitation no. +266009900222 is issued as a Request for Quotation (RFQ). This solicitaLien document and incorporated provisions and clauses are those in effect brough Federal Acquisition Circular 97-05. The SIC for this solicitation $ 3429. The solicitation is issued unrestricted, open to all business. Item Description as follows: to furnish all labor, tools, materials, and facilities necessary to repair thirty-five (35) Parachute Automatic Opening Devices, Dart number FF-2, manufactured by Irvin Aerospace Canada, Limited. Upon receipt of items at contractors plant, repairs will be made and items eturned to the government within 60 days. The Government will provide Shipping to the contractor's plant and the contractor will be responsible or the return shipping cost. Submit quotes via email (anhony

, ) or fax to (702) 652-5405 by 2:00 p.m. PST Dec 98. The provision at FAR 52.212-1. Instructions to Offerers-Commer

| Technical Representation Services

FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg.

2B, Philadelphia, PA 19111-5084 6-ENGINEERING AND TECHNICAL SERVICES SOL N00140-99-R-0657 POC Point of contact-Chris Cascarina. Contract Specialist, 215-6979736. Contracting Officer. P.J. Proko, 215-697-9620 The FISC Norfolk Detachment Philadelphia intends to acquire through full and open competition non-personal Engineering Technical Servires hv quahtied personnel

43rd Contracting Squadron, 1443 Reilly Road, Suite C, Pope AFB,

NC 28308-2896 R-LIBRARY SERVICES SOL F31601-99-R-0001 DUE 012099 POC Buyer: Susan Wilson, : (910) 394-6293, FAX: (910) 394-6289, E-Mail: Susan. ; Contracting Officer: Major Elegear Primus The Contractor shall provide all personnel, supervision, and other items and services necessary to perform general library services at Pope AFB, NC. Library services shall be in accordance with professional standards, supplemented by Air Force Instructions. Contractor tasks include, but are not limited to mission support, education support, public services, adminis. tration, collection mana Frent, financial management marketing, reference. circulation, inte In quis tions,

quisitions, Cataluj ing, and systems

administration and management. Period of Performance: Basic year, four one-year options, and one partial year option. Contract shall not exceed a total of five years. Solicitation issue date: On or about 18 December 1998. This proposed contract is being considered as a 100 percent setaside for historically black colleges and universities (HBCUs) and minority institutions (Mis), as defined by the clause at 252.226-7000 of the Defense Federal Acquisition Regulation Supplement. Interested HBCUs and Mis should provide the contracting office as early as possible, but not later than 15 days after this notice, evidence of their capability to perform the contract, and a positive statement of their eligibility as an HBCU of MI. If adequate response is not received from HBCUs and Mis, the solicitation will instead be issued, without further notice, as unrestricted. Therefore replies to this notice are also requested from all interested educational institutions and/or firms. No telephonic requests for the solicitation will be accepted. Requests for the solicitation must be submitted in writing, via E-Mail or by facsimile, and must include school/company name, address, telephone number, fax number, E-Mail address, and point of contact. Questions concerning this RSP should be addressed to Ms Susan Wilson. See Numbered Notes: 5.

http://www.pope.af.mi1431g/Cons/competitive_sourcing.htm Click here for further information and downloading of solicitation.

Click here to contact the buyer Susan Wilson via email. (W-337 SN276630)

current affairs information. The LEXIS service includes access to case law, administrative decisions, statutes, regulations, law reviews, specialty publications and more. A comprehensive set of specialized libraries cover more than 30 areas of federal and state practice. In addition, the service

houses international law libraries for the United Kingdom and the Common• wealth and France. Libraries and publications in the NEXIS service are

global in scope and cover a variety of topics including business, government, finance, politics, technology, and general news. Three libraries are dedicated to tederal and state legislation, and to federal executive and campaign materials. Full-text and abstracted medical information are housed in MEDIS. The Financial Information service includes company and financial information on public and private corporations throughout the world. Document Retrieval and Delivery Services are provided through MICHE. Services will be continued through September 30, 1999. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will be accepted. No award will be based on any offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: HEWLML (W337 SN276645)

Office of the DC Chief Financial Officer, Atta: MSC-Procurement, 441 4th Street -udiciary Square, Room 440-South, Washington,

