• 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 7821 - 7830 of 7209467 results
favorite_border
favorite
58--Hand Held Explosive
Notice ID b99799e8c4994bd369db18fe1f53f3bb

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
favorite_border
favorite
16 -- Various Honeywell Parts
Notice ID 2d48157c0a20cd0259fca9dbcb41045c

This procurement is unrestricted All responsible sources may submit an offer which will be considered This is a combined synopsissolicitation for commercial items prepared in accordance with the format in Subpart 126 as supplemented with additional information included in this notice Additionally the proposed requirement falls under the purview of FAR 135 Test Program for Certain Commercial Items This announcement constitutes the only solicitation proposals are being requested and a separate written solicitation will not be issued Solicitation Number M0014602Q9015 applies and is issued as a Request for Quotation This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 and Defense Acquisition Circular 9127 The North American Industry Classification System Code is 336413 and the business size standard is 1000 employees This requirement is for a firm fixed price type contract for one line item as follows Line Item 0001 Quantity 30 Each Item Description Flange Assy PN 353745 NSN 2995007164560 Reqn N659231275PKMM Line Item 0002 Quantity 4 Each Item Description Shaft PN 9553141 NSN 3040010432584 Reqn N659231283PVMM Line Item 0003 Quantity 20 Each Item Description Knob PN 2028294 Reqn N659231288PGMM Line Item 0004 Quantity 7 Each Item Description Lever PN 5491521 NSN 3040008223215 Reqn N659231288PHMM Line Item 0005 Quantity 2 Each Item Description Turbine Wheel PN 5712931 NSN 1660003600249 Reqn N659231288PJMM Line Item 0006 Quantity 5 Each Item Description Impeller PN 5712991 NSN 1660003673361 Reqn N659231288PMMM Line Item 0007 Quantity 8 Each Item Description Spur Gear PN 350792 NSN 3020009069001 Reqn N659231288PNMM Line Item 0008 Quantity 12 Each Item Description Bearing PN 35035551 NSN 615001478163 Reqn N659231288PPMM Line Item 0009 Quantity 8 Each Item Description Housing PN 35009508 NSN 3130011056706 Reqn N65923128PQMM Line Item 0010 Quantity 70 Each Item Description Cover PN 206029 NSN 5305012249112 Reqn N659231283PRMM Delivery of all items is required 90 days after award of contract to be delivered FOB Destination to Receiving Officer Bay Door R 4 Bldg 159 MCAS Cherry Point North Carolina Inspection and Acceptance shall be made at destination The Provisions at FAR 522121 Instructions to Offerors Commercial Items Applies Offerors are required to complete and include a copy of the following provisions with their proposals FAR 522123 Offeror Representations and Certifications Commercial Items Addendum to 522123 Offerors are advised to submit a completed copy of the provision at 522123 DFARS 252212 7000 Offeror Representations and CertificationCommercial Items applies Also DFARS 2522257000 Buy American Act and Balance of Payments Program Certificate applies FAR Clause 522124 Contract Terms and Conditions Commercial Items applies The clause at 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph b FAR 522036 Restrictions on Subcontractor Sales to the GovernmentAlternate I FAR 522198 Utilization of Small Business Concerns FAR 5222226 Equal Opportunity FAR 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 5222236 Affirmative Action for Workers with Disabilities and FAR 5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 5222518 European Union Sanction for End Products DFARS 2522127001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses applicable for paragraph b DFARS 2522067000 Domestic Sour

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office COMMANDING OFFICER
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Y -- Saufley Field Erosion Control Project, Site A, Pensacola, FL
Notice ID 56af5d66a55e4149160c70213a22ce05

