From:Loren Data's SAM Daily
Date:Friday, April 16, 2004 10:30 PM
To:you@yourcompany.com
Subject:SAM.GOV KEYWORD Search 18 Apr 2004 23 Synopses follow (FBO0001)

SAMPLE: Personalized SAM Daily™ for 18 Apr 2004

Table of Contents

  1. PRESOL C -- FOLSOM DAM BRIDGE DESIGN, FOLSOM CALIFORNIA
  2. PRESOL D -- MISSILE APPLICATIONS SOFTWARE SUPPORT (MASS)
  3. PRESOL D -- SUPPORT AND MAINTENANCE OF THE U.S. ARMY'S AWRDS/ABS EQUIPMENT TRACKING SYSTEM
  4. FILE D -- COMPUTER ASSISTED LEGAL RESEARCH SERVICES (CALR)
  5. SRCSGT H -- BALLISTIC TESTING SERVICES
  6. PRESOL J -- M9 ARMORED COMBAT EARTHMOVER SYSTEM IMPROVEMENT PLAN
  7. PRESOL R -- STRUCTURED CLINICAL TRAIL PROTOCOL
  8. MOD T -- IN-KINGDOM PRINT PLANT SUPPORT
  9. MOD U -- 16 APR 2004
  10. MOD U -- 16 APR 2004
  11. PRESOL Y -- DESIGN-BUILD BUILDING 106 AND PARKING DECK AT THE CHAMBLEE CAMPUS
  12. MOD Y -- DESIGN/BUILD OF NEW WHEELER SACK ARMY AIRFIELD BARRACKS COMPLEX, FORT DRUM NY
  13. PRESOL Z -- INSTALL EMERGENCY GENERATOR
  14. PRESOL Z -- LOLO BUILDING 24 BASEMENT REMODELING
  15. PRESOL 16 -- UH-60 AND CH-47 SIMULATOR SPARE PARTS
  16. MOD 36 -- LASER MARKING SYSTEM
  17. MOD 36 -- LASER MARKING SYSTEM
  18. PRESOL 59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENT
  19. PRESOL 65 -- 3 YEAR SERVICE CONTRACT FOR A GENECHIP SYSTEM
  20. PRESOL 66 -- INSTRUMENTS AND LABORATORY EQUIPMENT
  21. SNOTE 70 -- REQUEST FOR INFORMATION - ELECTRIC POWER SYSTEM SIMULATION MODEL
  22. PRESOL 99 -- PROVIDE ORION PC, MODEL CM2-A177.
  23. AWARD R -- REFRESHED MULTIPLE AWARD SCHEDULE SOLICITATION FOR: MANAGEMENT, ORGANIZATIONAL AND BUSINESS IMPROVEMENT SERVICES (MOBIS)

Title: FOLSOM DAM BRIDGE DESIGN, FOLSOM CALIFORNIA

Category: C -- Architect and Engineering Services - Construction

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814

C -- FOLSOM DAM BRIDGE DESIGN, FOLSOM CALIFORNIA (PRESOL) SOL W91238-04-R-0018 DUE 051704 POC Timothy F. Boyd, 916-557-5226 POP US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA 95814 US E-MAIL: Email your questions to US Army Engineer District, Sacramento timothy.f.boyd@usace.army.mil NAICS: 541330 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiation based on demonstrated competence and qualification for the required work and s ervices. Architectural-engineering (A-E) services are required to complete the design for a new traffic bridge, and adjoining approach roadways, across the American River downstream from Folsom Dam, Folsom CA. A-E services during the construction phase m ay also be included. The design will progress in phases resulting in plans, technical specifications, cost estimates, calculations, basis for design, and other related documents necessary to award a construction contract. A firm fixed price contract will be negotiated for this effort. This announcement is open to all firms regardless of size. The NAICS code is 541330, which has a small business size standard of a maximum of $4.0 million of average annual receipts for its previous 3 fiscal years. All in terested Architects-Engineers are reminded that in accordance with the provisions of FAR 19.7, including clauses 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts, to the maximum practicable extent consistent wit h the efficient performance of the contract, with small and small disadvantaged businesses. If a large business firm is selected, it will be required to submit a detailed subcontracting plan at a later date. If the selected firm submits a plan with less goals, it must submit written rational of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the intention to do so, shall be specified in Block 10 of the SF 255. If a large business is selected it must comply with FAR 52-219.9 regarding the requirement to subcontract. Sacramento Districts recommended goal for work intended to be subcontracted is 57.2% for small business. The goal further states that of the 57.2% to be subcontracted to small busin ess, 10.0% is for small disadvantaged business (subset to small business), 10.0% is for small business/woman owned (subset to small business), 3% for HUBZone small business (subset to small business) and 3% is for Service-disable Veteran-Owned Small busine ss (subset to small business). Firms should indicate personnel and subcontracts selected to work on this contract and state their management structure. To be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contr actor Registration (CCR). Register via the Internet Site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD). Project drawings will be required to be delivered in either Bentley MicroStation software, Version 8 or AutoDesk AutoCAD 2004 software formats. T he contractor must have the capability to provide files in either format without the need for conversion or reformatting, on the target platform specified herein. The target platform is a Pentium based PC or workstation with the latest version of Microsof t Windows 2000 operating system. Digital terrain models and civil engineering design files shall be compatible with Bentley InRoads software version 8.04 electronic digital format on a MicroStation platform. Drawings produced by scanning drawings of reco rd or containing photographic images shall be delivered in both a raster format compatible with the Raster Manager built into MicroStation Version 8 and AutoCAD 2004. Raster files shall be georeferenced. CADD files shall be prepared in accordance with th e A/E/C CADD Standard Release 2.0, CADD/GIS Technology Center, Internet accessible at http://tsc.wes.army.mil. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specif ications shall be prepared using SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS). SPECSINTACT is available at no cost at http://si.ksc.nasa.gov/specsintact/index.asp. Specification fil es shall also be delivered in Adobe Acrobat Portable Data Format (PDF) electronic digital format. Project specifications will be published to the PDF file format using Adobe Acrobat and the SPECSINTACT PDF/Publish output. The cost estimates will be prepa red using the Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) with the Government providing the software or similar software. Responding firms must indicate their computer, modem and Internet capability for accessing the COEs Crit eria Bulletin Board System (CBBS) and the DrChecks design review system. 2. PROJECT INFORMATION: Work and services is for the design of a multi-lane traffic bridge across the American River downstream of the Folsom Dam. Related work includes new roadway approach pavements and may include traffic intersection modifications, u tilities relocation (including possible relocation of high voltage transmission lines), and re-vegetation and habitat restoration. A-E services may also be required for field investigations, topographic surveys, subsurface exploration to obtain geotechnic al design criteria, hydraulic analysis using HEC-RAS and/or 2D model, sediment transport analysis and scour analysis. Important features include minimizing the construction period, reducing noise impacts and minimizing air emissions during the constructio n phase, sedimentation control, minimize habitat disturbance, and mitigation for special-status wildlife species. Also required may be engineering services during the construction phase such as shop drawing review, preparation of as-built documents, and o ther site visits as required. Firms desiring consideration will be expected to be accomplished in bridge and road engineering and design and have a sound knowledge of Corps of Engineers, Federal, State (CALTRANS) and County, criteria, principles and proce dures. The estimated construction cost is $25,000,000 to $100,000,000. The design effort is targeted to be completed not later than the Fall of 2005. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (A) through (E) are primary; criteria (F) through (H) are secondary and will only be used as a tiebreaker among technically equal firms. (A). Spec ialized experience and technical competence of the firm and consultants in the following: (1) Demonstrated recent (within past 5 years) experience in the preparation of engineering analysis, designs, cost estimates and plans and specification for large tra ffic (long span, high profile, waterway crossing) bridges and road designs in California. (2) Demonstrated experience incorporating the various environmental issues associated with this design and construction. (3) Computer resources as stated above. (B) Qualified professional personnel. The following key disciplines are required: project management, bridge design (structural / seismic analysis and design), structural architectural, civil / transportation / highway design, traffic engineering, geotech nical (soil mechanics, bridge foundation engineering, rock mechanics and rock block / slope stability), geology, seismology, hydraulics, mechanical, electrical, cost estimating, construction scheduling, construction support, surveying and environmental mit igation for special status wildlife species. The key design team members shall be registered personnel in the following disciplines: structural (California registration required), civil, electrical, mechanical, architectural, geotechnical, hydraulic, envi ronmental, biologist, landscape architect, cost engineer. The evaluation will consider education, training, professional registration, organizational certification, overall relevant exper ience, and longevity with the firm. A qualified Cost Engineer is defined as a professional engineer certified by a recognized cost engineering society. The project manager shall have demonstrated experience in managing complex bridge and road projects of similar scope and complexity as this project. (1) Professional excellence of key personnel; (2) Demonstrated experience by the prime in working with the chosen consultants on other completed projects. (3) The project Team Management Plan shall inclu de team organization and proposed method in carrying out the design effort to meet the specific project requirements and schedule. (C) Capacity of the team to complete the design in a 9 month timeframe (12 months overall including 3 months of review). T he evaluation will consider the availability of an adequate number of personnel in the key disciplines. (D) Past Performance on Corps of Engineers, DoD and other contracts with respect to quality of work, compliance with contract requirements, project ma nagement, schedule compliance, cost control, and change orders during the construction phase due to errors in the plans and specifications. (E) Knowledge of the locality of the general project site with respect to seismic, geology, construction materials and labor force, climatic conditions and local laws and regulations. (F) Volume of DoD contracts awards in the last 12 months as described below. (G) Location of the firm in the general geographic area of the project site. (H) Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineering firms having the capabilities to perform this work are invited to submit one (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specifi c Projects for themselves and one (1) each completed SF254 (11/92 edition) for themselves and one for each of their subcontractors to US Army Engineer District, ATTN: A-E Negotiation Section, Stanley Shibata, Unit Leader; 1325 J Street, Room 1079, Sacramen to, CA 95814-2922. In SF 255: Block 3, provide the firms ACASS number. Block 7, provide the resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for each key member and indicate the team member s role on each listed project in Block 8 such as project manager, architect, design engineer. Indicate the team members location in Block 7c if different than the address listed on Block 3b. Block 9, also indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. Block 10 shall address the proposed management plan with an organization chart of the p roposed team, a quality control management plan, a discussion of the firms computer, modem and internet capabilities. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award and is no t required with this submission. Responses received by the close of business at 4:30 pm on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or a Federal holiday, the deadline is the close of business on the nex t business day. Facsimile transmissions will not be accepted. No other notification will be made and no additional project information will be given to firms during the announcement period. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. All Responsible sources may submit the required SF 255 and SF 254 for the Corps of Engineers consideration. POINT OF CONTACT: Mr. Stanley Shibata (916) 557-7470. CITE: http://www1.eps.gov/spg/USA/COE/DACA05/W91238%2D04%2DR%2D0018/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567613). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0047 20040418\C-0006.SOL)

[Back to Table of Contents]
Title: MISSILE APPLICATIONS SOFTWARE SUPPORT (MASS)