DC 20001 R-DISCOVERY AND COLLECTION OF CERTAIN TAXES SOL CFOPO-99 R-009 DUE 121798 POC R. Vlach telephone (202) 727-0380 FAX (202 727-9599 The District of Columbia Office of Tax and Revenue, Olo o the Chief Financial Officer is soliciting a contractor to discover tappen who are unknown to the District and determine their tax liability the contractor will be required to develop a list of categories of inondal and commercial entities from which taxpayers will be identified and the proposed steps that will be taken to identity delinquent taxpayers witte each category. The contractor will develop and execute a plan to bring the delinquent taxpayers into compliance. The contractor will then be responsible for the collection of delinquent taxes conforming to the Far Debt Practices Act, U.S.C.1962. The response date for this solicito is 12 noon EST, December 17, 1998. To obtain acopy of the solicistes fax a written request citing CFOPD-99-R-009 to the attention of Reach at FAX NO. 202-727-9599. To receive the solicitation electronically include your Email address on your request. (W-337 SN276711).

The Library of Congress, Contracts and Logistics Service, Fedlink

Section, 1701 Brightseat Road, Landover, MD 20785 R-FEDLINK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER SOL HEWLWWE POC Charles Wilson, Contract specialist The library of Congress intends to issue delivery orders against an existing Basic Ordering Agreement to renew subscriptions with West Publishing Corporation for the continued use and access of their database for the Department of Health and Human Services. Washington DC (HEWL). West provides an online fully-interactive legal research service consisting of legal and legal-related information including such items as judicial opinions, statutes, regulations, and other information. Information is provided generally in full-text format and some information includes specialized editorial enhancements made by West, West CD-ROM Libraries provide topical, full-text information on a wide range of legal and legal-related subjects which include federal securities, federal taxation, government contracting, federal civil practice, federal bankruptcy and Delaware corporate law. Service will be continued through September 30, 1999. WRITTEN RESPONSES SHOULD INCLUDE PRICES AND TECHNICAL DATA SUFFICIENT TO DETERMINE CAPABILITY. No telephone calls will be accepted. No award will be based on any offer or proposal received in response to this notice. NO SOLICITATION DOCUMENT EXISTS. (See Note 22). REF: HEWLWE (W-337 SN276648)

Office of the DC Chief Financial Officer, Atta: MSC-Procurement, 441 4th Street Hudiciary Square, Room 440-South, Washington, but

DC 20001 R-APPLICANTS TO SERVE ON GRANT REVIEW PANEL SOL OGMO-99.17 2015

001 POC Subgranting Unit Fax (202) 727-1617 The District of Columbia's sme sa


Office of Grants Management and Development (OGMD) is seeking inter

. 1551 ested and qualified prolessionals to serve as Grant Review Panelists. Paselists will evaluate and score competitive grant proposals submitted in CPN BE request for Federal funds administered by District agencies. OGMO seels 200 individuals with experience and/or training in one or several of the folo fake 11 ing disciplines: public health, public education, social service program delivery, community development, and law enforcement. Those irondas 50. who have previously served on peer reviews, evaluation teams, or prezesa application review panels are encouraged to apply. All review panelists ar will complete a "Conflict of Interest Statement and a Statement of Cao - Tieto fidentiality." Review panelists will be required to commit to a nast the of two (2) days and a maximum of five (5) days during business hours Monday through Friday. Panelists will perform the grant application rever 045 services at the Orice of Grants Management and Development located the at the address shown below. Individuals who serve on grant review pemes will be compensated at the rate of $250.00 for each eight-hour day served 2 Dec Panels are held on an ongoing basis. Interested individuals should as a their resumes to the Office of Grants Management and Development, Suths granting Unit, 717 14th Street, NW, Suite 1200, Washington, D.C. Zato sem h of FAX to (202) 727-1617. (W-337 SN276724)