Install erosion control and storm water management system at Saufley Field Air Station Pensacola Florida Major items of work include 15074 cu yd asphalt removal from military airfield runway 30830 cu yd excavation for storm runoff detention basins 2550 cu yd earthfill for diversions two precast concrete inlets for water control structures six grade stabilization structures consisting of precast concrete inlets and approx 1189 ln ft polymer coated corrugated metal pipe of diameters ranging from 18 in to 48 in three precast concrete stilling basins 237 paving stones and 197 ac seeding Performance time is 90 calendar days The estimated price is within the range of 250000 to 500000 The solicitation is subject to full and open competition with preferences to SBA certified Hubzone and SDB concerns The NAICS code for this procurement is 234990 The solicitation will be available for viewing andor downloading from website wwwfedbizoppsgov on or about January 14 2002 Interested parties are invited to attend a site showing on January 29 2002 The site showing will begin at 900 AM in the conference room Building 2435 Saufley Field Attendees are to meet on the left side of the main gate entrance to Saufley Field prior to 900 AM From that point they will be escorted as a group to the meeting room Because of heightened security measures all parties planning to attend the site showing must provide the following information in writing to Elwyn Cooper NRCS Civil Engineer no later than January 22 2002 Names of persons attending and companys name address and telephone number This information may be transmitted by fax to 3523389578 Each person attending must provide photo identification Directions to Saufley Field main gate From I10 take Highway 297Pine Forest Road exit 2 south to Blue Angel Parkway Turn right on Blue Angel Parkway which takes you to Saufley Field Road Turn right on Saufley Field Road which leads to the main gate

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
99--Concessionaire Contract
Notice ID ed280df2c3dc7a4764a0e386b42a6f9c

NA Provide NonPersonal services for a Credit Card System with Electronic Draft Capture terminals and printers for the Fort Riley Installation Morale Welfare and Recreation Fund IMWRF and the Lodging Fund

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC-FT RILEY
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
75 -- Sole Source Acquisition of Custom-Designed Business Forms
Notice ID d93f4e1837832d99ea35691b434b8b98

The US Office of Personnel Management OPM the Retirement and Insurance Service RIS intends to award a sole source firm fixedprice purchase order for customdesigned pressure sensitive business forms under the provisions of FAR Part 12 for the acquisition of commercial items to contractor Moore Business Forms Description is as follows OPM needs quantity of 1000205 forms 85 x 11 24 Pound white forms with cohesive preapplied and perforations along the edges to allow for easy opening after the forms have been machine folded and sealed Forms are custom made for OPM with no printed material on the forms except for instructions on removing the edge tabs for opening the folded forms Forms are used for agency W2s and RIS Annuitant mailings Sample provided from 466710130311 2000 PressureSeal Patent 49181280221 In accordance with FAR Part 12301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items Clauses 52212134 and 5 are incorporated into this solicitation by reference This is not a request for competitive proposals However all interested parties who believe they meet this requirement are invited to submit in writing within 15 days of publication of this notice complete information describing their ability to provide these services Such information should contain pricing information for providing these services The Government does not intend to pay for information provided Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive requirement A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government Interested vendors are requested to contact the OPM Contracting Officer Ms Toni Campbell at 202 6064806 FAX 202 6060910

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
59 -- Modification to CASS Production Contract for sustaining engineering support for RTCASS Production
Notice ID 46610d9afe84f16d1522401dabf8789e

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVAL AIR SYSTEMS COMMAND
  • Notice Type Award Notice
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Y -- Erosion Control Contract 3, including concrete turnpads, SC Army National Guard, Hopkins (Columbia), SC
Notice ID 2deeb2a01b09222019e1f51884a3150d

Install one concrete turn pad for military tank traffic one geocell crossing and establishment of vegetative cover at McCrady Training Center Ft Jackson SC Major items of work include 1821 cu yd reinforced concrete 839 to 982 tn rock fill 20 tn rock riprap 153 treated posts with reflectors and 05 to 10 ac seeding Performance time is 76 calendar days The estimated price is within the range of 25000 to 100000 The solicitation is subject to full and open competition with preferences to SBA certified Hubzone and SDB concerns The NAICS code for this procurement is 234990 The solicitation will be available for viewing andor downloading from website wwwfedbizoppsgov on or about January 7 2002 Interested parties are invited to attend a site showing on January 24 2002 The site showing will begin at 930 AM in Building 3907 McCrady Training Center of the SC Army National Guard on Fort Jackson Military Reservation near Columbia SC McCrady Training Center is located on SC 262 Leesburg Road approximately 05 miles west of US 601 and 15 miles east of Columbia SC Visitors will enter the center at the Guardhouse gate after presenting a copy of the solicitation or solicitation notice and photo identification for all persons in the vehicle and signing a visitor register All vehicles are subject to search Firearms will not be permitted A designated parking area is located west of the gate Attendees are encouraged to bring vehicles such as 4 wheel drive trucks in order to traverse unimproved dirt roads during the site showing

