• 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 7901 - 7910 of 7209467 results
favorite_border
favorite
Z -- SIMPLIFIED ACQUISITION OF BASE ENGINEER REQUIREMENTS (SABER)
Notice ID 981c3fa05064c0ff60fa8c321ed83f2d

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4427 60 CONS LGC
  • Notice Type Award Notice
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
70 -- Computer System, Dig(CEDS)
Notice ID 5cce7e985805abb72800227d831f409b

NSN 7010013330711KV NOUN COMPUTER SYSTEM DIG CEDS APPLICATION DATA F15 F16 7100 ENG SPECIFICATIONS IBM COMP LAPTOP16 BIT COPROCESSORLCD DISPLAY CAGEMANUFACTURER 08YX1 LITTON SYSTEMS INC PART NUMBER 403001 SIZEDIMENSIONS APPROX 14 X 14 X 3 13LBS PREDOMINANT MATERIAL OF MANUFACTURE ELECTRONICS FORMFITFUNCTION DESCRIPTION DOWNLOADS RELEVANT ENGINE DATA ACQUIRED ON THE GROUND AND DURING FLIGHT OPERATES AT 2 LEVELS OF ENGINE MAINTENANCE ORGANIZATIONAL AND INTERMEDIATE

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
66 -- SIGNAL GENERATOR
Notice ID ab6ded8067bb6d217f82687902c20df8

NSN 6625014515981RH PR FD20600271186 PN 2031002 NOUN GENERATOR SIGNAL AFGQ FREQUENCY RANGE RATING 010 TO 270000 MEGAHERTZ ACDC CURRENT TYPE AC AMSE VOLTAGE RATING 900 VOLTS MINIMUM AND 2650 VOLTS MAXIMUM ACZBFREQUENCY RATING 450 HERTZ MIN AND 4000 HERTZ MAXIMUM FAAZ PHASE SINGLE ABHP OVERALL LENGTH 205 INCHES NOMINAL ABMK OVERALL WIDTH 166 INCHES NOMINAL ABKW OVERALL HEIGHT 6000 INCHES NOMINAL AAXX MOUNTING TYPE BENCH AND RACK FEAT SPECIAL FEATURES OPTION 002 IS PULSE GENERATORINCLUDES 01HZ FREQUENCY RESOLUTION 1HZ TO 500KHZ MODULATION OSCILLATOR WIDEBAND FM AND 10MHZ BANDWIDTH IEEE 4882 INTERFACE MENU BASED SELECTION SWEEP CAPABILITY SINGLE DUAL COMPOSITE AND DUAL COMPOSITE MODULATION MODES AC SUPPLY COVERS 4 SETTINGS 90115V 105132V 188242V AND 216265V 36000 POUNDS

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
66 -- AMMETER, RECORDING
Notice ID 9a0786dd5daddaa7923a78f215fedd65

NSN 6625018921511RH NOUN AMMETER RECORDING APPLICATION DATA COMMON CAGEMANUFACTURER 29834 GENERAL ELECTRIC COPART NUMBER 827X51

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
R -- LOGISTIC SUPPORT SERVICES
Notice ID 467bca2fa25c224483744d1f313dc004

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA7000 10 CONS LGC
  • Notice Type Award Notice
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Y -- XDAT 99-9103A ADD/ALT EOD FACILITY
Notice ID 71f0b9cf16c19486bc8d1dbf6dc4935a

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4427 60 CONS LGC
  • Notice Type Award Notice
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
20 -- METRIC TURNBUCKLES
Notice ID 7578342a22f03c1771c804028e12ebfa