SPAWAR Systems Center Charleston, P. O. Box 190022, North

Charleston, SC 29419-9022 R-SYSTEMS ENGINEERING, TECHNICAL AND LOGISTICS SERVICES TO SUPPORT VARIOUS C4ISR SYSTEMS SOL N65236-99-R-0361 DUE 021699 POC Adreina Bennett, Contract Specialist Code 1116AB, (843)974-5958. Joliene Bowers, Contracting Officer SPAWARSYSCEN Charleston intends to issue a Request for Proposals (RFP) for follow-on engineering capability for development, design, engineering, tabrication, integration, installation, configuration management, quality assurance, logistics, maintenance, and life-cycle management for various C4ISR requirements, programs, and projects, as tasked by multiple Department of Defense (DOD) and other Agencies, during critical periods from system conception through system operations. The types of support tasks required under this contract include the following: 1) Systems Engineering; 2) Software Engineering; 3) Security Engineering: 4) Test and Evaluation: 5) Installation Maintenance and Site Support; 6) Configuration Management Support; 7) Quality Assurance (QA) Support; 8) Logistic Support: 9) Material Control; 10) Training Support; and 11) Program Management. The following list contains examples of current C4ISR requirements: Tactical Support Center (ISC); TSC Communications Module (TCOMM); Mobile Operational Command Center (MOCC); Mobile Ashore Support Terminal (MAST); Mobile Integrated Command Facility (MICFAC): Tactical Combat Operations (TCO); CAI related systems and associated interface systems; Air Force DCCS systems (ie., UPI, CMP &GMP); and other Mobile and fixed site C4ISR systems and related Foreign Military Sales (FMS) programs and projects. The contractor will be required to maintain a facility primarily in the Charleston, S. C. area with a support office required in the Lexington Park, MD area. This will be an unrestricted procurement under the SIC Code 8711 and FSC R425. An indefinite delivery. indefinite quantity type contract with cost-plus-fixed-lee task orders is anticipated. The period of performance will be for a 12-month base period and tour one-year options. The Government estimates a potential level of effort of approximately 1,195,600 labor hours (836,920 Domestic; 358,680 Foreign Military Sales) over a 60 month period. Award will be made to the offeror who provides the overall best value to the Government. The required Key Personnel with the number of personnel resumes required in parentheses is as follows: Program Manager (1); Lead Project Engineer (1), Senior Computer Scientist (1); Senior Electronics Engineer (2): Communications Engineer (2); System Engineer (2); Engineer (1); Senior Project Analyst (1); Project Analyst (1); Project Communications Analyst (1); Senior Systems Analyst (1); Systems Analyst (1); Senior Computer Programmer (1): Computer Programmer 11 (1); Electronics Technician III (1); Network Engineer (1); Modeling Simulation Engineer (1) and Senior Logistics Techni. cian (1). This is a follow-on effort to contract N00140-93-D-BE84 with TRACOR Applied Sciences. This is an updated synopsis to the original presolicitation notice posted on April 7, 1998 under solicitation number N65236-98-R-0361. The Government reserves the right to make multiple awards if it is determined to be in the best interest of the Government. All responsible sources may submit a proposal which shall be considered by the agency in response to this solicitation. It is anticipated that the solicitation will be available by 24 December 1998 on the SPAWARSYSCEN Charleston RFP web page address link below. It is the responsibility of the interested parties to independently review this web page frequently for updates to any and all documents. Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). No paper copies of these documents will be issued. Technical questions about the Internet web site are to be directed to Ms. Janet Stone, (843) 974-5906. All other questions and comments are to be directed to Ms. Adreina F. Bennett at phone (843) 974-5958; fax (843) 974-5947: or e-mail address below.

http://www.nise.spawar navy.mil/NISEE ast/Codes/10/1p.html SPAWARSYSCEN Charleston

SPAWARSYSCEN Charleston (D-337 SN 276636)

Ohio Department of Human Services, Office of Research, 30 East

Broad Street, 32nd Floor, Columbus, OH 43266-0423 R-MODIFICATION OF DUE DATE OF REQUEST FOR PROPOSALS: CLOSED CASES STUDY SOL 98-020 DUE 011999 POC Jacqualyn L. Martin Telephone: 614-728-4918 Fax: 614-466-2815 DESC: The Ohio Department of Human Services (ODHS) is issuing a Request for Proposals (RFP) to conduct a study to determine what happens to former welfare recipients once they leave the food Stamp Program and/or Ohio Works First. The study will involve telephone and in-home surveys of these populations, and focus groups with county stalls and community groups. The selected vendor will combine survey data from 12 sites with a statewide administrative database. The RFP is available on the internet. A vendor's tele-conference will be conducted on December 17, 1998 from 1PM to 2PM (EST). The deadline for submitting proposals is January 18, 1999. It is anticipated that the selected vendor will begin work in March 1999 and that the project period will run through August 31, 2000 contingent upon funding availability

http://www.state.oh.us/odhs/owl/ccsrfp/ Click here to go to the Closed Cases Study RFP Web Page.

