• 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 7841 - 7850 of 7209467 results
favorite_border
favorite
Q -- DENTAL ASSISTANT
Notice ID 0bcc10b3534a630d627ad3274b65c7ac

No Description Provided

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office FCI RAY BROOK
  • Notice Type Award Notice
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
58--HIGH SPEED VIDEO CAMERA
Notice ID f60f79096429c803a4b28380af56dbe0

NASAGRC plans to issue a Request for Quotation RFQ for a Phantom 5 Color High Speed Video Camera Model Number VR1V51024MC This procurement is being conducted under the Simplified Acquisition Procedures SAP NASAGRC intends to purchase the items from Instrumentation Marketing Corporation The statutory authority permitting other than full and open competition is 10 USC 2304c1 only one responsible source and no other supplies or service will satisfy agency requirements NASAGRC has already purchased this camera along with the computer software called the Phantom Control Software The Government needs to procure another camera that must be compatible with this existing software The Government intends to acquire a commercial item using FAR Part 12 Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 430 pm local time on December 28 2001 Such capabilitiesqualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis A determination by the Government not to compete this proposed effort on a full and open competition basis based upon responses to this notice is solely within the discretion of the government Oral communications are not acceptable in response to this notice All responsible sources may submit an offer which shall be considered by the agency An Ombudsman has been appointed See NASA Specific Note B 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
66--LAB-LINE WALK IN ENVIRONMENTAL CHAMBER
Notice ID 886d07f87a61f95543021195b95f72c9

NAICS Code 42174 THE US EPA INTENDS TO PROCURE A WALKIN ENVIRONMENTAL CHAMBER FOR THE CENTRAL REGIONAL LAB LOCATED AT 536 S CLARK CHICAGO IL ITEMS INCLUDE 1 LABLINE WALKIN ENVIROMENTAL CHAMBER PART NO 708ASDHPVR26 1 MUST INCLUDE THE FOLLOWING SPEC 218 CUBIC FEET EXTERNAL DIMENSIONS OF WIDTH 4 FEET 6 INCHES DEPTH 8 FEET 6 INCHES HEIGHT 7 FEET 11 INCHES THE CHAMBER SHALL BE CAPABLE OF MAINTANING CONSTANT TEMPERATURE OF 20 DEGREE C 1 DEGREE C AND RELATIVE HUMIDITY BETWEEN 3545 OUTSIDE OPERATING RELATIVE HUMIDTY CAN VARY BETWEEN 3075 RELATIVE HUMIDITY AND TEMPERATURE BETWEEN 1827 DEGREE C 2 INSTALLATION 3 SHIPPING ALL INTERESTED PARTIES PLEASE SUBMIT BIDS TO DONNA STINGLEY VIA EMAIL STINGLEYDONNAEPAGOV OR FAX BIDS TO 3123539096 BEFORE COB 010502

  • Department/Ind.Agency ENVIRONMENTAL PROTECTION AGENCY
  • Subtier ENVIRONMENTAL PROTECTION AGENCY
  • Office REGION 5 CONTRACTING OFFICE
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Z -- Maintenance Repair or Alteration of Real Property
Notice ID 2b37b40c7d98a3ce41545cf552d00afe

All bids due by 1000 am No telephone requests All requests must be faxed to 202 2709226 Reference RFQOPPM02Q17 Requirement will be processed using the Simplified Acquisition Procedures Contractor shall provide the US Department of Agriculture Washington Area Service Center Repair Alterations Branch with 39 push button handicap door operators on the mens and womens restrooms located in the 3rd wing head house and tail house of the South Building Site visit scheduled for 1000 am 010801 4th wing first floor This is a 100 Small Business SetAside that will be awarded VIA request for written quotation Anticipated award date January 18 2002

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier USDA, DEPARTMENTAL ADMINISTRATION
  • Office USDA, OCP-POD-ACQ-MGMT-BRANCH-FTC
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
58 -- IMPLEMENTATION OF VoIP RADIO PROTOCOL OVER THE EXISTING FS WAN
Notice ID 292ba87ac848d18c72d80430b4332321

On or about January 10 2002 the Forest Service intends to issue a contract to Catalyst Communications Technologies Inc Lynchburg VA in the amount of 58585 The contract is for Catalyst to install 4 radio gateways on the Mark Twain National Forest Rolla MO to implement Voice over IP VoIP radio protocols utilizing existing FS PCs and WAN Catalyst Communications Technologies was determined to have the only product that works with existing FS IBM computers provides computer aided dispatch functionality does not require modification of our WAN hardware and provides full remote control of the radios

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office EASTERN REGION USDA FOREST SERVICE
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
A -- BUILDING TECHNOLOGY RESEARCH AND SUPPORT
Notice ID 5a6c2a2dc92fdc82b545193bbd6bd420

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
A -- BUILDING TECHNOLOGY RESEARCH AND SUPPORT
Notice ID 66a75c23e46dbb6bc816f1d2a5a10e30

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Q -- Comprehensive Medical Services
Notice ID abdba9f58c80e25602f4114d273f8ec8