Category: D -- Automatic Data Processing and Telecommunication Services

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107

D -- MISSILE APPLICATIONS SOFTWARE SUPPORT (MASS) (PRESOL) SOL FA4600-04-R-0003 POC Brian Pitchanau, Contract Specialist, Phone 402-294-3083, Fax 402-294-7280, - Debra Simons, Contracting Officer, Phone 402-294-6393, Fax 402-294-7280, POP USSTRATCOM Offutt AFB NE 68113 USA E-MAIL: brian.pitchanau@offutt.af.mil, debra.simons@offutt.af.mil NAICS: 541511 The 55th Contracting Squadron will be conducting the solicitation and award of a full and open competition, non-personal services, Cost Plus Award Fee, follow-on contract for a base period and 6 one-year option periods. The effort is to provide Missile Applications Software Support (MASS) (currently known as Ballistic Missile Strike Planning Software Support (BMSPSS)) which will include engineering services for maintenance, enhancement and development of the United States Strategic Command?s (USSTRATCOM) ballistic missile planning sub-system, a part of the Integrated Strategic Planning and Analysis Network (ISPAN). BMSPSS is designed for USSTRATCOM to rapidly allocate and assign intercontinental and sea-launched ballistic missiles. Software support covers engineering processes and disciplines necessary to develop and maintain ballistic missile planning software, databases, and related functions that generate or are used as planning tools to support the generation of the ballistic missile portion of assigned OPLANS, to include OPLAN 8044; Theater Planning and Global Strike Support Documents; new UCP tasking and related products. Ballistic missile planning currently uses custom-developed processes, commercial products, and Government-provided products in an integrated system called the Missile Graphics Planning System (MGPS). The MGPS application has begun to transition to a more modular and open sub-system. This contract will further that vision to perform efficient systems engineering of these various products within MGPS and to re-engineer, modernize and transition from MGPS to a more open, flexible, scalable, and extensible software application. The ballistic missile planning tools operate within, and are impacted by, the larger Integrated Strategic Planning and Analysis Network (ISPAN) computer environment, so they must be capable of seamlessly interoperating with other elements of ISPAN. All software will be maintained and developed in accordance with applicable DOD and AF regulations and standards, and USSTRATCOM Strategic Administrative Instructions and Architectures. Ongoing requirements include the maintenance of current software and adaptation of Missile Graphics Planning System MGPS to new data structure for twice yearly cutovers. Future work includes the completion of reengineering, enhancements and development to transition to a more open, flexible, scalable, and extensible software application. Contractor personnel shall possess expertise in the following areas: Strategic weapon planning, targeting concepts, ballistic missile weapon system performance, aircraft weapon system relationships to ballistic missile planning and flight simulation concepts, weapon fratricide modeling techniques, interactive software graphics and USSTRATCOM OPLAN 8044 production schedules and processes. The contractor must maintain a TOP SECRET facility clearance with storage capacity for TOP SECRET documents and equipment and be configured to use a secret link between USSTRATCOM and offsite development facilities. All contractor personnel shall be United States citizens and possess a TOP SECRET clearance. Any contractor personnel required to work on the Integrated Strategic Planning & Analysis Network must have a TOP SECRET clearance with SBI and be SIOP/ESI and SCI briefed. This acquisition will not be conducted using commercial procedures per FAR Part 12. The RFP and all associated documents when issued will be posted on the required government wide point of entry. No solicitation is available at this time. Offerors are encouraged to subscribe/register for this solicitation number through http://www.fedbizopps.gov to ensure they automatically receive all documents associated with the procurement in a timely manner. All associated documents will be released electronically. The NAICS Code is 541511 and the size standard is $21M. Anticipated Award Date is 25 Oct 2004. Address inquiries to the Contract Specialist via email Brian.Pitchanau@offutt.af.mil. No telephone inquiries will be accepted. Numbered notes 9 and 26 apply. CITE: http://www1.eps.gov/spg/USAF/ACC/55CONS/FA4600%2D04%2DR%2D0003/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567416). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0059 20040418\D-0007.SOL)

[Back to Table of Contents]
Title: SUPPORT AND MAINTENANCE OF THE U.S. ARMY'S AWRDS/ABS EQUIPMENT TRACKING SYSTEM

Category: D -- Automatic Data Processing and Telecommunication Services

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

U.S. Army Field Support Command, ATTN: AMSOS-CCA, Rock Island, IL 61299-5000

D -- SUPPORT AND MAINTENANCE OF THE U.S. ARMY'S AWRDS/ABS EQUIPMENT TRACKING SYSTEM (PRESOL) SOL W52P1J04R0073 DUE 051504 POC robert hearon, 309-782-6689 POP U.S. Army Field Support Command ATTN: AMSOS-CCA, Rock Island IL 61299-5000 US E-MAIL: Email your questions to U.S. Army Field Support Command hearonr@osc.army.mil NAICS: 541511 The U.S. Army Field Support Command (AFSC), Rock Island Arsenal, Rock Island, IL has a requirement under full and open competition for the Army War Reserve Deployment System/Automated Battlebook System (AWRDS/ABS). This requirement includes but is n ot limited to computer automation support and logistical site support at various worldwide locations. To view the pre-solicitation package, interested parties must visit the AFSC Contracting web page at http://www.osc.army.mil/ac/aais/ioc/solinfo/sow.htm. Interested parties should address questions or comments to Mr. Arthur Fanter at fantera@osc.army.mil, MAJ Kevin Larkin at larkink@osc.army.mil, or MAJ Rob Hearon at hearonr@osc.army.mil. Information will be available for viewing on/or about 21 April 200 4. CITE: http://www1.eps.gov/spg/USA/USAMC/DAAA09/W52P1J04R0073/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567583). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0061 20040418\D-0009.SOL)

[Back to Table of Contents]
Title: COMPUTER ASSISTED LEGAL RESEARCH SERVICES (CALR)

Category: D -- Automatic Data Processing and Telecommunication Services

Type: FILE

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Administrative Office of the U. S. Courts, Office of Internal Services, Procurement Management Division

D -- COMPUTER ASSISTED LEGAL RESEARCH SERVICES (CALR) (FILE) SOL USCA-04-R-0038 POC Don Parkins, Contracting Officer, Phone 202-502-1391, Fax 202-502-1066, E-MAIL: don_parkins@ao.uscourts.gov TITLE: Amendment 02 DOC: Amended Solicitation Document, Bytes: 406,528 Type: Microsoft Word URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/CALRRFP1%2Edoc DOC: Amendment 0002, Bytes: 23,552 Type: Microsoft Word URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/A0002%2Edoc DOC: Attachment J-16, Bytes: 29,184 Type: Microsoft Word URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/J%2D16%2Edoc DOC: Notice to Offerors, Bytes: 47,616 Type: Microsoft Word URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/coverltrA002%2Edoc DOC: Questions and Answers, Bytes: 61,952 Type: Microsoft Word URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/Questions%26Answers%2Edoc DOC: Revised Attachment J-14, Bytes: 40,960 Type: Microsoft Excel URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/J%2D14A002%2Exls DOC: Standard Form 30, Bytes: 61,952 Type: Microsoft Excel URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/A002SF30%2EXLS DOC: All Files, Bytes: 164,889 Type: Zip Compression URL: http://www1.eps.gov/EPSData/AOUSC/Synopses/20673/USCA%2D04%2DR%2D0038/20040416112428%2Ezip For assistance with broken links contact the Point of Contact in this notice or the FBO Help Desk at 877-472-3779. CITE: http://www1.eps.gov/spg/AOUSC/OIS/WashingtonDC/USCA%2D04%2DR%2D0038/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567161). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0064 20040418\D-0012.SOL)

[Back to Table of Contents]
Title: BALLISTIC TESTING SERVICES

Category: H -- Quality Control, Testing and Inspection Services

Type: SRCSGT

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

US Army ARDEC, AMSTA-AR-PC, Picatinny Arsenal, New Jersey 07806-5000

H -- BALLISTIC TESTING SERVICES (SRCSGT) SOL W15QKN-04-X-0606 DUE 050304 POC Kendra Archbald, Contract Specialist, (973)724-3871 WEB: US ARMY TACOM-Picatinny Procurement Network http://procnet.pica.army.mil/dbi/Download/GoGetSourcesSought.cfm?SolNum=W15QKN-04-X-0606 E-MAIL: Email your questions to Kendra Archbald archbald@pica.army.mil The US Army, TACOM-Picatinny, at Picatinny Arsenal, NJ is conducting a Market Survey to identify potential sources to provide ballistic testing services for the firing of modified electrical initiating explosive device/propulsion systems and mortar warhead munitions from modified launch tubes. It is requested that the facility be able to support a variety of utility services involving machining and fabrication, pneumatic systems measurement and control, explosive loading, handling and test, electronic, computer and digital media imaging and analysis, electro-mechanical device assembly, inspect and handling and test. In addition to the ballistic test of modified mortar weapon system, testing services requested require the capacity to conduct tests of high rate of fire weapons while the weapon is in motion and in the azimuth plane. Test procedures maintained by the facility must afford the ability to remotely trigger this weapon. The test services require that the facility demonstrate the capacity to obtain and test foreign made shoulder launch munitions of the rocket propelled grenade (RPG), in particular, the RPG-& and RPF-7M. Facility test procedures must afford the ability to perform accurate aiming to place munitions within acceptable radial dispersion at engagement point when launched opposed to subject mortar munitions and/or high rate of fire weapons. To support the subject testing, the facility must demonstrate the capacity to obtain explosives and conduct explosive loading operations to modified mortar warhead bodies. The facility must retain the capacity to receive, modify, assemble, troubleshoot and ballistic test electric initiated devices and electromechanical fuzing systems. Further, the facility must be able to obtain 7.62mm ammunition and receive high rate of fire weapons and maintain it in accordance with requirements of Class 4 certification of Arms, Ammunition and Explosives. The facility is requested to provide the UIC number indicating that its Class 4 Certification is current. Conventional interior ballistic measurements are required, i.e., ignition function time, gun tube pressure as measured by self-exciting pressure transducer, fuze initiation time, munitions muzzle exit time and velocity. The facility is required to demonstrate the ability to provide a multitude of high-speed data acquisitions services such as: a. High speed digital framing video cameras with the capacity to acquire the mortar munitions down bore and muzzle exit events and slide view of mortar munitions and shoulder launched munitions with the field of view from muzzle to 12m and 42m respectively, to record flight behavior of opposed munitions or 7.62mm ammunition. b. High speed digital framing video cameras with the capacity to acquire the explosive formation and fragmentation particle velocities of mortar munitions and frequency of 7.62mm proceeding to observation of fragmentation on opposed launch shoulder fired munitions. c. Provide capacity to install, operate and support data acquisition and analysis of spectral observation sensors, firing control of computer systems and interface measurement acquisition contact points on weapon system to common time line sourced from shoulder launch munitions launch time. d. Provide geodetic estimates of engagement point within 2 mradians of opposed launch system bore sighting aim points expressed in WB220 GPS coordinates. e. Provide time line analysis in comparison to engagement to intercept error estimates at intercept point. f. Provide impact velocity imaging observation using self-illuminating panels and support fragmentation and debris field lethality analysis. g. Provide event data content to fire control, supporting intercept time line modification and analysis. The Government intends to award this effort to New Mexico Tech, Energetics Materials Research and Test Center (EMRTC), however all submissions from other interested parties will be considered by the Government. This Market Survey is for information and planning purposes only and should not be construed as a commitment by the Government. It does not constitute a Request for Proposal and the Government will not reimburse the cost incurred for providing submissions for this Market Survey. The point of contact for this effort is Kendra M. Archbald, who can be reached via email at archbald@pica.army.mil or (973) 724-3871. Please see Numbered notes 22 and 25. CITE: http://www1.eps.gov/spg/USA/USAMC/DAAE30/W15QKN%2D04%2DX%2D0606/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567557). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0085 20040418\H-0001.SOL)

[Back to Table of Contents]
Title: M9 ARMORED COMBAT EARTHMOVER SYSTEM IMPROVEMENT PLAN