CLOSED-CASES-STUDY-REP@odhs state.oh.us Click here to contact the Ohio Department of Human Services in reference to this RFP. (W-337 SN 276672)

U.S. Department of Labor, ETA, Division of Acquisition & Assistance

200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 R-ENGINEERING SUPPORT SERVICES FOR JOR CORPS DESIGN AB CONSTRUCTION PROGRAM SOL 99-DAA-09.JC DUE 020399 POC Contact Ms. Lorraine Saunders al (202) 219-8698, ext. 120 Corrections). A The are only 6 pertinent factors for this procurement. The initial announcement erroneously referred to 10 selection factors. B) Task No. 3.is content read "Environmental assessments, environmental project management and development of reporting documents“.

http://cbdnet access.gpo.gov 99-DAA-09-JC .99-DAA-09-JC (W-337 SN276743)

325th Contracting Squadron, 501 IMinois Avenue, STE S, Tyndal

AFB, FL 32403-5526 R-PROFESSIONAL, ADMINISTRATIVE, AND MANAGEMENT SUPPORT 27 SERVICES SOL F08637-99-R-6004, DUE 030299 POC Dale Peden, Central Specialist. 850-283-8636 Solicitation F08637-99-R-6004 is cancelled in its entirety. (W-337 SN276746)

Facilities Service Office, U.S. Postal Service, 7800 N Stemmons

Frwy, Suite 400, Dallas TX 75247-4217 R-NDEFINITE QUANTITY CONTRACT FOR PROFESSIONAL REAL ESTATE SERVICES FOR THE STATES OF ARKANSAS, LOUISIANA, OKLAHOMA AND TEXAS SOL 482980-99-A-0615 DUE 010799 POC Larry L Andrews, 214/ 819-1213 or John Logan, Team Leader, 214/819-7244 The U.S. Postal Service is soliciting proposals for an indefinite Quantity Contract (1QC) for professional Real Estate Services to include, but is not limited to: preparation of real property appraisals, feasibility studies, site planning (evaluation) reports, property inspection reports, leasing of alternate quarters (existing space), leasing build-to-suit quarters, relocation services, and lease management activities within the states of Arkansas, Louisiana, Oklahoma and Texas. Services may be negotiated for other areas on an as needed basis. The U.S. Postal Service reserves the right to make multiple awards on this solicitation. The following evaluation factors are listed in descending order of importance: Past U.S. Postal Service Experience. Related Real Estate Experience: References; Approach; and Capability/ Resources. The successful ofteror will be chosen from the best technically qualified proposals based upon best value to the Postal Service. Cost price will be considered in the award decision, although the award may not necessarily be made to that ollelor submitting the lowest price. Offerors that have the qualifications to perform the services described above are invited to submit proposals. Oflers will be received in this office, prior to, but not later than 3:30 pm on January 7, 1999. Solicitation packages will be available on or about December 7. 1998 at a cost of $25.00 per sel (NON-REFUNDABLE), payable by check or money order only. Requests for packages shall be forwarded to Dallas Facilities Service Office, U.S. Postal Service. P.O. Box 667180, Dallas, TX 75266-7180. Attn: Eunice Jacobsen. Checks or money orders must be made payable 10 DISBURSING OFFICER, USPS. Since this is a request for proposals offers will not be publicly opened. The number of offers received, the identity of the offerors, the amount of any one ofter, or relative standing of the offeror will not be disclosed. Offers are encouraged to submit their proposal by one of

U.S. Department of the Interior, Interior Service Center, Acquisition

Services, 1849 C Street NW, Room 1731, Washington, DC 20240 R- ELECTRONIC INFORMATION RETRIEVAL SERVICES SOL NA POC Robyn D. Ball, Contracting Officer, 1202)208-6722 The U.S. Departement of the Interior intends to renew its subscription for LEXIS-NEXIS under the Library of Congress' FEDLINK Basic Ordering Agreement (804) ** FY 99. The period of performance shall be from October 1, 1998 through September 30, 1999. This requirement is for on-line access to LEIR NEXIS and related services which contain an extensive array of databases with nearly 60 million documents and offer a full range of legal, legislatie regulatory, company and financial, medical, news and current affaus ietsmation: The LEXIS service includes access to case law, administratie decisions, statutes, regulations, law reviews, specialty publications more. A comprehensive set of specialized libraries cover more than areas of federal and state practice. In addition, the service houses inte national law libraries for the United Kingdom and the Commonwealth of france Libraries and publications in the NEXIS service are global in scape and cover a variety of topics including business, government