This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR Subpart 126 as supplemented with additional information included in this notice and FAR Part 13 Simplified Acquisition Procedures A written solicitation will not be issued This announcement is the solicitation and quotations are being requested The solicitation is issued as a request for quote RFQ The RFQ number is DTCG8002Q3FA629 The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 9727 This is 100 small business set aside procurement The associated North American Industry Classification System NAICS Code is 332722 and the size standard is 500 employees Requirement is for marine closed body metric turnbuckles for the US Coast Guard Cutter EAGLE Turnbuckle sizes and quantities are as follows CLIN 0001 30 each metric turnbuckles with jaw end fittings on both ends nominal size 8 thread size M45 CLIN 0002 6 each metric turnbuckles with jaw end fittings on both ends nominal size 6 thread size M36 CLIN 0003 3 each Metric turnbuckles with jaw end fittings on both ends nominal size 4 thread size M33 CLIN 0004 10 each Metric turnbuckles with jaw end fittings on both ends nominal size 3 thread size M30 CLIN 0005 5 each Metric turnbuckles with jaw end fittings on both ends nominal size 2 thread size M24 Turnbuckle bodies shall be galvanized and manufactured in accordance with DIN 82004 and end fittings shall be manufactured in accordance with DIN 82008 Turnbuckles shall be proof tested to twice the safe working load Delivery will be FOB destination to Coast Guard Yard Baltimore Maryland within 6 weeks after purchase order award date except for 15 each of CLIN 0001 which must be delivered by 20102 Acceptance of the units will be at destination The contractor shall extend to the government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the government This will be a FirmFixed Price purchase order Quotes shall address all requirements in this combined synopsissolicitation and shall provide clear evidence of understanding and the ability and willingness to comply with the Governments requirement Failure to address a specificationrequirement will be construed by the Government as inability to meet the need or the offerors taking exception to it The Government anticipates awarding one purchase order resulting from this combined synopsissolicitation to the responsible offeror whose offer conforming to this synopsissolicitation will offer the best value to the Government price and other factors considered Quotations will be evaluated in accordance with Federal Acquisition Regulation FARSubpart 131062Evaluation of quotations or offers Award will be made based on vendors A Technical Capability of the item offered to meet the Government requirements B Past Performance C Delivery Schedule and D Price The Government reserves the right to award a purchase order without discussions All interested responsible small business firms should submit their quotation no later than January 2 1200 pm EDT to US Coast Guard MLCLANT vpl4 300 E Main Street Norfolk VA 235109102 ATTN Sandy Stevens Facsimile copies will be accepted at 7576284676 All vendors are to include with their quotes a completed copy of Provision 522123 Offeror Representations and CertificationsCommercial Items which may be downloaded from httpwwwarnetgov The following Federal Acquisition Regulation FAR terms and conditions apply to this RFQ Provision at 522121 Instructions to OfferorsCommercial Paragraph f Deleted the Clause at 522124 Contract Terms and ConditionsCommercial Items the Clause at 522125 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items including subparagrap

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
99--Instructional Services covering Digital Avionics Technology Familiarization Couse
Notice ID f29b6a6e612e83aafae482263c7fbda4

The Department of Transportation DOT Federal Aviation Administration Academy FAAA Contract Program Administration OutOfAgency Training Team AMA260 has a requirement for Instructional Services covering their Digital Avionics Technology Familiarization Course 28483 for a total of 16 classes Each class shall have a maximum of 12 students Course length shall contain a minimum of 64 hours to accomplish the required training outcomes All classes must be taught no later than September 30 2002 These anticipated classes are over and above the class quantity awarded to Parks College on contract DTFA0299D10820 DOTFAA anticipates award of a firmfixedprice contract To be considered qualified each offeror must have instructors with a demonstrable familiarization with digital avionics evidenced by documented experience National Industry Classification System NAICS code is 611512 All interested sources should first attempt to download the Screening Information Request SIR Request for Offer RFO from the Internet If downloading is not possible all requests for a copy of the SIR should be submitted in writing either via facsimile 4059540663 via my EMail address All responsible sources may submit an offer which will be considered by the Agency All requests should be submitted to Marilyn Hampton and reference SIRDTFA0202R00181 This notice is for informational purposes for Minority WomenOwned and Disadvantaged Business Enterprises DOT Office of Small and Disadvantaged Business Utilization SADBU has a program to assist small businesses small businesses owned and controlled by socially and economically disadvantaged individuals and womenowned concerns to acquire shortterm working capital assistance for transportationrelated contracts Loans are available under the DOT Short Term Lending Program STLP at prime interest rates to provide accounts receivable financing The maximum line of credit is 500000 For further information and applicable forms concerning STLP call the OSDBU at 800 5321169