Category: J -- Maintenance, Repair and Rebuilding of Equipment

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

TACOM - Warren, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000

J -- M9 ARMORED COMBAT EARTHMOVER SYSTEM IMPROVEMENT PLAN (PRESOL) SOL W56HZV04R0792 DUE 060104 POC Tera Sinclair, 586-574-8901 POP TACOM - Warren ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI 48397-5000 US E-MAIL: Email your questions to TACOM - Warren sinclait@tacom.army.mil Note 22 to MTS SCOPE OF WORK M9 ARMORED COMBAT EARTHMOVER SYSTEM IMPROVEMENT PLAN PHASE 4 STS 1. The purpose of this Purchase Order is to complete contractor efforts initiated under Contract DAAE07-99-D-S010, Task Order 0001 with Modifications 1 through 15. As such, all contractor-held documents, files, and knowledge acquired under that Task Order should be used to facilitate completion of this Purchase Order. 2. Contractor shall perform engineering and logistics services in support of the M9 Armored Combat Earthmover System Improvement Plan Phase 4 (M9 ACE SIP 4). 3. Hydraulic Blade Folder and Track Tensioner (HBF-TT) System 3.1. Contractor shall provide engineering expertise to project design. Such expertise shall consist of component selection and placement, troubleshooting, maintenance plan, review of Modification Work Order procedures, MWO kit content lists, and other effo rt as directed by Assistant Product Manager (APM) M9 ACE office. 3.2. Contractor shall write and validate MWO procedures for field application of this project. Format of MWO shall follow same format as MWO 5-2350-262-35-1, previously developed by contractor for the M9 ACE program. 3.3. Contractor shall develop configuration management documentation necessary to support Engineering Change Proposals (ECPs), update the associated configuration management documentation, and prepare Engineering Release Records (ERRs) in accordance with (IAW) MIL-STD-973. Intent is for TACOM to prepare ECPs and ERRs. As such, contractor??????s responsibility is to ensure that all drawings and documentation meet TACOM standards for accomplishment of same. Contractor shall be responsible for the review, edi t, and correction of errors caused by contractor generated drawing changes. 3.4. Contractor shall write and validate a stand-alone publication at the -14&P level, covering all aspects of operation, maintenance, and repair parts support for the HBF-TT System. Publication format and specifications are described in Paragraph 6 below . 4. Standardization. All vendor information on drawings will be screened to insure that to the extent possible, items with existing NSNs are used. If not possible, then existing commercial items should be used. 5. Provisioning support. Contractor shall prepare and deliver information sufficient to allow TACOM to provision any items without NSNs. Such information shall consist of but not be limited to Part Number, CAGE code, source of supply, expected cost, weight /cube, and recommended RPSTL SMR Code. 6. Publications, Camera Ready copy and Electronic Technical Manuals (ETMs) 6.1 In addition to the stand-along HBF-TT publication, contractor shall develop and deliver Revisions and Changes to below listed equipment publications per MIL-STD-40051 and companion handbook MIL-HDBK-1221: TM5-2350-262-10 Operator Manual TM5-2350-262-10-HR Hand Receipt TM5-2350-262-20-1 Organizational Maintenance Manual TM5-2350-262-20-2 Organizational Maintenance Manual TM5-2350-262-20-3 Organizational Maintenance Manual TM5-2815-240-34&P Direct Support/General Support Maintenance Manual with RPSTL TM5-2350-262-24P Repair Parts and Special Tools List 6.2 Changes to these publications shall incorporate SIP 4 projects as follows: 6.2.1 Assume all vehicles are configured with powerpack quick disconnects, non-halon fire extinguisher system, steel final drive flanges, and actuator rings (at stations 1, 2 and 3). Do not show dual-configuration. 6.2.2 Incorporate Crew Cooling System as a special purpose kit, similar to how Microclimate Cooling System is shown in the publications 6.2.3 Update thicker hull bottom data to include rear steel plate 6.2.4 Change references to 'New Production' to 'New Production or Recap' 6.2.5 Do not reference or incorporate Hydraulic Diagnostic Center 6.3 Incorporate routine DA 2028 changes as provided by TACOM. 6.4 Contractor shall deliver Microsoft Word .doc files and Adobe Acrobat .pdf files as a minimum ETM e ffort. The .pdf file must be intelligent text and have the Government furnished IDN, PIN, authentication numbers and all changes incorporated. When developing changes to publications, the digital delivery requirements must be integrated files of basic tech nical manuals with changes incorporated. Changes will include a List of Effective Pages (LOEP) and Remove and Insert pages. For the above and other kinds of publications (MWO, etc), check for the latest AMC Equipment Publications Procurement Document Contr ol List to cite the current specifications in force. 6.5 Contractor shall deliver clean, readable digitized images. Baseline images may require corrections to existing art or doing simple drawings by hand. Line art development from halftones may be traced by hand or aided by computer software. Halftones phot ographs may be used in place of line art to reduce cost. All text and any image shall be printed on a minimum 600 dpi printer. Halftones printed will be minimum 100-line halftone screens. 6.6. Contractor shall provide camera-ready copy of the material. If a change, provide the change pages, List of Effected Pages (LOEP) transmittal page and copies of the cover and title page. Camera-ready copy must include the GFI PIN, IDN, and authenticati on numbers. 6.7. The following shall be delivered to TACOM, AMSTA-LC-CJC, Warren, Mi. 48397-5000: 6.7.1 Camera ready (600 DPI laser print or equivalent) copy of each complete publication, with running sheets and folio markings, sized for 1 to 1 reproduction. 6.7.2 Microsoft Word .doc processing file for each publication 6.7.3 Acrobat .pdf file for each publication 6.7.4 Editable PageMaker files of each ETM along with .tif illustrations 6.7.5. All digital files are to be delivered on ISO 9660 CD-ROM 6.8. Contractor is required to validate the accuracy and usability of all publication deliverables. The Government has the right to verify all publications deliverables. If there are indications that the contractor has performed incomplete or inadequate QA reviews, the Government may elect to perform additional reviews and return products for rework. 7. Government Furnished Equipment provided will be IAW Federal Acquisition Regulation 52.245-5, and will represent equipment needed to perform the above work statement. Government Furnished Information will be provided to the contractor on an 'as necessary ' basis. Contractor will have access to an M9 ACE located at TACOM. 8. Contractor Furnished Equipment: Except as mentioned in the specific tasking descriptions, the contractor shall provide all labor, materials, supplies, facilities, equipment, and services to support this Purchase Order. 9. Travel Requirements: Local travel only between contractor??????s facility and TACOM. 10. Program Reviews/Documentation: The contractor shall provide a Monthly Status Report of all activities, and conduct a monthly review of all activities with the procuring authority. 11. Period of Performance: 180 days after contract award. CITE: http://www1.eps.gov/spg/USA/USAMC/DAAE07/W56HZV04R0792/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567593). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0096 20040418\J-0005.SOL)

[Back to Table of Contents]
Title: STRUCTURED CLINICAL TRAIL PROTOCOL

Category: R -- Professional, Administrative and Management Support Services

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of Health and Human Services, Food and Drug Administration, Division of Contracts and Procurement Management, Office of Facilities, Acquisitions, and Central Svcs 5600 Fishers Lane, HFA-511, Rockville, MD, 20857

R -- STRUCTURED CLINICAL TRAIL PROTOCOL (PRESOL) SOL Reference-Number-E037301 DUE 050304 POC Patricia Wright, Buyer, Phone 301-827-7217, Fax 301-827-7101, - Patricia Wright, Buyer, Phone 301-827-7217, Fax 301-827-7101, E-MAIL: patricia.wright1@fda.hhs.gov, patricia.wright1@fda.hhs.gov NAICS: 541690 The Food and Drug Administration intends to award a non-competitive, sole source purchase order to Sandra Boyer, Lagune Beach, CA. Ms. Boyer is a pharmacist with considerable experience in developing standard messaging structures for drug and health information that allows the uninterrupted transfer of this information between different computer systems. Ms. Boyer shall provide the attached scope of work. THIS IS NOT A REQUEST FOR QUOTES. However, evaluation/award will be based on the technically acceptable quote that offers the best value to the government. The FDA intends to make an award immediately after the response date of this notice. The sole source procurement is being awarded as a simplified acquisition in accordance with FAR Subpart 13.5. CITE: http://www1.eps.gov/spg/HHS/FDA/DCPM/Reference%2DNumber%2DE037301/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567340). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0150 20040418\R-0004.SOL)

[Back to Table of Contents]
Title: IN-KINGDOM PRINT PLANT SUPPORT

Category: T -- Photographic, Mapping, Printing and Publication Services

Type: MOD

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611

T -- IN-KINGDOM PRINT PLANT SUPPORT (MOD) SOL Reference-Number-FD2060-04-21504P DUE 051504 POC William Grun, Contract Specialist, Phone (478)926-7250, Fax (478)926-7544, POP Kingdom of Saudi Arabia E-MAIL: William.Grun@robins.af.mil NAICS: 323115 In-Kingdom Print Plant Support Personnel for the Royal Saudi Air Force (RSAF) government owned contractor operated facility located in Riyadh, Saudi Arabia and Print-On-Demand Support at Dharan (King Abdul Aziz Air Base), Khamis (King Khalid Air Base), Taif (King Fahad Air Base), Riyadh (Riyadh Air Base, Prince Sultan Air Base), Tabuk (King Faisal Air Base) and other locations in the Kingdom of Saudi Arabia as directed by the RSAF. An Indefinite Delivery Indefinite Quantity Contract will be issued for this effort; the contract will consist of a basic award year with four one-year option periods. The estimated date of award is 31 May 2004. The period of performance will be 1 June 2004 through 31 May 2005 unless extended by the exercise of an option. Arboon Computer Technology, Riyadh Kingdom of Saudi Arabia has been identified as the sole source for this effort. It is the Government?s intent to incorporate IPT pricing during the negotiations for this effort with Arboon Computer Technology as such an RFP will not be issued for this effort. Please See Notes 22 & 26. THIS REQUIREMENT HAS BEEN CANCELED. CITE: http://www1.eps.gov/spg/USAF/AFMC/WRALC/Reference%2DNumber%2DFD2060%2D04%2D21504P/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567491). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0210 20040418\T-0004.SOL)