, finance, politics, technology, and general news. Three libraries are dedicated in tederal and state legislation, and to federal executive and campaign wat rials. Full-text and abstracted medical information are housed on MEDES The Financial Information service includes company and financial interes tion on public and private corporations throughout the world. LEXIS-NELIS also offers Michie/Butterworth Books, and Document Retrieval and Delivery Services. No solicitation document exists. Written responses must acro prices and technical data sufficient to determine capability. No teteghere calls will be accepted. No award will be based on any oster proges received in response to this notice. See Numbered Note 22 w-17 SN276749)

The Library of Congress, Contracts and Logistics Service, Fedlink

Section, 1701 Brightseat Road, Landover, MD 20785 R-FEDUNK INFORMATION RETRIEVAL SERVICES DELIVERY ORDER SOL HEWL/ML POC Charles Wilson, Contract specialist The Library of Congress intends to issue a delivery order against an existing Basic Ordering Agreement with LEXIS-NEXIS to renew a subscription for the continued use and access of their database system by Department of Health and Human Services, Washington, DC (HEWL). This subscription is for online access to LEXIS/NEXIS and related services which contain an extensive array of databases with nearly 60 milion documents and offer a full range of legal, legislative, regulatory, company and financial, medical, news and

Forest Service, Attn: Laurie Lewandowski, Suite 706 RP-E, 1621 N. Kent Street, Arlington, VA 22209.

llewando/ Contracting Officer e-mail address (W-337 SN276825)

U.S. Holocaust Momorial Council, 100 Raoul Wallenberg Placo,

SW, Division of Procurement, Washington, DC 20024-2150 PROVIDE DESIGN AND GRAPHIC WORK FOR THE MUSEUM SOL 43880-99-R-0006 DUE 120498 POC Donald A. Holmes, (202) 488-2677, Contracting Officer, Teresa R. DuBose, (202) 488-2667: To provide design and graphic work for the U.S. Holocaust Memorial Museum at 100 Raoul Wallenberg Place, SW, Washington, DC, by communicating Holocaust history, information and ideas through visual means in the areas of exhibition graphics, printed graphics, silk-screening graphics and publications. The solicitation is for a consultant operating on a contract or fee basis (8hour day, Monday through Friday). Projects will be solicited on an-asneeded basis. The resulting contract will be awarded as a commercial item purchase. Ordering will be by separate task order for actual require. ments. The solicitation wi contain a 9-month base period. The SIC 7379 size standard is $5.0 million. The solicitation will allow for and it is anticipated that a single award will be made from this solicitation. Award will be made to the responsive, responsible offeror after evaluation of price and technical. It is estimated that the solicitation will be issued by December 4, 1998. It is estimated that evaluation and award will be made by January 8, 1999. Requests for the solicitation package must be writing and are acceptable by FAX to (202) 314-0345, or by mail to U.S. Holocaust Memorial Museum, 100 Raoul Wallenberg Place, SW, Dirision of Procurement, Washington, DC 20024-2150. Reference solicitation No. 13880-99-R-0006 when requesting the solicitation. No telephone requests will be accepted. Delivery will be by 010899 to V.S Holocaust Memorial Museum, 100 Raoul Wallenberg Place, SW, Washington, DC 20024-2150 or other locations determined by the Contracting Officer. When calling, be prepared to state name, address and solicitation number. Al responsible sources may submit an offer, which will be considered. (W-337 SN276765)

Federal Prison Camp, Allenwood, Regional Contracting Office, P.O.

