• 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

조회중입니다.

Contract

Contract Opportunity result Lists

Showing 7801 - 7810 of 7209467 results
favorite_border
favorite
C -- A&E Design Services for a New Port of Entry, Raymond, MT
Notice ID ba16929a215d12b4ebaf2bc3a82da4d7

The General Services Administration GSA announces an opportunity for Design Excellence in public architecture for performance of ArchitecturalEngineering Design for a new US Port of Entry in Raymond Montana in accordance with General Services Administration GSA quality standards and requirements This is stage II of a two stage selection process The following firms have been selected short listed for Stage II consideration 1 Carlson Architects PS Architecture Planning 2111 3rd Avenue Seattle WA 98121 Donald Carlson 2 Hammond Beeby Rupert Ainge Inc 440 N Wells Suite 630 Chicago IL 60610 Mary Brigid OToole 3 Johnson Laffen Galloway Architects 124 N 3rd Street Grand Forks ND 58201 Lonnie J Laffen 4 Overland Partners 5101 Broadway San Antonio TX 78209 Mark Headley 5 Valerio Dewalt Train Associates 500 N Dearborn Street 9th Floor Chicago IL 60610 Joseph M Valerio Stage II In this stage the entire project TEAM including the AE Design Firms selected above in the first stage their designated Lead Designers and ALL the Consultants who will work on the project will be evaluated Your firm is hereby requested to submit by January 17 2002 300 pm local time four copies of the SF 254 and 255s that reflect the entire design team and all outside consultants to include as a minimum the following MechanicalPlumbing Consultant Electrical Consultant Structural Consultant CivilSurveying Consultant Landscaping Consultant Environmental Consultant Fire Protection Consultant and Cost Estimating Consultant The SF254s255 shall include a maximum of five previous similar projects and information demonstrating the overall design capabilities of each subconsultant If any of these services are to be provided by a previously submitted consultant provide the above information for that consultant The Stage II evaluation factors are as follows 1 Team Past Design Performance and Experience 50 Describe no more than two past architectural and engineering challenges of similar size and complexity and your design response In your narrative maximum of three pages per project discuss your experience with the following issues and how they would be addressed on this project A Explain how you would ensure that the project budget of a specific amount between 5 and 75M is met B Explain how you would ensure that the design schedule of 9 months is met C Discuss your methodology on using locally available materials construction in remote locations D Where would this project fit into your office workload E How does your firm meet functional requirements and provide design excellence 2 Team Organization and Management Plan 30 Provide a detailed organization chart for the entire design team along with written narratives addressing the following issues Knowledge of Leadership Energy and Environmental Design LEED energy principles and sustainable design Availability for meetings with GSA clients and community representatives Accurate cost estimating Design issue tracking Logging in and response to agency comments Identify key roles lines of communication and means to integrate client and community input explain quality control plan the physical location of major design work the coordination plan for consultant work and the work to be produced in remote offices 3 Professional Qualifications 15 Provide key personnel resumes SF254s and SF 255s In block 8 of the SF 254 specify only current personnel currently on the company payroll for each firm 4 Geographic Location 5 Demonstrate how the design team proposes to meet the requirement to produce at least 35 of the level of contract effort within the State of Montana or North Dakota Project description is as follows The building is approximately 30033 gross square feet including 50 parking spaces at a proposed site lo

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R8 ACQUISITION MANAGEMENT DIVISION
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
V -- V - Transportation and related moving services for EPA, located at 401 M Street, SW Washington, DC
Notice ID 7aa0ebfeea8a16e2c117e0227a0a9541

General Services Administration Special Services Division will be relocating Environmental Protection Agency EPA libraries and dockets from Waterside Mall Complex 400 M Street SW Washington DC Crystal Gateway 1235 Jefferson Davis Highway Arlington Virginia and the Ariel Rios South Building 1200 Pennsylvania Ave NW to the Customs Building Located at 1301 Constitution Ave NW Washington DC The period of performance is scheduled to begin in May 2002 The prebid conference property inspection and walkthrough will be conducted on February 4 2002 at 1000 am in the EPA Auditorium at Waterside Mall 401 M Street SW Washington DC Prospective bidders interested in attending the walkthrough must submit to this office the companys name and name of the representative only 2 per firm attending by close of business January 31 2002 Bidders that fail to participate in the walkthrough or inspection of the property to be relocated will not be considered for award Solicitation will be issued on or about January 18 2002 Request for Solicitation or parties planning to attend may fax information to Emily Harper Contract Specialist on 301 4367178 No phone calls will be taken

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z -- OHROS Fit-out, Ariel Rios Federal Bldg, Wash., DC
Notice ID 7314206d72f3fe755d1fca5c98929982

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z -- Permanent Ramps North and South Terraces U.S. Capitol
Notice ID de866be7689599560ca0571d74d39383

PRESOLICITATION NOTICE Contractor shall furnish all plant labor materials and equipment necessary for construction of permanent ramps consisting of masonry and concrete substructure and granite finishes Work also includes demolition of existing concrete pavers and wooden ramps currently located on the terraces as described in the specifications and contract drawings Magnitude of this project is between 500000 and 1000000 All responsible sources may submit an offer There is no charge for the solicitation documents Interested firms MUST SUBMIT A REQUEST IN WRITING Your request shall indicate the name address solicitation number fax number and tax identification number on all requests TELEPHONE REQUESTS FOR THE SOLICITATION PACKAGE WILL NOT BE ACCEPTED