[Back to Table of Contents]
Title: 16 APR 2004

Category: U -- Education and Training Services

Type: MOD

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

U -- 16 APR 2004 (MOD) SOL W9133N-04-ANGTRAINING DUE 042004 POC Chris Pettigrew, 703-607-1226 POP National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway Arlington VA 22202-3231 US E-MAIL: Email your questions to National Guard Bureau, Environmental/Air Acquisition Division chris.pettigrew@ngb.ang.af.mil The referenced solicitation is hereby amended and changed to read as follows; Contractors shall review, comply and quote on the requested services in accordance with the revised Statement of Work dated 15 Apr 04 and Evaluation Factors as listed herei n: AIR NATIONAL GUARD STATEMENT OF WORK FOR GLOBAL COMMUNICATIONS DIVISION 15 APRIL 2004 1.0 Introduction 1.1 Organization: ANG/J8C 1411 Jefferson Davis Highway Arlington, Va. 22202-3231 1.1.2 Mission The Air National Guard (ANG), Engineering Installation Branch (ANG/C4CE), requires non-personal service for Building Industry Consulting Services (BICSI) training. This Branch has the responsibility for the design, development, implementation, management, and maintenance of the entire ANG infrastructure systems. This training will provide managers, at the Headquarters, with the knowledge to evaluate mission effectiveness while providing the Field Units with current industry standards to accomplish related mission objectives. The nature of ANG operations, supporting 88 Wings and 200 Geographically Separated Units (GSU) at 90 major ANG installations, requires the most up to date installation requirements. As the only AF major organization with this many subo rdinate units, we have no other alternative but to maximize our ability to enhance our infrastructure capabilities to our customers via the implementation of BICSI training. The internal controls of operations must be maintained for successful mission acco mplishment. 1.2 Objectives: The overall objectives of the training to be obtained by this Statement of Work (SOW) are: a. Immediate and long-term focus to correct discrepancy identified during recent Operational Compliance Inspections (OCI). b. To provide the ANG System Telecommunications Engineering Manager (STEM) community training on BICSI procedures. This training is to bring the STEM??????s up-to-date on current industry standards required to accomplish the STEM program. 2.0 Training: Shall cover, but not be limited to the following areas: a. Learn how to design voice/data distribution systems. b. Learn the latest methods fro designing fiber optic networks. c. Learn real world knowledge on LANs and internet-works for the cabling professional. d. Learn how to design for today??????s networks. e. Solve the mysteries of grounding and protecting sensitive cable plant equipment. f. Gain in-depth information to initiate problem solving on future CO-OSP projects. g. Learn the necessary procedures of underground, direct-buried, and aerial cable plant applications. h. Learn the necessary procedures of telecommunications project management. i. Learn the necessary procedure to deliver projects in a timely manner, under budget, while fulfilling all requirements. j. Learn proactive project management techniques. 2.1 Course Information: The following are samples of courses. NOTE: INSTRUCTORS MUST BE BICSI CERTIFIED: a. Designing Telecommunications Distribution System (or equal) (6-Day course). May 10-15 Macon Ga., May 17-21 Indian Town Gap Pa. b. Fiber Optic Network Design. (or equal) July 13-15 Macon Ga., July 27-29 Indian Town Gap Pa. c. Grounding and Protection Fundamentals for Telecommunications Systems (or equal) (3-Day Course). August 9-11 Macon Ga., August 23-25 Indian Town Gap Pa. d. Site survey and Media Selection (or equal) August 12-14 Macon Ga., August 26-28 Indian Town Gap Pa. 2.2 Deliverables: Certificates of completion, Instruction manuals (approx 40 manuals) and attendance sheet. 2.3 Materials Required: Contractor designed Manuals necessary to complete the course. 3.0 Government Furnished Resources. 3.1 Government Furnished Property / Government Furnished Information: Contractor personnel will be furnished with office space at a designated place of performance. This will include access to telephones, conference/meeting areas, an d personal computers. In addition, the required level of access will be granted to the computer systems and software necessary to perform directed tasks. 3.2 Security: All documents and processes involved are Unclassified. Though there is no classified data, there may be sensitive or privacy act information. The general public does not have a need to access or view data gathered for any system. Contractor personnel will be required to have/obtain a favorable background check to gain entry in the government offices necessary to fulfill the requirements of this SOW. 3.3 Travel: All contractor travel will be reimbursed but will be limited to actual expenses as defined by the Joint Travel Regulations (JTR). 4.0 Place of Performance: a. The work will be performed either at 202 Engineering Installation Squadron, 7791 Airport Drive, Macon Georgia 31297 and 211 Engineering Installation Squadron, 222 Harris Street, Indiantown Gap, Annville, PA 17003. 4.1 Hours of Work: Contractor personnel working at the government location are expected to conform to customer agency normal operating hours. 4.2 Period of Performance: See class schedule. 4.3 Privacy Act: Work on this project requires that personnel have access to Privacy Act Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable Air Force rules and regulations. Evaluation Factors for Award: Award of this project will be based on best value to the Government. Evaluation factors, in order of importance are as follows: a. Technical Approach: Request you prepare a Technical Approach that includes information that definitively demonstrates your technical capability, and proven past performance to successfully complete the requirement outlined in the Statement of Work. Section 1. Program Assessment: Demonstrating knowledge and experience with Informational Technology (IT) Training (Max 5 Pages) Section 2. Execution Plan: Illustrating the technical approach to project execution, proposed team composition, team member qualifications, subject matter knowledge and experience (5 Page Maximum). Resumes should not exceed one page in length. They will no t count in total number of pages.) b. Past Performance: Please submit three references for similar work performed in the past three years. References should include project titles, contract numbers, performance period, and point of contact with phone numbers. c. Cost Proposal: Request you submit a firm fixed price cost proposal for the effort outlined in the Statement of Work. All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. The Closing Date for the solicitation is hereby extended FROM: 20 Apr 2004, TO: 27 Apr 2004 @ 2:00PM. Furthermore, the Original Point of Contact is changed to read Christine Epps, 703-607-1279. All questions, concerns and Quote's shall be submitted to danny.sanders@ngb.ang.af.mil by the date and time as specified above. CITE: http://www1.eps.gov/spg/USA/NGB/DAHA92/W9133N%2D04%2DANGTRAINING/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567537). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0215 20040418\U-0004.SOL)

[Back to Table of Contents]
Title: 16 APR 2004

Category: U -- Education and Training Services

Type: MOD

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

National Guard Bureau, Environmental/Air Acquisition Division, ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231

U -- 16 APR 2004 (MOD) SOL W9133N-04-ANGTRAINING DUE 042004 POC Chris Pettigrew, 703-607-1226 POP National Guard Bureau, Environmental/Air Acquisition Division ATTN: NGB-RCS-BO, 1411 Jefferson Davis Highway Arlington VA 22202-3231 US WEB: Link to FedBizOpps document. http://www.eps.gov/spg/USA/NGB/DAHA92/W9133N-04-ANGTRAINING/listing.html E-MAIL: National Guard Bureau, Environmental/Air Acquisition Division chris.pettigrew@ngb.ang.af.mil The referenced solicitation is hereby amended and changed to read as follows; Contractors shall review, comply and quote on the requested services in accordance with the revised Statement of Work dated 15 Apr 04 and Evaluation Factors as listed herei n: AIR NATIONAL GUARD STATEMENT OF WORK FOR GLOBAL COMMUNICATIONS DIVISION 15 APRIL 2004 1.0 Introduction 1.1 Organization: ANG/J8C 1411 Jefferson Davis Highway Arlington, Va. 22202-3231 1.1.2 Mission The Air National Guard (ANG), Engineering Installation Branch (ANG/C4CE), requires non-personal service for Building Industry Consulting Services (BICSI) training. This Branch has the responsibility for the design, development, implementation, management, and maintenance of the entire ANG infrastructure systems. This training will provide managers, at the Headquarters, with the knowledge to evaluate mission effectiveness while providing the Field Units with current industry standards to accomplish related mission objectives. The nature of ANG operations, supporting 88 Wings and 200 Geographically Separated Units (GSU) at 90 major ANG installations, requires the most up to date installation requirements. As the only AF major organization with this many subo rdinate units, we have no other alternative but to maximize our ability to enhance our infrastructure capabilities to our customers via the implementation of BICSI training. The internal controls of operations must be maintained for successful mission acco mplishment. 1.2 Objectives: The overall objectives of the training to be obtained by this Statement of Work (SOW) are: a. Immediate and long-term focus to correct discrepancy identified during recent Operational Compliance Inspections (OCI). b. To provide the ANG System Telecommunications Engineering Manager (STEM) community training on BICSI procedures. This training is to bring the STEM’s up-to-date on current industry standards required to accomplish the STEM program. 2.0 Training: Shall cover, but not be limited to the following areas: a. Learn how to design voice/data distribution systems. b. Learn the latest methods fro designing fiber optic networks. c. Learn real world knowledge on LANs and internet-works for the cabling professional. d. Learn how to design for today’s networks. e. Solve the mysteries of grounding and protecting sensitive cable plant equipment. f. Gain in-depth information to initiate problem solving on future CO-OSP projects. g. Learn the necessary procedures of underground, direct-buried, and aerial cable plant applications. h. Learn the necessary procedures of telecommunications project management. i. Learn the necessary procedure to deliver projects in a timely manner, under budget, while fulfilling all requirements. j. Learn proactive project management techniques. 2.1 Course Information: The following are samples of courses. NOTE: INSTRUCTORS MUST BE BICSI CERTIFIED: a. Designing Telecommunications Distribution System (or equal) (6-Day course). May 10-15 Macon Ga., May 17-21 Indian Town Gap Pa. b. Fiber Optic Network Design. (or equal) July 13-15 Macon Ga., July 27-29 Indian Town Gap Pa. c. Grounding and Protection Fundamentals for Telecommunications Systems (or equal) (3-Day Course). August 9-11 Macon Ga., August 23-25 Indian Town Gap Pa. d. Site survey and Media Selection (or equal) August 12-14 Macon Ga., August 26-28 Indian Town Gap Pa. 2.2 Deliverables: Certificates of completion, Instruction manuals (approx 40 manuals) and attendance sheet. 2.3 Materials Required: Contractor designed Manuals necessary to complete the course. 3.0 Government Furnished Resources. 3.1 Government Furnished Property / Government Furnished Information: Contractor personnel will be furnished with office space at a designated place of performance. This will include access to telephones, conference/meeting areas, an d personal computers. In addition, the required level of access will be granted to the computer systems and software necessary to perform directed tasks. 3.2 Security: All documents and processes involved are Unclassified. Though there is no classified data, there may be sensitive or privacy act information. The general public does not have a need to access or view data gathered for any system. Contractor personnel will be required to have/obtain a favorable background check to gain entry in the government offices necessary to fulfill the requirements of this SOW. 3.3 Travel: All contractor travel will be reimbursed but will be limited to actual expenses as defined by the Joint Travel Regulations (JTR). 4.0 Place of Performance: a. The work will be performed either at 202 Engineering Installation Squadron, 7791 Airport Drive, Macon Georgia 31297 and 211 Engineering Installation Squadron, 222 Harris Street, Indiantown Gap, Annville, PA 17003. 4.1 Hours of Work: Contractor personnel working at the government location are expected to conform to customer agency normal operating hours. 4.2 Period of Performance: See class schedule. 4.3 Privacy Act: Work on this project requires that personnel have access to Privacy Act Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable Air Force rules and regulations. Evaluation Factors for Award: Award of this project will be based on best value to the Government. Evaluation factors, in order of importance are as follows: a. Technical Approach: Request you prepare a Technical Approach that includes information that definitively demonstrates your technical capability, and proven past performance to successfully complete the requirement outlined in the Statement of Work. Section 1. Program Assessment: Demonstrating knowledge and experience with Informational Technology (IT) Training (Max 5 Pages) Section 2. Execution Plan: Illustrating the technical approach to project execution, proposed team composition, team member qualifications, subject matter knowledge and experience (5 Page Maximum). Resumes should not exceed one page in length. They will no t count in total number of pages.) b. Past Performance: Please submit three references for similar work performed in the past three years. References should include project titles, contract numbers, performance period, and point of contact with phone numbers. c. Cost Proposal: Request you submit a firm fixed price cost proposal for the effort outlined in the Statement of Work. All evaluation factors, other than cost or price, when combined are significantly more important than cost or price. The Closing Date for the solicitation is hereby extended FROM: 20 Apr 2004, TO: 27 Apr 2004 @ 2:00PM. Furthermore, the Original Point of Contact is changed to read Christine Epps, 703-607-1279. All questions, concerns and Quote's shall be submitted to danny.sanders@ngb.ang.af.mil by the date and time as specified above. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE. CITE: ftp://ftp.eps.gov/FBOFeed20040416. Posted 04/16/04 (fbodaily.com F-SN00567974). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0216 20040418\U-0005.SOL)

[Back to Table of Contents]
Title: DESIGN-BUILD BUILDING 106 AND PARKING DECK AT THE CHAMBLEE CAMPUS