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
91 -- TS1 Jet A-1 JP8 Delivered into Afghanistan
Notice ID 4ec9e2975c60bbcaecdf0a2e45347391

Sources sought for delivery of 300000 gallons per month of TS1 Jet A1 or JP8 to Kandahar Airport Afghanistan For delivery early January 2002 Possible additional locations in Afghanistan will be added at a later date Please notify the contracting officer via fax 703 7678506 email kfantasiadescdlamil of your capability Please provide company name point of contact and source of product offered

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z--N241 FIRE SUPPRESSION/ALARM SYSTEM $ SEISMIC UPGRADE
Notice ID fe7085e3267c98558aab310c01b90a4e

NASAARC plans to issue a Request for Offers RFOto provide labor equipment and materials to design install and test a new hydraulically calculated wet pipe automatic fire sprinkler and fire alarm system and structural seismic upgrade for building N241 Tasks include installation of required sprinkler flow alarms overhead pipingremoval of old alarm devised and the replacement of the existing obsolete fire alarm control panel The Government will make award based on a best value analysis Factors to be evaluated include the offerors technical approach past performance in similar projects and proposed cost The order of magnitude for the procurement is 500000 to 1000000 and the effort shall be completed within 279 calendar days after notice to proceed This procurement is part of the Small Business Competitiveness Demonstration Program and shall be advertised under Full and Open Competition The NAICS Code and small business size standard for this procurement is 235110 and 115M respectively The anticipated release date of the RFO is on or about January 7 2002 with an anticipated offer closing date of on or about March 7 2002 The firm date for receipt of offers will be stated in the RFO Drawings will be available from the identified secondary point of contact All QUALIFIED responsible sources may submit an offer which shall be considered by the agency An ombudsman has been appointed See NASA Specific Note B The solicitation and any documents related to this procurement with the exception of the specifications and drawings will be available over the Internet These documents will be in Microsoft Office 97 format and will reside on a WorldWide Web WWW server which may be accessed using a WWW browser application The Internet site or URL for the NASAARC Business Opportunities page is httpnaismsfcnasagovcgibinEPSbizopscgigrCpin21 Prospective offerors shall notify this office of their intent to submit an offer It is the offerors responsibility to monitor the Internet site for the release of the solicitation and amendments if any Potential offerors will be responsible for downloading their own copy of the solicitation and amendments if any Hard copies of specifications and drawings may be obtained from the Bid Distribution office however the closing date for the hard copy received shall be the same as the solicitation inclusive of any amendments released on the Internet Any referenced notes can be viewed at the following URL httpgenesisgsfcnasagovnasanotehtml

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
G--Residential Community Corrections Center Services
Notice ID 3255023c6039b6e12e06d651100cc2dc

The Federal Bureau of Prisons is seeking concerns having the ability to provide Residential Community Corrections Center services for male federal offenders held under various United States Statutes Services required include subsistence care custody control accountability and treatment to include furnishing of medical treatment The services for Community Corrections Center services shall be performed in accordance with the Federal Bureau of Prisons Statement of Work Community Corrections Center Dated December 2000 modified June 11 2001 The place of Performance for Line Items One and Two may be in any ward in the District of Columbia Line Items Three and Four must be in Wards 234 and 7 in the District of Columbia and Line Item Five must be in Ward 8 of the District of Columbia An Indefinite Quantity type contract with one year base period and fourone year option years is anticipated This solicitation will have five line items Line Items One Two Three and Four will include exact same services inmate days and performance dates The minimum number of inmate days are 3650 and the maximum number of inmate days are 9125 for the Base Period and Option Years One Two Three and Four For Line Item Five minimum number of inmate days are 7300 and the maximum number of inmate days are 47450 for the Base Period and Option Years One Two Three and Four The estimated issue date is September 24 2001 and the estimated closing date is January 31 2002 All responsible sources may submit a proposal which shall be considered by this agency Those interested will be able to download a copy of this solicitation from the wwwfedbizoppsgov website There will be no paper copies mailed out of this solicitation

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09