Box 1000, Montgomery, PA 17752 R-LAW LIBRARIAN SERVICES SOL RFQ 429-0084 DUE 01 1899 POC GF Garceau, Contract Specialist. (717) 547-1641 Ext. 541 The Metropolitan Detention Center (MDC)Brooklyn, located at Brooklyn, New York, has a requirement for a contract law librarian to organize and maintain the law library at MDC Brooklyn. The service is to be provided on site. Services will be required for a one-year base period, with a possibility for four one-year option periods for a total of sixty months from the date of award. The Government intends to make a single award for this requirement. The estimated quantity for each twelve (12) month period of the contract is 520 three-hour sessions. Librarian must have completed a certified paralegal program, provide verifiable evidence of one year of comparable working experience. A security investigation/clearance is required. All responsible sources are encouraged to submit an offer that will be considered for award. Written requests for the request for quote package, number 429-0084 can be mailed to the above address or faxed to the following number (717) 547-6819. NO VERBAL REQUEST WILL BE ACCEPTED. Anticipated issue date is approximately 12/22/98. The SIC code for this requirement is 8231. The requirement is open to both large and small businesses. (W-337 SN276886)

Department of the Treasury (DY) US Customs Service, Field
Procurement Svcs. Group, 6026 Lakeside Blvd, Indianapolis, IN

46278 R-LIBRARY OF CONGRESS DATABASE ACCESS SOL 99-22334 DUE 121598 POC Mary Ann Johnson-Karin, Contract Specialist, (317-298-1180, Ext 1207); Lee Sullivan, Contracting Officer, (317-298-1180, Ext 1119) The United States Customs Service intends to issue a delivery order against an existing Basic Ordering Agreement through Fedlink, Library of Congress with Lexis-Nexis to issue a subscription for the continued use and access of their database system by Financial Crimes Enforcement Network, Vienna, Virginia. This subscription is for online access to public record information. Written responses should include prices and technical data sufficient to determine capability. No award will be based on any offer or proposal received in response to this notice. (1-337 SN276901)

R Professional, Administrative and Management Support Services Potential Sources Sought

ASC/PKW, Bldg 1. 1940 Allbrook Drive, Suite 3, Wright-Patterson

AFB, ON 45433-5309 R MEDICAL TRANSCRIPTION SERVICES SOL F33601-99-R0005 DUE 122398 POC Mark West (937)257-5841 ext 4240 Period of performance 8 4 Jan 1999-30 Sep 1999. A request for quote will be issued approximately 16 Dec 1998 with a due date of approximately 23 Dec 1998. Service is to provide Medical Transcription Service within the radiology department of the Wright-Patterson Medical Center. Dictated records shall be accessed with a modem through a local telephone line. The procurement is 100% small business set aside. The applicable SIC code is 7342, the size standand for which is $5 million. Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR2423 fax: 1-703-696-0213 Every solicitation issued after 31 May 1998 must include the clause at DFARS 252.204-7004 "Required Central Contractor Registration". Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgi. bin/query.pl "Mr. Stephen J. Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accord, agly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact Mark West (937)257-5841 ext 4240). When requested the Ombudsman will maintain strict confidentiality as to the source of the concern. Should fou desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095, extension 232.“ Mark West (W-337 SN276768)