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL AVIATION ADMINISTRATION
  • Office 6973GH FRANCHISE ACQUISITION SVCS
  • Notice Type Sources Sought
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
J -- Dockside Repair of USCGC WALNUT (WLB 205) in Hawaii
Notice ID d40cc4bd759221be0eeda63e0792f438

The USCG MLCP in Alameda CA proposes to contract for the Dockside Repair of the USCGC WALNUT WLB 205 which is geographically restricted to the cutters home mooring at the Integrated Support Command ISC Honolulu Sand Island Honolulu Hawaii Performance is expected to commence on 8 May 2002 and complete no later than 28 June 2002 The repair anticipated involves the following work items Production Control Gantt Bar Chart Spilled Oil Recovery System SORS System Modifications Phase 1 SORS System Modifications Phase 2 Boat Cradle ModificationsDual Davit Install Power Take Off PTO ShaftThruster Generator Foundation Modifications Temporary Services Dockside On or about 15 January 2002 an Invitation for Bid will be issued in accordance with the Small Business Competitive Demonstration Program SBCDP The full solicitation will be provided electronically at httpwwwfedbizoppsgov For Womenowned and Disadvantaged Business Enterprises the Department of Transportation DOT Minority Office of Small and Disadvantaged Business Utilization has a program to assist minority womenowned and disadvantaged enterprises to acquire shortterm working capital assistance for transportationrelated contracts Loans are available under the DOT Short Term Lending Program STLP at the prime interest rates to provide accounts receivable financing The maximum line of credit is 500000 For further information and applicable forms concerning the STLP call the OSDBU at 800 5321169 Internet address httposdbuwebdotgov For information concerning the acquisition contact the contracting officer listed above

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Z--Rehoboth Beach, DE--Dredge Boat Basin at U.S. Coast Guard Indian River Inlet.
Notice ID 800fb6c5a2a3f7b0e9c3f82416f7ef73

Provide all labor material equipment transportation and supervision required to perform the following dredging work at U S Coast Guard Station Indian River Inlet Rehoboth Beach DE Major work items include Dredge 3000 CY of black silt from 140 foot by 140 foot boat basin at U S Coast Guard Station Indian River Inlet Rehoboth Beach DE Transport and dispose of material at a contractor furnished disposal site Contractor is responsible for acquiring State of Delaware Army Corps of Engineers and related permits Solicitation will include a Unit Work item for additional dredge material This procurement is estimated between 100K and 250K This procurement is open to large and small businesses in accordance with the Small Business Competitiveness Demonstration Program The applicable NAICS Code is 234990SIC Code 1629 Completion time is 180 DANTP NO TELEPHONE OR WRITTEN REQUESTS All responsible sources may submit a bid which will be considered by the agency All relevant solicitation documents including specifications and drawings will be available for download exclusively from the Internet in approximately twenty days by accessing the governmentwide Electronic Posting System website FedBizOpps at httpwwwepsgov The U S Coast Guard Civil Engineering Unit Cleveland website at httpwwwuscgmilmlclantceucleveland may be used as a link to the FedBizOpps website and contains other information such as available printing sources Any amendments issued to this solicitation will be posted solely on these websites ATTENTION Minority WomenOwned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT offers working capital financing and bonding assistance for transportation related contracts DOTs Bonding Assistance Program BAP offers bid performance and payment bonds on contracts up to 1000000 DOTs ShortTerm Lending Program STLP offers lines of credit to finance accounts receivable Maximum line of credit is 500000 with interest at the prime rate For further information call 800 5321169 Internet address httposdbuwebdotgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09