The Federal Bureau of Prisons Southeast Regional Office is soliciting under full and open competition a Request for ProposalRFP 309030246 for the provision of Comprehensive MedicalHospital Services at the Federal Correctional Institution located at 15801 SW 137th Avenue Miami Florida 33177 Services to be provided include inpatientoutpatient facility services inpatientoutpatient physician services and outpatient institution services Orthopedic Surgeon Urologist Physical Therapist Ophthalmologist and General Surgeon Services shall be provided within a 25mile radius of the FCIFPC in Miami Florida The contract type is firmfixed price indefinite deliveryrequirements contract The estimated quantities are as follows Base Year 240 Inpatient Days 400 Outpatient Visits Option Year 1 250 Inpatient Days 450 Outpatient Visits Option Year 2 250 Inpatient Days 450 Outpatient Visits Option Year 3 250 Inpatient Days 450 Outpatient Visits Option Year 4 250 Inpatient Days 450 Outpatient Visits Provision of the Comprehensive Medical Services will be on a performancebased approach with the required output to be performed by the Contractor and previously stated in the sources sought synopsis The anticipated period of performance will be as follows Base year Date of Award DOA thru 12 months from date of award Option Year 1 13 months from DOA thru 24 months from DOA Option Year 2 25 months from DOA thru 36 months from DOA Option Year 3 37 months from DOA thru 48 months from DOA Option Year 4 49 months from DOA thru 60 months from DOA The evaluation criteria for this solicitation will be 1 Price 40 points 2 Past Performance 25 points 3 Technical Merit 25 points 4 Small Disadvantaged Business Participation Targets 10 points The NAICS code for this service is 622110 with small business size standard of 250 million The solicitation will be made available on or about January 28 2002 and will be distributed solely through the General Services Administrations Federal Business Opportunities website httpwwwfedbizoppsgov Hard copies of the solicitation will not be available All future information about this acquisition including amendments will also be distributed solely through this site Interested parties are responsible for monitoring this site that they have the most uptodate information about this acquisition The anticipated date for receipt of proposals is March 29 2002 All responsible sources may apply Mail proposals to the following address Federal Bureau of PrisonsSERO Attn Rebecca Canfield Contract Specialist 3800 Camp Creek Parkway SW Building 2000 Atlanta Georgia 303316226 You may send email questions to bcanfieldbopgov cc ODSBU SERO File

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office SERO
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
13 -- Non-Toxic, Lead-Free, Frangible Ammunition
Notice ID 9462923642a2ea7b9e3ca8c4458d4692

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 This announcement constitutes the only solicitation proposals are being requested from vendors currently approved by the NonNuclear Munitions Safety Board NNMSB and a written solicitation will not be issued Current approved vendors are Olin Corporation Winchester Ammunitions and The Remington Arms Company The solicitation is issued as a Request for Quote under the number FA445202QA031 for the following 9MM nontoxic leadfree frangible ammunition Remington PN LF9MMA23860 and Olin PN RA9DF quantity 93320 rounds to Fairchild AFB WA 9MM nontoxic leadfree frangible ammunition Remington PN LF9MMA23860 and Olin PN RA9DF quantity 79300 rounds to MacDill AFB FL and 9MM nontoxic leadfree frangible ammunition Remington PN LF9MMA23860 and Olin PN RA9DF quantity 170000 rounds to Travis AFB CA Inspectionacceptance Destination Contractor shall provide all personnel material and transportation required to accomplish deliveries Request delivery as soon as possible with delivery to all bases completed by 28 Feb 02 This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200110 The provision at 522121 Oct 2000 Instructions to Offerors Commercial applies to this acquisition Offerors are required to submit a completed copy of the provision at 522123 May 2001 Offeror Representations and Certification Commercial Items with the offer The provision at 522124 Dec 2001 Terms and Conditions Commercial Items applies to this acquisition The clause at 522125 Dec 2001 Contract Terms and Conditions Required to Implement Status or Executive Orders Commercial Items applies to this acquisition with the following clauses 5222221 Feb 1999 Prohibition of Segregated Facilities 5222226 Feb 1999 Equal Opportunity EO 11246 5222235 Apr 1998 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 38 USC4212 5222236 Jun 1998 Affirmative Action for Workers with Disabilities 29 USC 793 5222237 Jan 1999 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 38 USC4212 5223233 May 1999 Payment by Electronic Funds Transfer Central Contractor Registration 31 USC 3332 The clause at 2522127001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Nov 2001 applies to this acquisition along with 2522257001 Mar 1998 Buy American ActTrade AgreementsBalance of Payments Program 41 USC10a10d EO 10582 and 2522257014 Mar 1998 Preference for Domestic Specialty Metals 10 USC 2241 note 2522237002 Safety Precautions for Ammunition and Explosives May 1994 2522237003 Change in Place of Performance Ammunition and Explosives Dec 1991 2522237007 Safeguarding Sensitive Conventional Arms Ammunitions and Explosives Sep 1999 This is a DO rated order under the Defense Priority Allocation Systems DPAS Offers are due at the following address no later that 300 pm Central Time on Friday 4 Jan 02 AMC CONFLGCFC 507 Symington Drive Room W202 Scott AFB IL 622255015 Contact Nancy Jurke Contracting Officer at 618 2569963 FAX 618 2565724 and email nancyjurkescottafmil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4452 763 ESS
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
J -- Installation of Wing Center Sections on three (3) EA-6B Aircraft.
Notice ID 13e56daac55f8ef482b55ede257462f7

The Naval Air Systems Command intends to issue a Modification to a sole source firm fixed price contract for the installation of wing Center Sections for three 3 EA6B aircraft to Northrop grumman Corporation St Augustine Florida NAVAIR Synopsis No 2002802

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