• 3d부스이미지-2
  • 3d부스이미지-1
  • 3d부스이미지-2
  • 3d부스이미지-3
  • 3d부스이미지-1
  • 3d부스이미지-2
  • 3d부스이미지-1
  • 3d부스이미지-3
  • 3d부스이미지-1
  • 3d부스이미지-2
  • 3d부스이미지-1
  • 3d부스이미지-2
  • 3d부스이미지-1
  • 3d부스이미지-3
  • 3d부스이미지-1

Contract

Contract Opportunity result Lists

Showing 7581 - 7590 of 7209467 results
favorite_border
favorite
A -- Kinetic Energy Boost Phase Capability
Notice ID 6beb62dad5b61631fbc29178887e4580

The Ballistic Missile Defense Organization is soliciting White Papers for technology development and experiments to increase understanding and capabilities in the area of Kinetic Energy Boost Phase Missile Defense A kinetic energy boost phase elements mission is to intercept ballistic missiles prior to termination of powered flight This is the most desirable phase in which to engage a missile since the missile cannot release its warheads and other midcourse countermeasures until powered flight is complete At the end of this phase the missile is traveling as high as 15000 miles per hour making accurate timely interception a challenge Executing this mission also requires quick reaction times continuous monitoring and vigilance and high confidence in decisionmaking The objectives of the KE boost program are to identify and develop technology and to achieve a demonstration of the technical feasibility of intercepting primarily ICBMclass missiles in their boost phase by 2005 Innovative research approaches are being sought in the kinetic energy boost areas of 1 technology development and demonstration in the fundamental components of a boost defense element including sensors for early detect track and identification of the target advanced interceptors and interceptor subcomponents battle management command and control and weapons platforms and 2 critical experiments that characterize element attributes and timelines as well as demonstrate the feasibility of an effective kinetic energy boost phase concept Critical experiments will address space based concepts as well as other platforms Priority will be given to those ideas which most significantly increase our confidence that a capabilities based kinetic energy boost element of the Ballistic Missile Defense System can be deployed in the next decade DO NOT SUBMIT A PROPOSAL AT THIS TIME PROPOSALS WILL BE REQUESTED AND PROPOSAL INSTRUCTIONS PROVIDED TO OFFERORS WHO HAVE SUBMITTED A WHITE PAPER WHICH HAS RECEIVED A FAVORABLE EVALUATION INSTRUCTIONS TO PREPARE AND SUBMIT WHITE PAPERS FOLLOW WHITE PAPERS WILL BE ACCEPTED AFTER THE INFORMATIONAL BRIEFING DESCRIBED BELOW FROM 11 JANUARY 2002 AND ON THEY WILL BE EVALUATED AS THEY ARE RECEIVED All interested offerors capable of satisfying the Governments needs are required to submit three 3 copies of a 3 5 page 8 x 11 inch single spaced White Paper with a cover letter indicating whether the offeror is a foreign firm a large small womenowned small or small disadvantaged business or Historically Black College University or Minority Institution Foreign firm means a business entity owned or controlled by one or more foreign nationals or a business entity in which more than 50 percent of the stock is owned or controlled by one or more foreign nationals No topics have been set aside for small business Historically Black Colleges and Universities and Minority Institutions HBCUMI The white papers should be formatted as follows Section A Title Period of Performance Cost of Task Name of Company Section B Task Objective and Section C Technical Summary All responses to this announcement must be addressed to ATTN Mr Donald J Bobby Solicitation BAA0201 Ballistic Missile Defense Organization 7100 Defense Pentagon Washington DC 203017100 Multiple white papers within the purview of this announcement may be submitted by each offeror The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government If there is sufficient interest in the white paper a formal technical and cost proposal will be requested Such invitation does not assure that the submitting organization will be awarded a contract Complete instructions for proposal preparation will be provided if and when a proposal is requested This announcement does not obligate the Governmen

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
A -- University-based Laser Technologies for Information and Materials Advancement (ULTIMA)
Notice ID 50317fc7e682708bbb15daca50c4bd1e