Category: Y -- Construction of Structures and Facilities

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146

Y -- DESIGN-BUILD BUILDING 106 AND PARKING DECK AT THE CHAMBLEE CAMPUS (PRESOL) SOL Reference-Number-P1997210 DUE 031504 POC Teresa Harris, Contract Specialist, Phone 770-488-1992, Fax 770-488-2670, - Jennifer Nelson, Contract Specialist, Phone (770)488-2621, Fax (770)488-2847, POP Atlanta, GA 30341 United States WEB: Link to FedBizOpps document. http://www.eps.gov/spg/HHS/CDCP/PGOA/Reference-Number-P1997210/listing.html E-MAIL: tuh2@cdc.gov, JNelson@CDC.GOV The Centers for Disease Control and Prevention (CDC) contemplates award of a fixed price contract for design and construction of CDC Building 106 and a multi-level parking deck for the Chamblee Campus. In accordance with Two Phase Design Build Selection Procedures, as set forth in Federal Acquisition Regulation (FAR) Subpart 36.3. The government estimates total cost of design and construction to be in excess of $10,000,000. The NAICS Code assigned is 236220 with a Size Standard of $28,500,000.00. All contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. This procurement is unrestricted. The office building will be approximately 300,000 square feet and will include a lobby, offices for 900 people, conference rooms, employee break rooms, a full service cafeteria, a credit union, a campus-wide computer server room, a high-density storage area, and an elevated outdoor plaza. The parking deck will be a separate multi-story facility for approximately 840 cars. The site work includes, but is not limited to, utility piping and tunnel extensions from the existing central utility plant to the new office building, storm water detention ponds, landscaping, and nature trails. A new generator and other supporting mechanical equipment at the existing central utility plant will also be included. Pursuant to the requirements of FAR 36.303-1, this notice constitutes Phase I solicitation of prospective offerors for this requirement. Phase I process requires potential offerors to submit their performance and capability information initially for review and consideration by the Government. Following the review, evaluation, and rating of the Phase I proposals, the Government will select a maximum of five highest rated offerors to be considered for Phase 2. Design-Build teams will be required to demonstrate considerable experience in managing and producing projects of similar size, cost, and complexity. The scope of work includes, but is not limited to: a. Schematic Design (15% design) - develop three complete design solutions from which the Government will select one, or a hybrid, for continuation of design development. b. Design Development (35% design) – further develop design, participate in a value engineering study, and incorporate the accepted value engineering items into the design. c. Guaranteed Maximum Price (65% design)– propose a guaranteed maximum price (GMP) for construction. The GMP proposal will be negotiated with the Government, and must not exceed the estimated cost of construction (ECC) or funds available to the Government. d. Construction Documents (100% design) – complete design documents. e. Construction - build office building and parking deck. All members of the Design-Build team shall have the ability to produce all drawings and text documents using the most current CDC software standards. Currently, drawings are produced using AUTOCAD 2002 and CDC layering standards; all text documents are produced using Microsoft Word; all spreadsheets are produced using Microsoft Excel; and all schedules are produced using Primavera Project. When responding to this announcement, in phase I, the firms should fully address their Capability, Past performance of offerors team, Specialized Experience, Technical Competence with regard to each of the following evaluation factors. For phase I, firms will be evaluated on the following: (I) Professional Qualifications (35%). Minimum response shall include, but is not limited to: a. The relevant experience and qualifications of key personnel related to office buildings and parking decks. b. Team’s specialized experience and technical competence including innovative design, complex engineering concepts, and state-of-the-art construction techniques. (II) Past Performance on Similar Projects (40%). Minimum response shall include, but is not limited to: a. Past performance on similar contracts with Government agencies maintaining project schedules and project budgets. b. Past performance on similar contracts with private industry maintaining project schedules and project budgets. c. Demonstration of user satisfaction with quality of work. (III) Organization of Proposed Team (25%). Minimum responses shall include, but is not limited to: a. Organizational structure and demonstrated ability to organize and manage similar contracts. b. Management plan reflecting coordination of disciplines, quality control, and controls to maintain project schedule and construction costs. Only prime firms, and their major consultants, having established production offices within a fifty mile radius of the city of Atlanta, Georgia will be considered for this procurement. Selected firms shall be required to possess the necessary permits, registration and licenses that may be required to carry out tasks covered under this contract. Firms desiring consideration are invited to submit a letter of interest along with FOUR hard copies each of completed SF 254 (SF254 must be provided for prime firm and each consultant) and SF 255. All the SF 254s must be current reflecting a date not more than one year from the date of this notice. Electronic submissions will not be considered. A maximum of ten (10) sheets of supplemental information (separate from the SF 255) responding to the specific criteria plus five (5) representative photographs or graphic examples of relevant projects will be permitted. Phase I responses are due by 2:00 p.m. (eastern standard time) on “March 15, 2004”. Submittals received after this date and time are late and will not be considered. Firms are advised that as required by FAR 52.219-9, a large business successful offeror will be required to submit for approval, a subcontracting plan outlining which portions of the work to be subcontracted will be awarded to small businesses, small disadvantaged businesses, and HUB zone small businesses. This plan is not required with the submission of the SF 254s and SF255s, but an acceptable subcontracting plan must be agreed upon prior to contract award to any large business firm. Additional information relative to this specific project is not available and requests for it will not be considered. Site visits will not be arranged during Phase I submittal period. For Phase II, each firm on the short list will be given a copy of the Building 106 Project Development Study and a tour of the site prior to their interview. Each firm will also be asked to submit a price proposal for design-build services for the office building and parking deck. The following criteria represent the factors which will be used by CDC’s Source Selection Panel for the source selection process in order of importance: (1) Professional Qualifications, (2) Past Performance, (3) Organization of Proposed Team, and (4) Price Proposal. Minimum response shall include, but is not limited to: a. design fee. b. construction fee. c. construction costs. The Government will make award to responsible offerors whose proposals conform to the solicitation, and offer the best value to the Government technical factors and price considered. As indicated herein the Source Selection Authority (SSA), will direct the source selection process, including making the final selection based on the best value process. A Source Selection Panel (SSP) will support the SSA by making a recommendation for contractor selection. Proposals will be scored according to the technical evaluation factors and standards outlined in this RFP. The technical proposals will be reviewed by the SSP prior to the SSA’s review. After the technical evaluation has been completed, the contracts may be awarded on the basis of the initial proposals. However, if the CO determines discussions are necessary, offerors will be advised IAW FAR 15.306(d)(3) and FAR 15.307, of technical deficiencies and significant weaknesses and will be given an opportunity clarify and to submit a final proposal. Additionally, the CO may request minor clarifications to resolve ambiguities or omissions during evaluations without having discussions. Information for Phase II is not being request at this time. Offerors selected to participate in Phase II competition for award of a contract will be notified in writing. Question concerning this solicitation shall be addressed to Teresa Harris, Contract Specialist in writing only and may be emailed to tuh2@cdc.gov. Contract Award will be subject to availability of funds. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the particular Contract Specialist for the particular project. Submit copies of Phase I submittals to: Centers for Disease Control and Prevention, Construction Facilities Management Branch, ATTN: Teresa Harris/ Room 2903/Mail Stop K-71, 2920 Brandywine Road, Atlanta, GA 30341. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE. CITE: ftp://ftp.eps.gov/FBOFeed20040416. Posted 02/13/04 (fbodaily.com F-SN00567955). (0044)

Loren Data Corp.

http://www.ld.com (SYN# 0254 20040418\Y-0013.SOL)

[Back to Table of Contents]
Title: DESIGN/BUILD OF NEW WHEELER SACK ARMY AIRFIELD BARRACKS COMPLEX, FORT DRUM NY

Category: Y -- Construction of Structures and Facilities

Type: MOD

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090

Y -- DESIGN/BUILD OF NEW WHEELER SACK ARMY AIRFIELD BARRACKS COMPLEX, FORT DRUM NY (MOD) SOL W912DS-04-R-0010 DUE 061104 POC Shaukat Syed, 212-264-6707 POP US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY 10278-0090 US E-MAIL: Email your questions to US Army Engineer District, New York shaukat.m.syed@usace.army.mil NAICS: 236220 The U. S. Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP)'s to award a firm-fixed price contract for the design and construction (design-build) of the new Wheeler Sack Army Airfield (WSAAF) Barracks Complex a t Ft. Drum, New York. Design and construction shall comply with the specifications and requirements contained in the RFP. The performance period is anticipated to be 913 calendar days. This is an UNRESTRICTED PROCUREMENT, full and open competition to all business concerns and is issued pursuant to the Small Business Competitiveness Demonstration Program. All firms including small businesses are encouraged to JOINT VENTURE if necessary. The procurement methodology Contracting by Negotiation, FAR part 15 u sing Best Value, Trade-off, solicitation methods with price evaluation preference for HUBZone small business concerns in accordance with FAR Clause 52.219-4. The estimated price range is $60,000,000-80,000,000. A bid bond is required. This solicitation is not a competitive open bid and there will not be a formal public bid opening. This procurement will result in a Firm Fixed Price Contract. The design and technical criteria contained and cited in RFP establish minimum standards for design and construct ion quality. The solicitation criteria rely predominately upon military standards for barracks, headquarters buildings, and company operating facilities to meet program specific requirements for the Army's Program. The objective of this solicitation is to obtain a fully functional brigade-sized barracks complex. The complex includes two 240 pn Barracks buildings, five company operations facilities, eight hangar company operation facilities, three battalion headquarters with classrooms, a brigade headquart ers, a troop aid station, and a dining facility. The successful Offeror must design and construct a complete and useable facility, as described in the RFP documents. The successful Offeror must have submitted a clear and concisely written proposal that g ives the Government the greatest confidence in the Offeror??????s ability to meet the Government??????s requirements in an affordable manner. Offerors must demonstrate a thorough understanding of project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. A site visit will also be scheduled, date/time to be determined, for the Offerors, p rior to submittal of proposals, at which time Offerors will be allowed to examine the site. The evaluation team will use the Color Coding system, which uses colors to indicate the degree to which the offeror's proposal meets the standards for each factor evaluated. Evaluators will identify strengths, weaknesses, deficiencies and risks and prepar e narrative statements in order for the contracting officer to make selection decisions. The evaluation process essentially consists of the following parts: proposal compliance review, technical/quality evaluation, price evaluation, cost/technical trade-off analysis and final determination by the Source Selection Authority (SSA)/Contracting Of ficer. To be considered acceptable, Offerors shall specifically address each of the evaluation factors set forth in the solicitation. Proposals will be evaluated on RFP compliance, past performance and technical merits. Price proposals will be evaluated on price only. Price will not be scored, but will be evaluated for fairness and reasonableness through the use of price analysis. Each offer will be measured against the requirements of the RFP technical, non-technical, and price in accordance with the RFP solicitation, which includes technical qualifications, management plan, and technical proposals. This part of the evaluations is conducted without the related price proposals. The evaluation process will include an assessment of risk--primarily in the areas of quality, cost, and schedule. The price analysis is conducted in accordance w ith FAR part 15 by a separate team. Technical factors are listed in order of decreasing importance; Factor 1 is more important than factor 2, which in turn is more important than factor 3, and so on. Within each factor, sub-factors are of equal importance. Award for this procurement will b e based on technical factors and price, which together constitute a best value to the Government, although not necessarily to the lowest price. To be considered acceptable, Offerors shall specifically address each of the evaluation factors. Technical evaluation includes evaluation of the both the technical proposal and the subcontracting plan. The criteria for technical evaluation factors for this effort shall include: Factor 1 - Past Relevant Experience of Offeror's Team: The Offeror as a D esign-Build Team shall demonstrate past relevant experience by providing recent and relevant Design-Build Experience and/or Design-Bid-Build Experience. Factor 2 ?????? Proposed Engineering Systems: The Offeror shall demonstrate their understanding of the project design requirements by submitting key features of work as part of the proposal. These include Sustainable Project Rating Tool score sheets and descriptions, water tower design, wall sections, and exterior renderings. Factor 3 - Past Performance of Offeror's Team: The Offeror as a Design-Build Team shall demonstrate at a minimum satisfactory performance and evaluation information, including timely completion of punch list and warranty work, for the projects submitted. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated by this factor (factor will be excluded). Factor 4 - Qualifications of the Offeror's Team: The Offeror shall ide ntify the areas and percent of construction they intend to self perform and the areas and percent of construction they intend to subcontract along with the names. Also they shall provide an organization chart and the key personnel for the Offeror's Design- Build Team. Factor 5 ?????? Performance Schedule: The Offeror shall provide a detailed project schedule demonstrating their understanding of the project requirements and ability to complete the project in a timely manner. Factor 6 ?????? Subcontracting Plan: (a) The subcontracting plan shall be submitted in a separate binder labeled Volume III - Subcontracting Plan. Large business concerns must submit as part of their proposal their subcontracting projections for this pro ject in accordance with FAR Contract Clauses 52.219-8 and 52.219-9. All large businesses shall submit a subcontracting plan with their technical and price/cost proposals. The plan should be prepared in accordance with FAR 52.219-9. Failure to submit an acceptable subcontracting plan may make the Offeror ineligible for award of the contract. The submission of the subcontracting plan is in no way advantageous to large businesses over any small business in the evaluation process. (b) Small Disadvantaged Bus iness (SDB) Utilization Plan. (Applies to all Offerors.) Offerors shall submit a SDB Utilization Plan, to include the following information: (1) Identification of each SDB concern proposed and the work each is to perform. (2) Targets expressed in dolla rs and percentages representing each SDB concern??????s participation of the total contract value. (3) Total target value of all SDB participation, expressed in dollars and percentages, of the total contract value. The price proposal shall be submitted in a separate binder labeled Volume II - Price Proposal. The sections shall parallel the submission requirements identified in the bid schedule. Provide six copies of bound written material (folded and bound in Volume II). Upon acceptance of the offer, the Offeror is responsible for both the design and construction consistent with the requirements of the solicitation and the accepted proposal. OFFERORS ARE TO BE AD VI SED THAT AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. However, the Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the Offerors will be affor ded the opportunity to revise their proposal. Offerors must demonstrate a thorough understanding of project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. The applicable NAICS Code is 236220 with a small business size standard of $28.5 million. Completion date is approximately 913 calendar days from issuance of Notice to Proceed. Plans and Specifications will be available on or about 30 April 2004. Plans a nd Specifications may be examined at the following locations: This office at 26 Federal Plaza, Room 1831, New York, N.Y.; Resident Engineer, Army Corps of Engineers, Bldg. 4895, Nininger Street, Ft. Drum, New York 13602; Point of contact is Jeff Crowley at 315-772-1567. Proposals are due on or about 11 June 2004, 1500 hours local time. The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM . TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of this solicitation and amendments, if any, will not be available or issued. Interested parties may download and print the s olicitation, specification files and drawings at no charge at http://nan.usace.army.mil (Contracting). Minimum System Requirements are 486-based personal computer, Microsoft Windows 3.1 or greater, 8MB application RAM. A registration page is attached to th e website and prospective bidders are required to register and to receive notice of any amendments and/or addenda that may be issued to this solicitation. It is the offerors responsibility to check the web site periodically for any amendments and notices t o this solicitation. The Government is not liable in the event an offeror fails to check the web site. No individual or written notification of amendments will be provided. Utilization of the internet is the preferred method, however, CD's will be avai lable upon written request stating the solicitation number, or project name, complete company name and street address (we will not deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amoun t of $10.00 to USAED, New York. The official plan holders list will be maintained and can be printed from the web site only. All prospective offerors and PLAN CENTERS are encouraged to register as plan holders on the web site. Contractor must be registe red in the Centralized Contractor Registration (CCR) database in order to receive a contract award by any DoD Contracting as required by the Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7004. Lack of registration in the CCR database w ill make an offeror ineligible for award. Contractors may access the CCR and register at http://www.ccr.gov. Ensure DUNS number and CAGE Code are provided with the proposal. To receive your DUNS number, offerors must call Dunn and Bradstreet (D&B) at 1-80 0-333??????0505. Additional information on CCR registration and annual confirmation requirements may be obtained by calling 1-888 -227- 2423 or via the Internet at http://www.ccr.gov. CITE: http://www1.eps.gov/spg/USA/COE/DACA51/W912DS%2D04%2DR%2D0010/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567604). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0258 20040418\Y-0017.SOL)

