• 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 7861 - 7870 of 7209467 results
favorite_border
favorite
F -- Tree Topping
Notice ID 873e8b866e977b041983c7319e0a42c9

The purpose of this project is to provide tree toping services for approximately 6025 red pines on approximately 1100 acres creating snags for wildlife habitat Project is located in Iosco and Alcona counties of Michigans Upper Peninsula

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office USDA-FS PPS INCIDENT PROCUREMENT
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
99 -- MISSISSIPPI BUSINESS/PROCUREMENT OPPORTUNITIES CONFERENCE 2002
Notice ID a2811b5725e690a75bede957ff29f57e

The Mississippi Procurement Technical Assistance Center Network is hosting the Mississippi BusinessProcurement Opportunities Conference 2002 March 6 and 7 2002 at the Mississippi Gulf Coast Convention Center Biloxi MS The Conference will begin at 800 am Wednesday March 6 2002 with an Opening CeremonyGeneral Session Break out sessions will begin at 0930 am addressing topics such as Procurement Opportunities for Small Minority WomenOwned Businesses Air Force Manufacturing Assistance Pilot Program Small Business Administration Funding Programs Doing Business with State and Local Governments Doing Business with GSA and many others See the conference website listed below for all sessions and times Opening Speakers and Luncheon Speakers will be announced at a later date At 500 pm at the Holiday Inn in Biloxi plans are to host a Networking Reception for all Exhibitors and Conference Attendees On Thursday 800 am March 7 2002 begins the Trade Show portion with booths set up by many Local State and Federal Agencies and major contractors Currently the CoSponsors of the event are Mississippi Power Company and Whitney National Bank with Resource Partners being USSmall Business Administration Naval Construction Battalion Center Gulf Coast Business Technology Center South Mississippi Planning and Development District Defense Contract Management Agency Birmingham Keesler Air Force Base Mississippi Small Business Development Center Jackson County Chamber of Commerce Mississippi Development Authority Coast Chamber of Commerce Mississippi Gulf Coast Community College and Hancock County Chamber of Commerce with the opportunity for many others to assist and become CoSponsors of this great event Registration and information concerning this conference can be obtained from the conference website conf2002mscpccom which list the Agenda SeminarsWorkshops Location Accommodations Registration Package Invited Participants and CoSponsorsPartners Any additional information can be obtained by contacting the Mississippi Contract Procurement Center at 2283961288

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM MID-ATLANTIC
  • Notice Type Special Notice
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
D--Automatic Data Processing; Telecom Services
Notice ID 80cb4b5fa79890d67e211e1e1d426a65

MSG Seats and Services The Directorate of Contracting Headquarters Materiel Systems Group is soliciting interest statements comments on the attached draft TRD and capability statements for a competitive acquisition from qualified contractors The basic performance period of any resultant contract is expected to be one base year and 4 twelve 12 month options Capability statements are being requested from all interested contractors See attached CBD for specific requirments that must be addressed in your capability statement This is a Technical Requirements Document TRD for information technology seats and services for the Materiel Systems Group MSG MSG headquarters is located at 4375 Chidlaw Road Suite 6 WrightPatterson AFB OH MSG personnel are located on WrightPatterson Air Force Base WPAFB OH in contractors facilities in the Greater Miami Valley Ohio and Operating Locations at Hill AFB UT and Tinker AFB OK For the past several years information technology services in support of MSGs mission requirements have been provided in accordance with a governmentowned contractoroperated GOCO model Hardware software network infrastructure components and telecommunications services and help desk services have been purchased from vendors directly by MSG and are governmentowned MSG mission requirements for information technology service have outgrown and outpaced the current GOCO model In order to respond more effectively and efficiently to mission requirements MSG seeks to move toward an information technology managed services model to include provisions of seat types logistics system application production and development support and related services necessary to meet known and growing mission requirements augmented with Commercial Off The Shelf COTS and Expert Assistance Catalogs that permit the ordering of items and labor to meet unplanned and emerging mission requirements

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
Q -- Health Care Services for Prisoners in the Custody of the United States Marshals Service
Notice ID b479fe442b5f06514061188593a0a0ca