General InformationDocument Type Solicitation Number ReferenceNumberBAA 02DE01 Posted Date Response Date Classification Code A Research Development Contracting Office Address Department of the Air Force Air Force Materiel Command Air Force Research Laboratory AFRL Directed Energy DE Directorate 2251 Maxwell Ave Kirtland AFB NM 87117 A REQUIREMENT This Broad Agency Announcement BAA requests proposals for Universitybased Laser Technologies for Information and Materials Advancement ULTIMA The Air Force Research Laboratory AFRL Phillips Research Site PRS Directed Energy Directorate DEBS Kirtland AFB NM solicits proposals to develop research in advanced laser electrooptical technologies observatory instrumentation and applications and potential dualuse scientific research that enhances AFRL Air Force DoD or National Scientific programs and requirements The ULTIMA program is especially interested in pushing the state of the art in the following technical areas 1 Laser Research Research analysis development and demonstration of technologies associated with laser sensing for applications such as intelligence surveillance and reconnaissance ISR imaging remote sensing detection and laser communications Development of hardware and software such as eyesafe lasers for commercial and military applications highspeed or highresolutionfidelity sensors wavefront control pointing and tracking ultralightweight mirrors or collectors imaging algorithms and discrimination algorithms Concept and system operation developments for activities such as UAV or satellitebased laser sensing active and passive satellite sensing and imaging including geosynchronous satellite imaging and spacebased relay mirror concepts applications and technologies 2 Observatory Potential DualUse Exploitation Development of new areas of research experimentation and instrumentation to augment national caliber observatories and facilities such as Magdelena Ridge Observatory White Sands Missile Range Apache PointSunspot and Geo Light Imaging National Testbed GLINT Besides these particular facilities this area includes proposals of field measurements at these or other proposed facilities as appropriate This technology area also includes any ideas in instrumentation for general telescope facilities whether it be for technology demonstration observatory control science measurements or data analysis 3 New Materials Mining and Manufacturing Technologies The introduction and investigation of new uses or alternate technologies for 1 laser materials and devices especially eyesafe lasers with potential dual military and commercial applications 2 materials science mining metrology and exploration techniques 3 MEMS liquid crystal electronic or solid state materials and 4 flexible membranous or otherwise new optical materials AFRL will not issue a separate solicitation AFRL is distributing this BAA electronically through FedBizOps at httpwwwepsgov Once there offerors should enter BAA 02DE01 into the search option to reach the posting White papers are due 45 days from publication of this announcement All white papers should be received by 130 pm Mountain Time on the due date Late white paper submissions will be evaluated based upon the availability of funds This is a restricted solicitation under NAICS code 54171 This BAA has been setaside for historically black colleges and universities and minority institutions HBCUMI Foreignowned firms are advised to contact the Contracting Officer or Project Manager before submitting a proposal to determine whether there are restrictions on receiving an award AFRL may make more than one award against this announcement Further AFRL reserves the right to award the instrument best suited to the nature of the research proposed either a contract subject to the Federal A

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA9451 AFRL RDK
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
Notice ID e4be596c2dc5a29ebd6251c0152281aa

The Single Integrated Air Picture System Engineer SIAP SE in concert with United States Joint Forces Command USJFCOM and Joint Theater Air and Missile Defense Organization JTAMDO solicit interest for participation in controlled laboratory and field demonstrations to baseline the performance of existing Air Warfare Command and Control C2 MultiSource Integrator MSI systems Using a multiphase approach the demonstrations will use live data inputs in the Joint Combat Identification Evaluation Team 2002 JCIET 02 fieldenvironment 1526 Apr 02 as well as recorded inputs for subsequent phases in the Joint Distributed Engineering Plant JDEP environment Phase One will be conducted during JCIET 02 and will require passive operation of each participating MSI system no output to the data links no local sensor integration Phases Two and Three will be conducted in th e JDEP environment Specifically Phase Two will require passive operation but the systems will be able to use local sensors Phase Three will put the MSI systems into the network as active participants enabling MSI nodes at each sensor to share data among each other Quantitative comparisons of the various MSI systems composite trackfile databases to the available truth data will be the criterion for determining the baseline performance Results from each of the three phases of this demonstration will be used to provide recommendations for operational technical and interoperability standards for an objective fusioncorrelation capability that maps to Joint Requirements Oversight Council JROCvalidated requirements An Industry Day Briefing of the MSI System Demonstration will be held on Tuesday 15 Jan 02 as part of the JCIET 02 Final Planning Conference being conducted at the Mississippi Air National Guard ANG Combat Readiness Training Center CRTC Gulfport MS Vendors interested in attending the Industry Briefing shall register via the JCIET website httpsjcieteglinafmil For detailed Industry Day Briefing agenda information vendors should contact LCDR Kevin Redman reference contact information below SECRET Security clearance will be required for participants Submit Security clearance information as specified below Vendors interested in participating in the MSI System Demonstration must submit their notification of intent and both name and description of their MSI system as specified below for government review by 31 Jan 02 The government will formally invite prospectivecandidate MSI systems for participation via written notification not later than 15 Feb 02 Noncandidates will be provided supportin g rationale for their exclusion from this demonstration but they may be eligible for participation in future events Note The intent of these demonstrations is for data collection purposes only and will not result in a contract award BACKGROUND MultiSource Integration MSI is the process that 1 performs associationcorrelation and fusion of target track and measurement data received over a variety of tactical and intelligence data networks eg Link 11 Link 16 CEC TIBS and Live Radar to create and maintain a composite trackfile database and 2 combines a priori data with dynamic data The MSI systems may have organic sensors that contribute to the composite trackfile database and they may also have the capability to both transmit and receive data on the various data links The following are previous MSI studies that form the basis for the MSI demon strations MSI System Engineering Team sponsored by the Combat System Functional Allocation Board 19957 Time Variant MultiHypothesis Correlator Assessment ACIET 00 Theater Air and Missile Defense Interoperability TAMD I Advanced Concept Technology Demonstration sponsored by USJFCOM 20001 Results from these studies demonstrated that fusioncorrelation techniques algorithms and technologies were mature but that there was a lack