[Back to Table of Contents]
Title: INSTALL EMERGENCY GENERATOR

Category: Z -- Maintenance, Repair or Alteration of Real Property

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, TX, 79607-1581

Z -- INSTALL EMERGENCY GENERATOR (PRESOL) SOL FA4661-04-R-0008 DUE 050604 POC John Hebdon, Contract Administrator, Phone (325) 696-2358, Fax (325) 696-4078, - Michael Reed, Contract Administrator, Phone (325)696-1072, Fax (325)696-4084, POP 381 third St., Dyess AFB, TX, 79607 79607 US E-MAIL: john.hebdon@dyess.af.mil, michael.reed@dyess.af.mil NAICS: 238990 --This project is set aside 100% HUB Zone --Provide and install emergency generator, B4111, Dyess AFB, TX. --Project No. FNWZ 02-0021 --The estimated construction cost range is between $25,000.00 and $100,000.00 --The estimated construction time is 114 calendar days. The work covered by this project consists of the contractor furnishing all layout, survey, plant, labor, supervision, quality control, materials, equipment, to include the generator, machines, tools, appliances, services, supplies and incidentals of performing all operations in connection with the installation of a new emergency generator at Building 4111, Dyess AFB, Texas complete with and in strict accordance with the plans and specifications. The work consists of the following: SITE/CIVIL Site work will include clear and grub, cut and fill, grading, etc. for proper drainage and to prepare the site for the new emergency generator concrete slab and screen fence. Generator concrete equipment slab, approx. 8 ft. X 16 ft., steel reinforced, 12 inch thick and a concrete equipment slab for an automatic transfer switch. A prefinished galvanized metal slat screen fence will be provided around the generator concrete equipment pad with 6 feet of clearance around the generator on all sides within the screened area. A double gate will be provided and all post?s set in concrete footings. Trenching, back-fill and compaction for power and control circuits between generator and transfer switch. Bore under sidewalk. Existing shrubs and associated landscaping items will be removed adjacent to the north building entrance to provide access to the new automatic transfer switch and wall mounted double throw switch location. ELECTRICAL Electrical work consists of providing a new emergency generator and automatic transfer switch to provide back-up emergency power to equipment located in Building 4111. The new generator will be tied into Panel ?FLAB? to provide power to the lighting and receptacles located in the Fuel Lab area. Panel ?FLAB? will also provide power to new receptacles that will be provided to support the Merlin telephone system located in the mechanical room, new receptacles to support the computer servers, and to support branch circuits associated with the lighting and equipment located in the resource control room. Required existing branch circuits not currently served by Panel ?FLAB?, will be re-routed and connected to Panel ?FLAB? to provide emergency back-up power to the circuits. The existing normal power feeder to Panel ?FLAB? will be intercepted and modified to connect to the new automatic transfer switch associated with the new emergency generator. Panel ?FLAB? will become the emergency power panel for the emergency systems. The new emergency generator will be located approx. 40 ft. north of Building 4111. The generator will be provided with an exterior enclosure and a base mounted, dual wall, fuel tank with a minimum of 72 hours of fuel capacity. Transfer switch and double-throw manual transfer switch will be located adjacent to the north building entrance. NAICS Code for this project is 238990 with a size standard of $12,000,000.00. This solicitation is competitive Hub-Zone set aside restricted to contractors currently operating in the state of Texas. Request solicitation must be made in writing. Please state business size, phone and fax number, and a point of contact. Contract will be awarded on ?best value to Government? basis. The two evaluation factors are Past Performance and Price, with Past Performance being of significantly greater importance than Price. Therefore, the Government reserves the right to award the contract to an offeror other than the one proposing the lowest price. It is anticipated that the solicitation (FA4661-04-R-0008) will be issued electronically on or about 21 Apr 04 on FedBizOpps at www.eps.gov. Paper copies are not available. You must register on that site in order to receive notification of changes to the solicitation. You may need viewers for Microsoft Word (.doc), Microsoft Excel (.xls), Acrobat Reader (.pdf), and/or SourceView (.svd) to be able to view solicitation documents. These viewers may be downloaded from the EPS website. CITE: http://www1.eps.gov/spg/USAF/ACC/7CONS/FA4661%2D04%2DR%2D0008/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567418). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0288 20040418\Z-0012.SOL)

[Back to Table of Contents]
Title: LOLO BUILDING 24 BASEMENT REMODELING

Category: Z -- Maintenance, Repair or Alteration of Real Property

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of Agriculture, Forest Service, R-1 Lolo National Forest, Building 24, Fort Missoula, Missoula, MT, 59804

Z -- LOLO BUILDING 24 BASEMENT REMODELING (PRESOL) SOL RFP_R1-16-04-021 DUE 011504 POC Tami Mitchell, Procurement Technician, Phone 406-329-3709, Fax 406-329-3876, POP Lolo National Forest Supervisor's Office, Building 24, Fort Missoula, Missoula, Montana 59804 WEB: Link to FedBizOpps document. http://www.eps.gov/spg/USDA/FS/03R6/RFP_R1-16-04-021/listing.html E-MAIL: tlmitchell@fs.fed.us The Lolo Building 24 Basement Remodeling project consists of demolition and reconstruction of areas of the basement. The work includes all associated architectural, fire protection, mechanical, plumbing, and electrical work as indicated on the drawings and project specifications. Estimated start work of April 1, 2004 with 180 calendar days contract time. Offers are due on January 15, 2004. Estimated price range is $500,000 to $1,000,000. The solicitation will be available on approximately December 15, 2003, and can be downloaded from this site at that time. If you are not able to download or print this solicitation from your personal computer, you may request a hard copy from this office by either emailing or calling the point of contact listed below. All responsible sources may submit an offer which will be considered. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE. CITE: ftp://ftp.eps.gov/FBOFeed20040416. Posted 11/28/03 (fbodaily.com F-SN00567953). (0332)

Loren Data Corp.

http://www.ld.com (SYN# 0303 20040418\Z-0027.SOL)

[Back to Table of Contents]
Title: UH-60 AND CH-47 SIMULATOR SPARE PARTS

Category: 16 -- Aircraft Components and Accessories

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224

16 -- UH-60 AND CH-47 SIMULATOR SPARE PARTS (PRESOL) SOL N61339-04-T-0042 DUE 050604 POC Oscar Randall, Contract Specialist, Phone 407-208-4408, Fax 407-380-4164, - Mac Whisner, Contracting Officer, Phone 407-380-8137, Fax 407-380-4164, POP SFTS Field Office (G. Holland), Bldg 411, room 110A, MARK FOR: UH-60, N61339-01-D-0722, FT. RUCKER, AL 36362 USA E-MAIL: oscar.randall@peostri.army.mil, mac_whisner@stricom.army.mil NAICS: 334413 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Solicitation N61339-0-T-0042 is issued as a request for quote and incorporates the provisions and clauses in effect through Federal Acquisition Circular 01-11. The solicitation shall be awarded on a sole source basis to VMIC, 12090 South Memorial Parkway, Huntsville, AL 35803-3308. VMIC is the current contractor supplying these items with the hardware performance specifications required by other end item/component to support the Lift Simulator Modernization Program (LSMP). These items are categorized as end item replaceable spares and subsystem components. These hardware items are dependent upon other flight system platform components designed by the prime contractor and cannot be arbitrarily replaced without affecting the LSMP system. These spare parts for the LSMP legacy system are provided by the current contractor for the training systems and are so closely related to that of the on-going contract that it would not be feasible to consider another potential supplier. These items are required spares confirmed through the Functional Configuration Audit (FCA) and Physical Configuration Audit (PCA) exercise process. Resource constrained environment dictates emphasis on all aspects of system/product life cycle and logistics in design and system performance during operational use The NAICS Code for this solicitation is 334413 with a size standard of 500 employees. This is a firm fixed price requirement and will be awarded using the Simplified Acquisition Procedures. The following items are required: CLIN 0001, Dual Pentium III FC-PGA/GA2 Processor-Based VMEbus Single-Board Computer, 1.26 Gybte processor, P/N: VMIVME-7765-528, Qty 7 ea; CLIN 0002, IDE/FLOPPY P2 Transition Module, P/N: VMIACC-0562, Qty 7ea; CLIN 0003, 128-BIT High Voltage Digital Input Board with Built-In Test, P/N: VMIVME-1128-000, Qty 7 ea; CLIN 0004, 128-BIT High Voltage Digital Output Board with Built-In Test, 6800 Ohm Pull-Up Resistors, 24 V Output Voltage, P/N: VMIVME-2128-311. CLIN 0005, Shipping and Handling, Qty 1 Lot. Description Of Work: These panel assemblies are initial spares to be used on UH-60 Blackhawk and CH-47 Chinook flight simulation platforms. Life cycle cost as well acquisition cost effected early development decisions to include sparing philosophy and probability of successful spares availability in training platform designs. Delivery and acceptance shall be made as stated below. The vendor shall provide a one-year warranty on all hardware delivered. The vendor shall state the conditions of the warranty and the process and timeline for handling a warranty repair. Delivery shall be made no later than 170 days after contract award to FOB Destination. The following listed clauses may be downloaded from the following website: http://farsite.hill.af.mil. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5, and 252.2121-7001. The following subparagraphs of FAR 52.212-5(b) apply: (12). The following subparagraphs of FAR 52.212-5(c) apply: 52.222.41. The following clauses of DFARS 52.212-7001(b) and (c) apply: None. A completed copy of the following clause must be included with quote: FAR 52.212-3. The following clauses also apply: DFARS 252.204-7004, ?Required Central Contractor Registration?. The DPAS rating for this solicitation is N/A. Quote is due at 3:00 PM EST on 6 May 2004 and may be made by email to Oscar.Randall@peostri.army.mil or to the address above. (Attn: Oz Randall). The anticipated award date for this acquisition is 14 May 2004. For information regarding this solicitation, contact Oz Randall at (407) 208-4408. Point of Contact Oscar Randall, Contracting Officer/Specialist, Phone 407-208-4408, Fax 407-380-4164, Email Oscar.Randall@peostri.army.mil Mac Whisner, Contracting Officer, Phone 407-380-8137, Fax 407-380-4164, Email whisnerm@peostri.army.mil CITE: http://www1.eps.gov/spg/DON/NAVAIR/N61339/N61339%2D04%2DT%2D0042/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567672). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0393 20040418\16-0011.SOL)