(703)605-4573 USDA Forest Service (FS) management officials have determined a need for specialized abilities and skills that will supplement the current federal process with different private sector viewpoints and experience. This experience will assist the FS by improving the efficiency and effectiveness of the selection process for our Senior Executive Service (SES) positions, and allow us to attract and retain highly competent executives that will enhance the overall quality of executives and leadership for these very crucial positions. Background-The current SES selection process involves the certification of candidates who are eligible for consideration for SES positions. Candidates can be eligible for SES positions in the following ways: career appointments; non-competitive action by lateral reassignment; non-career appointments; limited term; limited emergency: Senior Executive Service Candidate Development Program graduates approved by the Office of Personnel Management (OPM). At present, the FS Human Resources Management Office completes the initial screening of candidates and prepares a package to be reviewed and evaluated by a panel of representatives of the Department of Agriculture. The panel determines it candidates meet the Executive Core Qualifications established by OPM that indicates the candidates possess the broad executive skills needed to be successful in a SES position. These five fundamental executive qualifications are: Leading Change, Leading People. Results Driven, Business acumen, and Building Coalitions/Communication. The technical qualifications which are established by the agency is also reviewed and evaluated for each candidate and then they receive an overall rating. Once completed, the agency head is provided with a list of the best qualified candidates for the respective position. Currently, FS management representatives commission a group of current SES employees and/or senior level GS-15 employees to evaluate, with Human Resources Management representation, the best qualified candidates based on the needs of the position and the quality of the applicant's possession of the needed executive/management competencies. Scope-The scope of this contract is to assist Forest Service management in the evaluation and recommendation of the final tier or Best Qualified candidates from which the final recommended seleclee may be identified. Description of WorkThe Contractor shall provide all necessary labor to: 1)Develop a selection evaluation format and criteria that will ensure that all candidates receive a lair and equitable evaluation for consideration for the subject position. The process will be reviewed and approved by the FS prior to implementation. 2) Perform additional reviews and further evaluate the application packages/documents of each final tier candidate and rate each individual candidate against the evaluation process/criteria in terms of his/her ranking for selection. This group will include approximately 5-10 candidates. 3) Develop a series of interview questions which will produce information from the candidates that will add value in the overall selection of the final recommended candidate. The questions must be uniform and the same questions asked of each candidate. The contractor shall document the responses of each candidate and describe how the responses were factored into the ultimate recommendations. Peer reviews/360 degree feedback interview process may be used in assessing current and past supervisors and peers' input. 4) Performance and background inquiries with current and past supervisors must be made in the event a 360 degree interview process is not used. 5) The results of this evaluation process are a report which documents the evaluation process and recommends the top 3-5 candidates for the position with rationale as to why these candidates are recommended. This contract will be in ellect from date of award (estimated to be in December) through September 30. 1999. Delivery time/ performance time will be negotiated for each position, It is estimated that 15-20 positions will utilize this contract; one position is guaranteed. Pricing shall be on a per position basis. Technical Requirements of Firms/Evaluation Factors: Firms must have demonstrated experience in consulting and providing expert advice in the Human Resources Management arena. This experience must include knowledge in developing and providing human resources assessments, evaluations, and recommendations of applicants to managers for consideration and selection of senior level, upper echelon positions within firms and/or agencies. Personnel of the selected firm must have personal knowledge of and experience in the accepted phases of the recruiting and staffing of positions within the public and/or private employment sectors. Firms must have experience in conducting research of the attributes of successful executives in both the private and public sectors; have experience providing background and reverence checks for both private and public sector employees: have a solid understanding of the current laws and regulations that deal with the executive branch Senior Executive Service positions; have an understanding of the characteristics and leadership competencies needed for visionary leaders and executives for the 21st century, --This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation no. WO-99-01 and is issued as a Request for Quotations (under $100,000). Proposals are due by 5:00 pm, December 11. Proposals shall include: A written proposal which addresses the technical evaluation factors, include resumes of key personnel who will be assigned to the project; provide an approach to the work and understanding of the problem: provide a price per each position; provide a completed copy of the provision at 52.212-3, Offeron Representations and Certifications Commercial Items. Price is considered less important than technical expertise. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-09. This solicitation is 100% set-aside for small business. SIC Code 8742: size standard $5 million. The provision at 52.212. I Instructions to Offerors-Commercial, 52.212-4. Contract Terms and Conditions, and clause 52.212-5 contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. These additional clauses apply: 52.219-8; 52.219-9, 52.22226.52.222-35, 52.222-36.52.222-37,52 239-1. 52.222-41. Proposals may ho submitted by fax to 703-CO! SICO trition to sending to USDA

36th Contracting Squadron, 36 CONS/LGCU, Unit 14040, Andersen

AFB Guam, APO AP 96543-4040 R-PASSENGER TERMINAL PERSONNEL AND BAGGAGE SCREENING SERVICE SOL NA DUE 121898 POC Thaddeus Willoughby © (671)3662922 or Norma Reyes @ (671)366-2921, fax: (671)366-5678 SOURCES SOUGHT: Potential sources are being sought to provide all parts, labor, material, equipment and transportation necessary to operate and maintain screening of customers/passengers and baggage entering Andersen Air Force Base Passenger Terminal. Andersen's passenger terminal has on average 21,000 customer/passenger entering its facility each month. Screening shall be performed in a manner that will allow customer/passenger entering the passenger terminal expeditious service to the checkin counter, while at the same time maintaining the integrity of the Defense Transportation System. Andersen will furnish the following Government owned equipment: Sentrie Al Magnatometer, AS & E Micro-Dose X-ray Inspection System 101,2, Barringer Instruments lonscan 400, and Garrett Super Scanner Hand-held Metal Detector 11651. Interested parties must respond in writing by mail, fax (671) 366-5678/6615 or e-mail: thad