The Program Support Center PSCHHS on behalf of the United States Marshals Service USMS is submitting this Request for Information RFI The United States Marshals Service USMS is a law enforcement agency within the Department of Justice and is responsible for providing medical care to prisoners in USMS custody USMS prisoners are routinely housed in state and local detention facilities located throughout the 50 states and protectorates such as Puerto Rico Virgin Islands and Guam The USMS requires services to provide a nationwide integrated health care system to augment the services provided through State and local detention facilities This health care system must deliver quality cost effective and accessible offsite community services for secondary and tertiary health care to approximately 32000 USMS prisoners housed in an estimated 1200 state county and local jails located in or near 285 Federal court cities The USMS and the PSC is requesting industry to provide information and comment on the Statement of Work SOW for this health care system This is NOT a Request for Proposal RFP Requests for a RFP andor to be placed on a mailing list will not be accepted Should the Government decide to proceed with this requirement an announcement shall be made and a RFP shall be issued at a later date The SOW can be downloaded and viewed in MS WORD and Rich Text from FedBizOpps In addition to the SOW the Government has a list of specific questions for industry to consider and can also be reviewed in MS Word and Rich Text Firms may submit their comments in writing to the Contracting Officer Marc L Long at mlongpscgov Please be sure to provide your firms name contact person address telephone and facsimile numbers with your submission This RFI will be open for 60 days after the publication date Oneonone meetings between the Government and industry are encouraged Meetings will only be scheduled after the Government has received written feedback on the SOW from the firm requesting the meeting Scheduling of meetings will commence 30 days after this RFI publication date Contact the Contracting Officer to schedule a meeting All information provided shall be kept confidential This RFI shall remain open for 60 days Reference RFI Number 233020013

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
J -- C-5 Wash
Notice ID 6352b211404abe93149add02735c7fb4

Contractor shall provide all personnel equipment tools materials supervision and other items and services necessary for cleaning and washing of interior and exterior of the C5 aircraft at Kelly Field Annex Lackland AFB in accordance with the Statement of Work The solicitation must be downloaded from wwwepsgov as no paper copies will be issued The solicitation will be available on or about 11 Jan 02 using the commercial format FAR 12 A firm fixed price contract is contemplated with a period of performance of 1 April 02 or date of award to 30 Sep 02 with four one year options Contractor is required to comply with all Federal and State EPA rulesregulationslaws as they pertain to dealing with waste waste solvent and waste water This acquisition will be made under a 100 total small business set aside The NAICS code is 488190 The size standard is 120 million All interested parties must be registered in the Central Contractor Registration CCR database CCR can be obtained by accessing wwwccr2000com or by calling 18882272423 All responsible sources may submit a proposal that will be considered by the agency

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA3016 502 CONS CL
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
66 -- GUAVA PERSONAL CYTOMETER
Notice ID b4b1bfb2870ac50ac8a1892d1199c4ba

NOTICE OF INTENT TO SOLE SOURCE The National Institute for Occupational Safety and Health NIOSH Toxicology and Molecular Biology Branch TMBB HELD in Morgantown WV has a need for a Guava Personal Cytometer GPC to investigate the cellular response to occupational skin exposures cell number viability and induction of apoptosis for all isolated primary cell cultures for projects undertaken by the Morgantown Dermatotoxicology Laboratory under TMBB We specifically plan to purchase the following items from Guava Technologies Inc Burlingame CA 1 Cat 05000010 Guava PC which includes Guave Cell Counting and Viability Software module Protein Expression Analysis Software module Apoptosis Analysis Software module 2 Guava ViaCount cell counting and viability reagents and 3 Guave Check Kit This unit is able to perform multiple assays cell counts cell viability assays and apoptosis assays The machine requires only 5000 to 10000 cells for each analysis an important feature when there is a limited number of primary cells obtained from a cell isolation Cell count and viability use a combination of two fluorescent dyes one which identifies all cells the other that identifies dead cells The machine has dedicated software and downloads measurements into an Excel spreadsheet for easy analysis The equipment does not require special training thus providing ease of use to other laboratories within the NIOSH TMBB There is no other known source available however if there are vendors having the capabilities necessary to meet the stated requirements they are invited to submit appropriate documentation literature brochures and references to Brenda L Goodwin Reference 2002Q00311 DHHS PHS CDC NIOSH ALOSH 1095 Willowdale Road Morgantown WV 26505 Telephone inquiries or fax confirmations should be made to 3042855882 fax 3042856083 Organizations shall respond as soon as possible but no later than noon local prevailing time on December 28 2001 Information received will generally be used for the purpose of determining whether to conduct a competitive procurement This notice is issued for informational purposes only