[Back to Table of Contents]
Title: LASER MARKING SYSTEM

Category: 36 -- Special Industry Machinery

Type: MOD

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of the Air Force, United States Air Force Europe, 496 ABS/LGC, Moron AB Unit 6585, Moron AB, Spain, AE, 09643-6585

36 -- LASER MARKING SYSTEM (MOD) SOL Reference-Number-F1725A40580100 DUE 041904 POC Blake Tubbs, Contract Specialist, Phone 34-95-584-8076, Fax 34-95-584-8054, POP UNITED STATES AIR FORCE, 496 ABS/LGTT, BLDG 512, BASE AEREA DE MORON, CTRA. SEVILLA-MORON KM48, 41530 MORON, SEVILLA, SPAIN, CML PH 34-95-584-8207/8131, 41530 SPAIN E-MAIL: blake.tubbs@moron.af.mil NAICS: 334413 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. Issued as a Request for Quotations (RFQ), and the reference number is F1725A40580100. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-20. The North American Industry Classification System Code is 334413. The contractor shall provide the following items: all tools, parts, labor, materials, facilities, and transportation necessary to provide item 0001: one each laser etcher (RMI LE-100SC Diode-pumped Laser Marking System OR EQUAL.) The laser etching system must contain a moveable z-axis arm for varying tool sizes, must be able to etch the tools in a relatively short amount of time per tool, must have some de-etching capabilities, must have low maintenance needs, and must provide permanent etching. The Marking Head must have the following characteristics: - High Speed/precision Galvanometer Beam Control. ? 100 mm F-Theta Focusing Lens for a 60mm x 60 mm marking area. ? Nd:YVO4 Crystal (fiber optic coupled.) ? 1064-nm wavelength. ? Q-switched Operation. ? CDRH Class IV Level of Manufacture. The Diode Controller must have the following characteristics: Dode-pumped Power Source (Fiber Coupled to Marking Head) ? TE Cooling System. ? 19? Rack Mount Controller. ? Input Power: 200-350 VAC, 50/60Hz. The system must include the following: Class I Enclosure w/ focusing diode 22x16x22. Laptop Computer w/etching software. Computer must contain a sufficient operating system and characteristics to efficiently run included software. In addition, the complete system must be user-friendly. The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation and the blanks in section (a) are completed as follows: Price considerations, technical acceptability. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, only. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items, FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, and DFARS 252.204-7004, Required Central Contractor Registration, are applicable to this acquisition. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be received via fax or e-mail or mail by 4:00 PM central european time on the stated response date at the 496th ABS/PK. The fax number for receipt of quotes is: (34) 95-584-8054. The email address for the receipt of quotes is blake.tubbs@moron.af.mil OR jeffrey.powell@moron.af.mil. The mailing address for the receipt of quotes is: United States Air Force 496 ABS/LGTT, BLDG 512 ATTN SSgt Blake Tubbs BASE AREA DE MORON CTRA Sevilla-Moron KM48 41530 Moron de la Frontera, Sevilla, SPAIN Quotes should be marked with the reference number. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. No written request for quote is available. AMMENDMENT 0001 ? Contractor shall provide all necessary transportation, tools, lodging, time, and materials to provide a complete installation and user training of the device. Instalation/Training Location: Rota NAS, Spain. END OF AMMENDMENT CITE: http://www1.eps.gov/spg/USAF/USAFE/496ABSLGC/Reference%2DNumber%2DF1725A40580100/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567518). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0451 20040418\36-0005.SOL)

[Back to Table of Contents]
Title: LASER MARKING SYSTEM

Category: 36 -- Special Industry Machinery

Type: MOD

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Department of the Air Force, United States Air Force Europe, 496 ABS/LGC, Moron AB Unit 6585, Moron AB, Spain, AE, 09643-6585

36 -- LASER MARKING SYSTEM (MOD) SOL Reference-Number-F1725A40580100 DUE 041904 POC Blake Tubbs, Contract Specialist, Phone 34-95-584-8076, Fax 34-95-584-8054, POP UNITED STATES AIR FORCE 496 ABS/LGTT, BLDG 512 BASE AEREA DE MORON CTRA. SEVILLA-MORON KM48 41530 MORON, SEVILLA, SPAIN CML PH 34-95-584-8207/8131 41530 SPAIN WEB: Link to FedBizOpps document. http://www.eps.gov/spg/USAF/USAFE/496ABSLGC/Reference-Number-F1725A40580100/listing.html E-MAIL: blake.tubbs@moron.af.mil NAICS: 334413 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. Issued as a Request for Quotations (RFQ), and the reference number is F1725A40580100. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-20. The North American Industry Classification System Code is 334413. The contractor shall provide the following items: all tools, parts, labor, materials, facilities, and transportation necessary to provide item 0001: one each laser etcher (RMI LE-100SC Diode-pumped Laser Marking System OR EQUAL.) The laser etching system must contain a moveable z-axis arm for varying tool sizes, must be able to etch the tools in a relatively short amount of time per tool, must have some de-etching capabilities, must have low maintenance needs, and must provide permanent etching. The Marking Head must have the following characteristics: - High Speed/precision Galvanometer Beam Control. – 100 mm F-Theta Focusing Lens for a 60mm x 60 mm marking area. – Nd:YVO4 Crystal (fiber optic coupled.) – 1064-nm wavelength. – Q-switched Operation. – CDRH Class IV Level of Manufacture. The Diode Controller must have the following characteristics: Dode-pumped Power Source (Fiber Coupled to Marking Head) – TE Cooling System. – 19” Rack Mount Controller. – Input Power: 200-350 VAC, 50/60Hz. The system must include the following: Class I Enclosure w/ focusing diode 22x16x22. Laptop Computer w/etching software. Computer must contain a sufficient operating system and characteristics to efficiently run included software. In addition, the complete system must be user-friendly. The provision in FAR 52.212-1, Instructions to Offerors-Commercial items, is applicable to this solicitation. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation and the blanks in section (a) are completed as follows: Price considerations, technical acceptability. Offerors shall include with their quotes, a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, only. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items, FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, and DFARS 252.204-7004, Required Central Contractor Registration, are applicable to this acquisition. The full text of these clauses may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be received via fax or e-mail or mail by 4:00 PM central european time on the stated response date at the 496th ABS/PK. The fax number for receipt of quotes is: (34) 95-584-8054. The email address for the receipt of quotes is blake.tubbs@moron.af.mil OR jeffrey.powell@moron.af.mil. The mailing address for the receipt of quotes is: United States Air Force 496 ABS/LGTT, BLDG 512 ATTN SSgt Blake Tubbs BASE AREA DE MORON CTRA Sevilla-Moron KM48 41530 Moron de la Frontera, Sevilla, SPAIN Quotes should be marked with the reference number. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award. No written request for quote is available. AMMENDMENT 0001 – Contractor shall provide all necessary transportation, tools, lodging, time, and materials to provide a complete installation and user training of the device. Instalation/Training Location: Rota NAS, Spain. END OF AMMENDMENT NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (16-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE. CITE: ftp://ftp.eps.gov/FBOFeed20040416. Posted 04/16/04 (fbodaily.com F-SN00567969). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0454 20040418\36-0008.SOL)

[Back to Table of Contents]
Title: ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENT

Category: 59 -- Electrical and Electronic Equipment Components

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Defense Logistics Agency, Logistics Operations, Defense Supply Center Columbus, P O Box 3990, Columbus, OH, 43216-5000

59 -- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENT (PRESOL) SOL SP0900-04-R-X314 DUE 060304 POC Numeriano Obnamia, Contract Specialist, Phone 614-692-3556, Fax 614-693-1678, E-MAIL: numeriano.obnamia@dscc.dla.mil NAICS: 334111 The scope of this long-term contract is NSNs for which Ward Leonard Electric Co., Cage 63743, is an approved source, whether or not the NSNs are ultimately procured from the approved source regardless of the awardee. This requirement is for a one year Indefinite Quantity Contract with four (4) additional option years for various FSCs. The contract contains an option to extend the contract period one or more years at the discretion of the government. Total duration (base year plus option years) shall not exceed five (5) years. The contract is for stock replenishment, FOB Origin. Contractor shall deliver within the timeframes specified after date of award. All responsible sources may submit an offer/proposal. The solicitation Section B, Tab A NSNs to be priced, Attachment to Tab A, and Section D, Packaging are supplied in a computer disk with the hard copy of each solicitation package. Hard copies of solicitation are not available from DIBBS. Solicitation will be available on its issue date 2004 May 04. The government does not possess complete unrestrictive technical data. Specifications, plans or drawings are not available. There are 38 NSNs with an estimated annual value of $237,521.00. While price may be a significant factor in evaluation of offers, the final award decision will be based on a combination of price, delivery, past performance and other evaluation factors as described in Section L & M of the solicitation. A written offer is required to be returned to the address in Block 8 of the RFP by the date and time specified. See Notes #12, 23 & 23. The NSNs are as follows: 5905001147958 RESISTOR,FIXED,WIRE 5905008437754 RESISTOR,FIXED,WIRE 5905011424934 RESISTOR,FIXED,WIRE 5905011427415 RESISTOR 5905011427416 RESISTOR,FIXED,WIRE 5905011427417 RESISTOR ASSEMBLY 5905011750200 RESISTOR,FIXED,WIRE 5920014499737 ARC CHUTE ASSEMBLY 5930007577353 SWITCH,PUSH 5930010233506 PUSH BUTTON 5945000892041 RELAY,ELECTROMAGNET 5945005769365 RELAY,THERMAL 5945007758011 RELAY 5945009683607 RELAY,ELECTROMAGNET 5945010403661 RELAY,ELECTROMAGNET 5945011167208 RELAY,ELECTROMAGNET 5945011167209 RELAY,ELECTROMAGNET 5945011208956 RELAY,ELECTROMAGNET 5945011864151 RELAY ASSEMBLY 5945012175609 RELAY,ELECTROMAGNET 5945012208744 RELAY,ELECTROMAGNET 5945012483060 RELAY ASSEMBLY 5945013316264 RELAY,ELECTROMAGNET 5950000836407 COIL,ELECTRICAL 5950005998362 INDUCTOR 5950010759030 TRANSFORMER,POWER 5950012884104 COIL,ELECTRICAL 5950013305945 TRANSFORMER,POWER A 5998013086279 CIRCUIT CARD ASSEMB 5999003832082 HEATER,THERMAL RELE 5999006038686 HEATER,THERMAL RELE 5999007255838 CONTACT,ELECTRICAL 5999007255854 CONTACT,ELECTRICAL 5999007255856 CONTACT,ELECTRICAL 5999008963542 HEATER,THERMAL RELE 5999012692565 CONTACT KIT,ELECTRI 5999013891194 CONTACT ASSEMBLY,EL 6625011722475 SHUNT,INSTRUMENT CITE: http://www1.eps.gov/spg/DLA/J3/DSCC/SP0900%2D04%2DR%2DX314/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567230). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0538 20040418\59-0003.SOL)