. Each response must provide the following: 1. Name and complete address of your firm: 2. Point of contact: 3. Telephone and fax numbers: 4. Provide business size for Standard Industrial Classification code 7389, Size Standard $5.0mil. Firms must provide this information within fifteen (15) days after publication in the Commerce Business Daily

norma.reyes@guam, andersen.af.mil (W-337 SN276486)

5600 Fishers Lane, Room 13A-19 Rockville, MD 20857 R-PROVIDE MARKETING AND COMMUNICATIONS EXPERTISE FOR HIVI MIDS BUREAU SOL HRSA-99-HAB-A63606 DUE 122098 POC Aileen Broider301-443-5231 The Health Resources and Services Administration intends to negotiate on a SOLE SOURCE basis with Mr. Richard Seaton, 3909 lackinley Street, Washington, DC 20008. This procurement shall be processed in accordance with the Simplified Acquisition Procedures in Part 13 of the Federal Acquisition Regulations. The purpose of this procurement $ to provide marketing and communications expertise for the HIV/AIDS Bureau (HAB) specifically related to its information dissemination activities. The contractor shall: assist in the assessment of the responsiveness of current products to the needs of the HAB and its grantees; assist in the development of products that communicate the Bureau's message and policy relating to specific Ryan White Comprehensive AIDS Resources Emergency (CARE) Act implementation issues; provide technical reports that document the needs among grantees for informational support related to specific concerns; provide editorial plans and prepare articles for a communication for grantees: provide technical assistance in the development of a web site: assess the utility of information and technical assistance products to grantees; prepare progress reports; and provide oral briefings to HAB staff. Mr. Richard Seaton is deemed the only responsible source capable of providing the required work and services. The period of performance is one year. A Justification for Other than full and Open Competition is on file. The award shall be made using simplified acquisition procedures. See Note(s):22 and 26. (W-337 SN276790)

U.S. Securities & Exchange Commission, Procurement And Contracts Branch, Mail Stop 0-20, 6432 General Green Way, Alexandria,

Virginia 22312 R-PART-TIME CONSULTANT SERVICES SOL n/a POC Mrs. Debra E. Chapman, (202) 942-4994 Notice of intent to issue a purchase order lor a part-time consultant. The consultant shall gather information for, and provide advice, opinions, recommendations and ideas to the General Counsel and other officials and employees of the SEC as the General Counsel may request. Services include: 1) reviewing and analyzing legal and policy matters within the jurisdiction of the Official of the General Counsel and other SEC divisions and offices: 2) reviewing and analyzing the training and continuing education of the Commission legal staff, including the rendering of advice related to the development of training programs; and reviewing and analyzing matters related to the protessional responsibility of lawyers and accountants in the Commission and the Securities industry. The period of performance will be January 4, 1999 through December 31, 1999. The SEC has surveyed the market and believes that Paul Gonson, 5853 N. 21st Street, Arlington, Virginia 22205 is the only source capable of meeting these requirements. Accordingly the SEC intends to solicit and negotiate with only one source for a part-time consultant. See Note 22. (W-337 SN276759)

INSTALLATION BUSINESS OFFICE - CONTRACTING, DRAWER 70120,

FORT BRAGG NC 28307-0120 R-SOURCES SOUGHT FOR OMB CIRCULAR A-76 COST COMPARISON STUDY OF READINESS BUSINESS CENTER, LOGISTICS DIVISION SOL DAKF40-99-R-0004 DUE 121898 POC Contract Specialist Virginia Salzman (910) 396-4362 X231 (Site Code DAKF40) The fort Bragg Homepage cite is corrected to read: http://www.bragg.army.mil/www-doc/survey.htm. All other information remains (1-337 SN276812)

USDA Forest Service, PEP, Room 706 RP-E, P.O.Box 96090, Washington, DC 20090-6090 RASSISTANCE IN SELECTION PROCESS FOR SES CANDIDATES SOL WIO-99-01 DUE 121198 POC LOCO Lewandowski-Contracting Officer

U.S. Geological Survey, Branch Of Acquisition and Federal Assistance,

Box 25046, Denver Federal Center, Denver, CO 80225-0046 R-EVALUATION OF THE EFFICACY OF BRUCELLA ABORTUS STRAIN 19 VACCINE IN ELK CLAVES. SOL 99CRQQ0047 DUE 011699 POC: Iris D. Turner,