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Special Notice
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
99 -- Rapid Deployment Field Shelters
Notice ID dfe34c29f3d224d6124a41c0da3e9ae6

Rapid Deployment Field Shelters This is a combined synopsissolicitation for commercial items prepared in accordance with FAR Subpart 126 PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED Solicitation reference number F13SPT1350100 is issued as a Request for Quotation RFQ The NAICS code is 444190 the size standard is 65mil This acquisition has been 100set aside for small businesses Line item 0001 3 Each Rapid Deployment Field shelters WeatherPort or equal 18 x 20 x 16 to include Heavy duty slip to fit square stock Alloy aircraft steel frame system heavy duty arctic vinyl cover system two heavy duty 10 x 12 double zipper pulley entries one per each end two sets of end uprights per shelter anchor packages electricallighting packages for each shelter and any shipping charges to Elmendorf AFB Alaska 995062500 The following provisions and clauses are incorporated and shall remain in full force in any resultant purchase order FAR Part 522121 Instructions to Offerors Commercial Items is incorporated by reference The provision at 522122 EvaluationCommercial Items applies to the solicitation Award will be made based on lowpricetechnically acceptable offeror The government reserves the right to make award on the initial quote received without discussions Each offeror shall include a completed copy of the provision at FAR 522123 Offeror Representations and Certifications Commercial Items with its quote FAR Part 522124 Contract Terms and ConditionsCommercial Items is incorporated by reference and applies to this acquisition Note the following addenda to FAR 522124 Incorporate DFARS 2522047004 Required Central Contractor Registration Incorporate the clause at 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items However for paragraph b only the following clauses apply 5222221 Prohibition of Segregated Facilities 5222226 Equal Opportunity 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 5222236 Affirmative Action for Handicapped Workers with Disabilities 5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and 5224764 Preference for Privately Owned US Flag Commercial Vessels Incorporate DFARS 2522127001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items However for paragraph b only the following clause applies 2522257001 Buy American Act and Balance of Payments Program The Contractor shall extend to the Government their standard warranty offered in similar types of sales Acceptance of the warranty does not waive the Governments right with regard to the other terms and conditions of the contract In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty The warranty period shall begin upon final acceptance of the items listed in the schedule A firmfixed price purchase order will be issued under the Simplified Acquisition Procedures This is an all or none solicitaiton Submit signed and dated offer by fax or email to 3 CONSLGCB Attn SrA Ramona Allen 9075527496 or Ramonaallenelmendorfafmil at or before 1530 330 pm Alaska Time 26 December 2001 Quotation shall be signed dated and submitted on your companys letterhead All questions concerning this Amendment must be submitted in writing and faxed to SrA Ramona Allen 907 5527496 No telephonic responses will be processed

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA5000 673 CONS LGC
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
99 -- Rapid Deployment Field Shelters
Notice ID 5f481a309323fb1a686c15fd6e8dc724

Rapid Deployment Field Shelters This is a combined synopsissolicitation for commercial items prepared in accordance with FAR Subpart 126 PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED Solicitation reference number F113SPT1350100 is issued as a Request for Quotation RFQ The NAICS code is 444190 the size standard is 65mil This acquisition has been 100set aside for small businesses Line item 0001 3 Each Rapid Deployment Field shelters 18 x 20 x 16 to include Heavy duty slip to fit square stock Alloy aircraft steel frame system heavy duty arctic vinyl cover system two heavy duty 10 x 12 double zipper pulley entries one per each end two sets of end uprights per shelter anchor packages electricallighting packages for each shelter and any shipping charges to Elmendorf AFB Alaska 995062500 The following provisions and clauses are incorporated and shall remain in full force in any resultant purchase order FAR Part 522121 Instructions to Offerors Commercial Items is incorporated by reference The provision at 522122 EvaluationCommercial Items applies to the solicitation Award will be made based on lowpricetechnically acceptable offeror The government reserves the right to make award on the initial quote received without discussions Each offeror shall include a completed copy of the provision at FAR 522123 Offeror Representations and Certifications Commercial Items with its quote FAR Part 522124 Contract Terms and ConditionsCommercial Items is incorporated by reference and applies to this acquisition Note the following addenda to FAR 522124 Incorporate DFARS 2522047004 Required Central Contractor Registration Incorporate the clause at 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items However for paragraph b only the following clauses apply 5222221 Prohibition of Segregated Facilities 5222226 Equal Opportunity 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 5222236 Affirmative Action for Handicapped Workers with Disabilities 5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and 5224764 Preference for Privately Owned US Flag Commercial Vessels Incorporate DFARS 2522127001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items However for paragraph b only the following clause applies 2522257001 Buy American Act and Balance of Payments Program The Contractor shall extend to the Government their standard warranty offered in similar types of sales Acceptance of the warranty does not waive the Governments right with regard to the other terms and conditions of the contract In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty The warranty period shall begin upon final acceptance of the items listed in the schedule A firmfixed price purchase order will be issued under the Simplified Acquisition Procedures This is an all or none solicitaiton Submit signed and dated offer by fax or email to 3 CONSLGCB Attn SrA Ramona Allen 9075527496 or Ramonaallenelmendorfafmil at or before 1530 330 pm Alaska Time 26 December 2001 Quotation shall be signed dated and submitted on your companys letterhead All questions concerning this Amendment must be submitted in writing and faxed to SrA Ramona Allen 907 5527496 No telephonic responses will be processed