[Back to Table of Contents]
Title: 3 YEAR SERVICE CONTRACT FOR A GENECHIP SYSTEM

Category: 65 -- Medical, Dental and Veterinary Equipment and Supplies

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014

65 -- 3 YEAR SERVICE CONTRACT FOR A GENECHIP SYSTEM (PRESOL) SOL W81XWH-P-SERV DUE 050704 POC LOTTIE MORRIS, 301-619-2474 POP US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD 21702-5014 US E-MAIL: Email your questions to US Army Medical Research Acquisition Activity lottie.morris@amedd.army.mil NAICS: 541710 The US Army Medical Research Acquisition Activity proposes to award to Affymetrix Inc., Rockville, MD, on a sole source basis, for the following service: three year service contract on a Affymetrix Genechip System (CPU, Gene Array Scanner & fluidic stations)due to the proprietary computer and software codes required to tune and align the laser and to assure that all components are configured appropriately to capture data from the genechips and to receive quarterly updates of the proprietary software. This procurement shall be under other and full and open competition procedures in accordance with Far 6.301-1 Only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for comp etitive quote. CITE: http://www1.eps.gov/spg/USA/USAMRAA/DAMD17/W81XWH%2DP%2DSERV/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567625). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0582 20040418\65-0004.SOL)

[Back to Table of Contents]
Title: INSTRUMENTS AND LABORATORY EQUIPMENT

Category: 66 -- Instruments and Laboratory Equipment

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

N00178 17320 Dahlgren Road Dahlgren, VA

66 -- INSTRUMENTS AND LABORATORY EQUIPMENT (PRESOL) SOL N0017804Q3029 DUE 042304 POC XDS13-11 (540) 653-7765 XDS13-11 (540) 653-7765 This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. The Naval Surface Warfare Center, Dahlgren Division intends to purchase an Environmental Test Chamber with the following minimum specifications: INFRASTRUCTURE: (a) due to laboratory security concerns, laboratory access is limited to doorways that are 33.5 inches wide. Therefore, either the width or depth of the instruments (which are typicaly over 6" tall) must be under this dimension. (b) power r equirements limited to under 240/3VAC, and under 40 amps. (c) must be able to be used with a small scale, recirculating chilling bath for temperature maintenance since the building does not possess a larger, internal source of recirculating chilled water. (d) high frequency dynamic modulation capabilities. (e) emergency main power swith. SAMPLE HANDLING CAPABILITIES: (a) the test chamber must be 2' x 2' x' 2'. (b) full range environmental chamber directly incorporated into test space. Operating temperature range of at least -60 deg. C to +170 deg. C. Humidity range of a least 20% up to 90% humidity. Temperature cycling between -60 deg. C up to 70 deg. C in under two (2) hours. (c) types of materials to be tested include, but not exclusively: plastics; polymers and polymer composites (Kevlar vests); metal and metal alloys (airplane skins); glasses, polycarbon ate, Lexan and other clear faceplate or windshield polymeric systems; uniforms; chem/bio protective suits and peripherals; machinery equipment such as vehicle tires, machine belts, valve seating and gaskets. COMPUTERIZED CONTROL AND DATA ACQUISITION AND ANALYSIS CAPABILITIES: (a) dual use software for linked chamber operation. (b) ethernet computer interface. (c) at least three (3) open digital channels for user defined data acquisition. (d) full metric testing standardizations. (e) full software capability to generate and store the following materials conditioning cycle programs: sustained daytime temperature extremes; sustained jungle environmental conditions, high temperature and humidity; rapid day night cycling to simulate night/day extremes of desert-like environments. THIS ANNOUNCEMENT CONSTITUTES THE ONLY REQUEST FOR QUOTATION, AS ALL ITEMS A RE SPECIFIED UNDER THIS NOTICE. Items are to be provided F.O.B. Destinationa, Dahlgren, VA. Electronic quote is encouraged at xds13@nswc.navy.mil; however the quote may be faxed to 540-653-6810, or delivered to the Naval Surface Warfare Center, Dahlgren Division, Attn: Code XDS13, Bldg. 183, Room 106, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. Please reference quotation N00178-04-Q-3029. All responsible sources may submit a quotation for consideration by this agency. Award will be based upon technical compliance with specifications stated herein, past performance based on prior sales of like items and price. Offerors must be determined to be responsible in accordance with FAR 9.104-1, and must be registered in the Central Contractor Registration database (CCR). Closing date is 23 April 2004, 2:00 P.M. EST with anticipated award no later than 30 April 2004. CITE: http://www1.eps.gov/spg/DON/NAVSEA/N00178/N0017804Q3029/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567683). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0588 20040418\66-0005.SOL)

[Back to Table of Contents]
Title: REQUEST FOR INFORMATION - ELECTRIC POWER SYSTEM SIMULATION MODEL

Category: 70 -- General Purpose ADP Equipment Software, Supplies and Support Eq.

Type: SNOTE

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

BUREAU OF RECLAMATION PO BOX 25007, D-7810 DENVER CO 80225

70 -- REQUEST FOR INFORMATION - ELECTRIC POWER SYSTEM SIMULATION MODEL (SNOTE) SOL DOI-SNOTE-040416-001 WEB: Please click here to view more details. http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142581&P_OBJ_ID1=82316 The Bureau of Reclamation's Denver Technical Service Center, is seeking expressions of interest from parties who may wish to supply an electric power system simulation model, all requisite data, training and support. The Bureau of Reclamation would like to obtain technical descriptions and information about existing models of the interconnected electric power system for simulation of management options in the Western Electricity Coordinating Council (WECC) and the Mid-continent Area Power Pool (MAPP) regions as defined by the North American Electric Reliability Council (NERC). These models should allow for the detailed estimation of the short-run and long-run real power and economic effects of changes in management regimes at Federal and Private hydropower facilities. Minimum Product Specifications: (1) The power system simulation model(s) must be designed to operate on the IBM personal computer platform using the Microsoft XP operating system. Software operating on other computer platforms or requiring other operating systems such as UNIX will not be considered; (2) Model(s) must have production cost and capacity expansion modeling capabilities which will allow estimation of both "with" and "without" action short-run and long-run economic impacts on the interconnected power system; (3) All data required by the model for characterizing the WECC and MAPP regions and sub-regions within them must be supplied. This includes but is not limited to hourly loads and load forecasts by subregion, unit level technology characteristics such as heat rates, fuel costs, non-fuel variable operation and maintenance (O&M) costs, fixed O&M costs, planned and forced outages; (4) Data for candidate generic replacement and expansion generation resources must be also be supplied.; (5) Model(s) must be able to operate at the hourly or sub-hourly time-step for a minimum of 20 years; (6) Model(s) must be able to produce estimates of avoided cost (simulated market prices) on an hourly basis for at least a 20-year forecast period; (7) Model(s) must have the ability to simulate the interchange of energy between sub-regions and estimate average hourly market prices across busses at sub-regions over a 20-year or longer simulation period; (8) Model(s) must be capable of detailed representation of reservoirs and hydropower plants, interactions between hydrologic conditions, hydropower facilities and the thermal generation system; (9) Model(s) should be capable of performing historical simulations of hourly power system operations and capacity expansions; (10) Model(s) should be capable of characterizing demand side management (DSM) programs; (11) Training for Reclamation and contract Staff should be available; and, (12) Phone and/or email support during normal office hours (0800-1700 Mountain time) should be available. Submissions by Interested Parties: Parties who are potentially interested in supplying the described software, data, training and support should submit three (3) copies of the following materials: (1) Existing marketing and technical literature describing the available product(s); (2) Citations to technical, professional or other published articles referencing the analytical use of these model(s), their underlying concepts and/or the algorithms they employ; and, (3) If not otherwise described in the submitted materials, please provide a detailed description, not to exceed five (5) pages in length, of how the model(s) have been or could be employed for the economic analysis of changes in hourly operations at hydropower plants including changes in ramp rates, maximum and minimum releases, and restrictions on the daily range of release. NAICS 541512. Applicable documents as described above should be submitted by express mail in hard copy (no electronic copies) to: Bureau of Reclamation, PO Box 25007, DFC, 6th & Kipling Streets, Bldg 56, Room 1040, Denver, CO 80225-0007 (Attention: Carol White, D-7810), by close of business May 17, 2004. This is NOT a request for proposals (RFP), but a request for expressions of interest from developers, vendors or manufacturers who may be interested in supplying the described software, data and support services. Note that the Bureau of Reclamation may or may not tender a request for proposals (RFP) at a subsequent date, depending on budgetary and other considerations. CITE: http://www1.eps.gov/spg/DOI/BR/BR/DOI%2DSNOTE%2D040416%2D001/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567634). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0617 20040418\70-0010.SOL)

[Back to Table of Contents]
Title: PROVIDE ORION PC, MODEL CM2-A177.

Category: 99 -- Miscellaneous

Type: PRESOL

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200

99 -- PROVIDE ORION PC, MODEL CM2-A177. (PRESOL) SOL W74V8H-04T-0071 DUE 042004 POC serena rogers, 703602-3737 POP Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC 20310-5200 US E-MAIL: Email your questions to Defense Contracting Command-Washington(DCC-W) serena.rogers@us.army.mil NAICS: 334111 This procurement will be awarded to the lowest price offeror who meet all the criteria in the statement of work. If you would like to request a copy of solicitation number W74V8H-04-T-0071 send email to rogersn@hqda.army.mil, or acess DCC-W Homepage at http://dccw.hqda.pentagon.mil Serena Rogers Contract Specialist 703/602-3737. The Army G-1 is requesting computer and ancillary equipment. CITE: http://www1.eps.gov/spg/USA/DSS%2DW/DASW01/W74V8H%2D04T%2D0071/listing.html. Posted 04/16/04 (fbodaily.com W-SN00567536). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0646 20040418\99-0006.SOL)

[Back to Table of Contents]
Title: REFRESHED MULTIPLE AWARD SCHEDULE SOLICITATION FOR: MANAGEMENT, ORGANIZATIONAL AND BUSINESS IMPROVEMENT SERVICES (MOBIS)

Category: R -- Professional, Administrative and Management Support Services

Type: AWARD

Date: 04/18/04

Keyword: computer

SAM.GOV: SAM DAILY ISSUE OF APRIL 18,2004 FBO#0874

General Services Administration, Federal Supply Service (FSS), Management Services Center (10FT), 400 15th Street, SW,, Auburn, WA, 98001

R -- REFRESHED MULTIPLE AWARD SCHEDULE SOLICITATION FOR: MANAGEMENT, ORGANIZATIONAL AND BUSINESS IMPROVEMENT SERVICES (MOBIS) (AWARD) SOL TFTP-MC-000874-B POC MOBIS Schedule, Branch, Phone 1-800-241-7246, Fax 253-931-7174, CNT GS-10F-0282P AMT $2,500,000 LINE 874-1 874-7 DTD 042004 TO Pinkerton Computer Consultants, Inc., (PCCI), 1900 N. Beauregard Street, Suite 112, Alexandria, VA 22311 E-MAIL: mobis@gsa.gov NAICS: 541611 CITE: http://www1.eps.gov/spg/GSA/FSS/10FT/Awards/GS%2D10F%2D0282PLn874%2D1%20874%2D7.html. Posted 04/16/04 (fbodaily.com W-SN00567935). (0107)

Loren Data Corp.

http://www.ld.com (SYN# 0684 20040418\R-0002.AWD)

[Back to Table of Contents]
© 2004-2020 Loren Data Corp.
All Rights Reserved