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z -- Permanent Ramps North and South Terraces U.S. Capitol
Notice ID 75e4e79ff15fe80a5b499f2e731866dc

Contractor shall furnish all plant labor materials and equipment necessary for construction of permanent ramps consisting of masonry and concrete substructure and granite finishes Work also includes demolition of existing concrete pavers and wooden ramps currently located on the terraces as described in the specifications and contract drawings Magnitude of this project is between 500000 and 1000000 All responsible sources may submit an offer There is no charge for the solicitation documents Interested firms MUST SUBMIT A REQUEST IN WRITING Your request shall indicate the name address solicitation number fax number and tax identification number on all requests TELEPHONE REQUESTS FOR THE SOLICITATION PACKAGE WILL NOT BE ACCEPTED

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z -- Begich Boggs Visitor Center Wastewater System, Chugach National Forest
Notice ID 83f62c308cf8543fe084378161d8f613

This project consists of the following items of work but is not limited to these items furnishing all labor material equipment tools transportation supplies and perform all work necessary for the construction of the lagoon sewer main lift station treatment system gravel access road decommissioning of the existing lagoon treatment system and lift station The work consists of all offsite fabrication as well as onsite construction including site work and all utilities as specified in the drawings The project is located in upper Portage Valley Portage Valley is located approximately 49 miles south of Anchorage Alaska on the Seward Highway The project site is located at approximately mile 5 of the Portage Glacier Highway near the Begich Boggs Visitor Center The existing gravel road to the existing sewer lagoon is located just opposite the paved entrance to the Visitor Center parking lots There is a prebid meeting and tour scheduled for January 9 2002 at 1030 am at the Begich Boggs Visitor Center parking lot Contract time is 180 calendar days Estimated start work date is May 1 2002 Estimated price range is between 500000 and 1000000 All responsible sources may submit a bid that will be considered The solicitation only will be available for downloading at httpwwwfedbizopsgov on the solicitation issue date 122101 The contract drawings are not available electronically To request a hard copy of the contract drawings please contact Michelle Morrell via email In your request please reference the solicitation number The contract drawings will not be sent until the issue date of the solicitation Only the contract drawings will be mailed hard copy The contractor will still need to download the solicitation to get the complete solicitation package If you do not have access to the internet please contact our office to receive a hard copy of the solicitation It will be the responsibility of the bidder to check Fedbizopps for any amendments to the solicitation

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office Alaska Regional Office, R10
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z -- Begich Boggs Visitor Center Wastewater System, Chugach National Forest
Notice ID 76246ed18ecb3a5d39ed80afa2be8057

No Description Provided

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office Alaska Regional Office, R10
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z -- Begich Boggs Visitor Center Wastewater System, Chugach National Forest
Notice ID 675b89a245d7287df5f91d3731b1840d

This project consists of the following items of work but is not limited to these items furnishing all labor material equipment tools transportation supplies and perform all work necessary for the construction of the lagoon sewer main lift station treatment system gravel access road decommissioning of the existing lagoon treatment system and lift station The work consists of all offsite fabrication as well as onsite construction including site work and all utilities as specified in the drawings The project is located in upper Portage Valley Portage Valley is located approximately 49 miles south of Anchorage Alaska on the Seward Highway The project site is located at approximately mile 5 of the Portage Glacier Highway near the Begich Boggs Visitor Center The existing gravel road to the existing sewer lagoon is located just opposite the paved entrance to the Visitor Center parking lots There is a prebid meeting and tour scheduled for January 9 2002 at 1030 am at the Begich Boggs Visitor Center parking lot Contract time is 180 calendar days Estimated start work date is May 1 2002 Estimated price range is between 500000 and 1000000 All responsible sources may submit a bid that will be considered The solicitation only will be available for downloading at httpwwwfedbizopsgov on the solicitation issue date 122101 The contract drawings are not available electronically To request a hard copy of the contract drawings please contact Michelle Morrell via email In your request please reference the solicitation number The contract drawings will not be sent until the issue date of the solicitation Only the contract drawings will be mailed hard copy The contractor will still need to download the solicitation to get the complete solicitation package If you do not have access to the internet please contact our office to receive a hard copy of the solicitation It will be the responsibility of the bidder to check Fedbizopps for any amendments to the solicitation

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office Alaska Regional Office, R10
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
V -- United States Solicitation for International Surface Ocean (ISO) Transportation Services
Notice ID 723a180c515f98ef5423e9416656b27c

The U S Postal Service hereby solicits fixed price proposals for transportation of mail in containers by ship from the United States of America to the destination country ports listed in Section I of this solicitation Proposals are solicited from i international steamship companies who operate their own vessels and provide service as common carriers steamship companies or ii designated agents of such companies Offers will not be accepted from nonvessel operating common carriers NVOCCs freight forwarders or other nonvessel operating entities Offerors must publish service and schedules in a document publicly published in the United States such as on an Internet site or operate under a tariff Suppliers may be awarded one contract which may include multiple segments Contracts awarded under this solicitation will be for a term of 2 years beginning on May 1 2002 and ending on April 30 2004 at 2359 local time

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
58--Hand Held Explosive
Notice ID f78d45cd146e3e8942cd93657abfc792

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC CRANE
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09