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA5000 673 CONS LGC
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
favorite_border
favorite
D -- MODIFICATION TO AIR DEFENSE COMMUNICATION SERVICES (ADCS) CONTRACT (INCREASE CEILING AMOUNT)
Notice ID 1fab054d183cc1418e8affd5a51aa7c9

The Defense Information Technology Contracting Organization DITCO intends to increase the nottoexceed ceiling amount of Contract No DCA20001D5006 Air Defense Communication Services ADCS The contractor is General Dynamics Government Systems Corporation located in Needham MA The contract was competitively awarded on 6 July 2001 with a base period through 30 June 2002 and four oneyear option periods It provides management maintenance and repair and logistics support of the existing highly sophisticated and critical communications system and subsystems used in support of NORAD including system improvements upgrades and modifications that require engineering knowledge and experience The purpose of the increase to the ceiling amount is to meet additional air defense requirements necessary to defend the United States against potential terrorist activities The increased ceiling amount will include support for additional CONUS interior radar sites support for additional CONUS interior radio sites support for new alert facility scramble capabilities support for new Continental United States Region Air Operations Center CONR to Federal Aviation Administration communications requirements data switching for sector display processors design and installation of a replacement to the Intellect Communications System to support the new mission requirements replacement of the Radio Interface Concentration RIC equipment temporary technical and engineering staff for urgent requirements additional permanent staff at the Air Defense Sectors to support the increased infrastructure and a need for repair and return support to maintain equipment at the additional interior radarradio sites As a result of the increased scope the contract nottoexceed funding ceiling will be increased from 37500000 to 73350000 an increase of 35850000 The statutory authority for other than full and open competition is 10 USC 2304c1 All responsible sources may submit a proposal which shall be considered by the agency in accordance with Numbered Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
  • Office TELECOMMUNICATIONS DIVISION- HC1013
  • Notice Type Presolicitation
  • Published Date 2001-12-21 14:00:00+09
Notice ID 6f7058b331fb26bf30758a7e0694ebd5

The solicitation number for the below described work has been assigned number F6550102RA003 which is to be posted on or about 10 January 2002 Previous Announcement The Contracting Officer Elmendorf AFB AK requests industry review comments and recommendations of the Statement of Work SOW and sources sought for the Operation Maintenance of the Forward Operating Locations at King Salmon Airport AK and Galena Airport AK located approximately 1 hour flight time from Anchorage AK The SOW covers the operation and management of the airfields the support infrastructure and direct support to the Air Force and nontenant activities The Government would like comments for improving our document and to take advantage of the best ideas in the market place This synopsis is for information purposes only and will follow the tenants of early industry involvement It does not constitute a Request for Proposal RFP and does not obligate the Government in any way The Government plans to restrict the resulting solicitation to competition within the Alaska 8a community Responses and comments are due not later than 1 Aug 01 Concerns and comments may be addressed via phone to 2Lt Scott Hodges at 9075525310 FAX 9075522136 or via email scotthodgeselmendorfafmil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA5000 673 CONS LGC
  • Notice Type Sources Sought
  • Published Date 2001-12-21 14:00:00+09