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
B -- State of the Workforce study and analysis
Notice ID 70414bb823bbd6bac841770a23d566b7

The Office of the Comptroller of the Currency has a requirement for a study designed to provide the OCC Executive Committee with complete information on the longterm impact of budget decisions on human resources The contractor will be asked to conduct a study and analysis to determine the relationship between the OCC organization and its workforce Further the contractor will assist in developing a strategy to recruit and retain highvalue employees

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
B -- State of the Workforce study and analysis
Notice ID 80e6d85ccde27ae80f583bb30171729d

The Office of the Comptroller of the Currency has a requirement for a study designed to provide the OCC Executive Committee with complete information on the longterm impact of budget decisions on human resources The contractor will be asked to conduct a study and analysis to determine the relationship between the OCC organization and its workforce Further the contractor will assist in developing a strategy to recruit and retain highvalue employees Add the following The Office of the Comptroller of the Currency OCC intends to issue a purchase order using FAR Part 12 commercial item acquisition and FAR Part 13 simplified acquisition procedures to Corporate Executive Board Washington DC The OCC intends to solicit and negotiate with only one source under the authority of FAR 135 This notice of intent is not a request for competitive proposals and no solicitation document is available All proposals received with pricing and sufficient technical documentation to establish a bona fide capacity to meet the requirement within five calendar days after the publication of this synopsis will be considered by the OCC A determination not to compete this proposed contract based upon responses to this notice is solely within the discretion of the OCC Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
R -- Support for Quality Indicators
Notice ID 26662459b9b53eb4996a9cc30b05f0ee

The Agency for Healthcare Research and Quality formerly the Agency for Health Care Policy and Research intends to negotiate on a sole source basis with Stanford University Center for Primary Care and Outcomes Research 179 Encina Commons Stanford CA 943056019 The purpose of the contract is to provide technical support for the HCUP Quality Indicators a software tool for use with hospital administrative data The estimated period of performance is two years renewable for up to a total of five years depending on performance and user response The offeror is the only source which has expertise and indepth understanding of the Quality Indicator software tools developed under a previous contract through the Evidencebased Practice Centers to revise update and expand the HCUP Quality Indicators and is ready to begin work immediately The offeror must be able to demonstrate that it can provide a full range of technical support in the use of the Quality Indicators through the web email and by telephone Technical support will include a range of activities such as providing help with the programming language in which the software is written providing assistance in troubleshooting software problems guidance on effective means of presenting results helping to interpret results and answering questions about appropriate use of output from the software The offeror must also be able to update the software on an annual basis and work to keep the QIs current and relevant to health care quality measurement needs adding measures and developing new tools and products as indicated by a continual review of the literature and consultation with users Interested parties should respond with capability statements on or before January 9 2002 All responses will be considered by AHRQ Telephone requests will not be honored A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government Numbered Note 22

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Y -- Harpers Ferry W. VA Advanced Training Center
Notice ID 16b30ea3e3f4fbad0fb4bde2285887d6

If you are interested in responding to the following you must request in writing for a copy of the RFP or you can Email me at jameseliebermancustomstreasgov Requests by FAX will not be accepted The solicitation will be issued on or about November 1 2001 and proposals are due on January 15 2002 The Department of the Treasury US Customs ServiceUSCS Advanced Training Center will be built on a 104 acre parcel of land located in Harpers Ferry West Virginia The project will consist of design for this center the site development and the construction of the center infrastructure training areas and support buildings Any contract that may be awarded as a result of this procurement action will be a Firm Fixed Price Contract to design and build the project and provide the space planning for the project The designbuild offeror is referred to herein as the ArchitectEngineerConstructionspace planner AEC Team The Center shall provide training for up to 200 employees of the US Customs Service The AEC Team will be required to guarantee a maximum final total construction cost not to exceed 192 million These buildings shall be arranged in a campus setting that are located relativity close to each other All buildings shall have an architectural design that is similar to the Harpers Ferry Historic District and shall retain the natural site environment wet lands open fields and woodlands to the maximum extent practicable while providing additional landscaping and landscape buffers with parking for up to 250 cars To preserve vistas from the adjacent Harpers Ferry Battlefield Park all Structures shall be built no higher than the view that School House Ridge can block from this battlefield The goal is to provide an architecturally significant national advanced training center completely fitted out to serve the present and future program needs of USCS offering innovative technologies and features to support modern class rooms training areas firing ranges and office space for improved occupant productivity space flexibility energy conservation and reliable utility systems while ensuring environmental sensitivity The Advanced Training Center shall be a showcase center for energy and water conservation and shall utilize passive and active solar or other renewable energy applications where practicable and lifecycle cost effective building and system design conforming to Department of Energy 10 CFR 435 The project shall be designed and constructed in accordance with the National Building Code BOCA the General Services Administration GSA Facilities Standards PBS PQ 100 and other codes and standards to be specified The AEC Team shall provide all work necessary to implement the project including subsoil explorations preliminary tentative and final design plans specifications and calculations in Architectural Interior Design Space Planning Programming Landscape Architecture Mechanical Electrical Civil Structural Fire Protection and Life Safety Geotechnical and Environmental Engineering boundary and topographic and boundary surveying wetland permits flood plain studies rough grading plans earthwork analysis sediment erosion control plans site plans storm drainage and paving plans stormwater management plans water and sewer plans and permits offsite road improvement plans construction permits design and construction supervision and contract management and design and construction quality control including shopdrawing review testing and inspection Architects and engineers shall be registered in the State of West Virginia Construction contractors shall have valid licenses in the State of West Virginia or the ability to obtain such licenses The AEC Team shall conduct such surveys studies and presentations as may be required to secure permits and regulatory code from Jefferson County West Virginia for the successful execution of the project

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
W -- Rental of Transportable Lithotripsy Equipment
Notice ID ce67c4fda145b32970423c63412f1dfb

VA Medical Center Providence RI is looking for a company to provide on a daily rental basis transportable lithotripsy equipment including a technician to set up operate and calibrate the equipment that is to be used in the practice of urology to provide renal lithotripsy to VA patients VA to furnish all required supplies pharmaceuticals and disposables required in the performance of lithotripsy procedures Potential contract of base year plus 2 optional years Interested firms should submit brochures illustrating types of equipment and capabilities For information contact is Patrick Cantwell at 401 4573033

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 241-NETWORK CONTRACT OFFICE 01 (36C241)
  • Notice Type Sources Sought
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
A -- Homeless Followup Data Collection Project
Notice ID 3215c1c17f56d4699d19f2ca9e21c571

VA VISN 22 Network Business Center intends to negotiate a commercial FAR Part 12 sole source contract with Rand Inc under the authority of FAR 63021 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 200101 Only one responsible source and no other supplies or services will satisfy agency requirements A justification for other than full and open competition is being prepared in support of this acquisition This procurement is to obtain experienced manpower data collection from 270 volunteer veteran participants recently exiting VAfunded residential homeless service programs The procurement will specifically provide for facetoface baseline interviewing plus up to four facetoface followup interviews for a period of one year postexit Interviewers and vendorprovided supervisor must demonstrate extensive past experience in interviewing and data collection from similar population Desired results are a minimum rate of 100 interview accomplishment on 70 of the 90 project participants from each of three VAfunded program types This effort is part of a nationwide project which precludes modification of VAprovided data collection protocol or substantial variation from desired target quantities The data collection target is projected to be completed by end of first quarter calendar year 2003 The Government intends to award a firm fixed price contract for base year with option for one 1 year beyond base year based on negotiations with only one source for delivery of the aforementioned services to the VA West Los Angeles Healthcare Center Los Angeles CA Interested persons may identify their interest and capability to respond to the requirement or submit a proposal This notice is not a request for competitive proposals All proposals received by 400 PM Pacific Daylight Time December 31 2001 will be considered by the Government A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement Inquiries will be accepted in writing by mail or by facsimile at 562 9618067 ATTN Mo Clary

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
A -- Small Business Operational Test Support (SBOTS): SOL: FA7046-02-R-0001
Notice ID 5b9309f572fc04229547c4c308ad3f88

UPDATED INFORMATION ON Small Business Operational Test Support SBOTSSOL FA704602R0001 Due to a revised acquisition strategy the draft solicitation scheduled for release on 17 Dec 01 has been rescheduled for release in mid Jan 02 The information to be provided in Jan 02 will include a revised solicitation schedule and a revised statement of work for the effort Please continue to monitor the FedBizOpps website for updated solicitation information You may continue to use the following email address to direct any questions regarding the solicitation to the Contracting Officer and to place your name on the Bidders Mailing List R001OTSSBafotecafmil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA7046 HQ AFOTEC A 7K
  • Notice Type Special Notice
  • Published Date 2001-12-21 14:00:00+09