• 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 7941 - 7950 of 7209467 results
Notice ID 705886d8f902ffe02cd6c708b8c6efc9

No Description Provided

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 261-NETWORK CONTRACT OFFICE 21 (36C261)
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Z--REPAIR SEWER SYSTEMS--PHASE IV
Notice ID 4a7d78df0483a840caf9cf485f977b3f

NASA Glenn Research Center plans to issue a Request For OffersRFO using Best Value Selection for REPAIR OF THE SEWER SYSTEMS PHASE IV The project consists of a base work and four options for additional sewer work This project shall include supervision labor material mobilization and maintenance of traffic The BASE CONTRACT WORK consists of the following Sanitary sewers 1 Walcott Road Sanitary Sewer from Moffett Road MH 140 to the east property line with the Cleveland Hopkins International Airport MH 332 approximately 2100 meters Including laterals and service connections 2 K Road sanitary sewer from Walcott Road MH 220 to Taylor Road MH 450 approximately 145 meters including service connections 3 Reline the existing sanitary sewer from Walcott Road MH 150 to Building 65 MH 151 4 Reline the existing sewer from Walcott Road sanitary sewer MH 255 to Building 113 MH 256 approximately 58 meters Storm sewers 1 Walcott Road storm sewer from SMH 100 to SMH 120 and a service connection to Building 54 approximately 141 meters 2 Structure 91 Low Pressure Fuel Pumping Station storm sewer and oilwater separator from SMH 200 to SMH 202 approximately 65 meters 3 Install a catch basin in the parking area for the 10 X 10 Supersonic Wind Tunnel off Walcott Road 4 Building 94storm sewer from existing SMH 643018 to SMH 312 approximately 62 meters OilWater Separator Structure 91 Low Pressure Fuel Pumping Station install a oilwater separator Option One Construct the following Sanitary sewers Taylor Road sanitary sewer from MH 450 to MH 490 approximately 254 meters including laterals and service connections Option Two Construct the following Sanitary sewers K Road sanitary sewer from MH 460 to MH 462 approximately 73 meters including service connections Option Three Construct the following Sanitary sewers J Road sanitary sewer from MH 462 to MH 465 approximately 102 meters including service connections Option Four Construct the following Sanitary sewers 1 J Road sanitary sewer from MH 480 to MH 484 approximately 120 meters including service connections 2 Remove a septic tank OilWater Separators Remove twooilwater separators located southeast of Building 34 The project also includes maintaining the sewage flow traffic control obtaining the required permits and demolition and restoration of the project area The magnitude of the Construction project is estimated between 1000000 and 5000000 A FIXED PRICE CONTRACT is contemplated This work is considered Construction By Special Trade Contractors HEAVY HIGHWAY The North American Industry Classification System NAICS code is 234910 and 275 million in threeyear average annual receipts for determining whether or not a business is small THIS IS AN UNRESTRICTED PROCUREMENT Technical and procurement related questions shall be directed to ErickNLupsongrcnasagov The period of performance shall start on or about August 1 2002 after the Phase III has been completed The firm date for receipt of offers will be stated in the RFO Drawings and specifications will be available from a local blue printer listed in the RFO The Period Of Performance shall be stated in the RFO 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 SHALL BE POSTED AS SOON AS AN RFO OPENING DATE IS ESTABLISHED The solicitation and any documents related to this procurement with the exception of 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 NASAGRC Business Opportunities page is httpnaismsfcnasagovcgibinEPSbizopscgigrCpin22 Prospective offeror

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
J--Install Enhanced Ground Proximity Warning System on Gulfstream G-IV SP High Altitude Fixed Wing Aircraft
Notice ID 50340b738959fe160d93f0a8873bbb88

The US Department of Commerce National Oceanic and Atmospheric Administration NOAA Aircraft Operations Center AOC MacDill AFB Florida intends to procure the installation of an Enhanced Ground Proximity Warning System EGPWS The required work will be performed on the NOAA AOC 1994 Gulfstream GIV SP High Altitude Fixed Wing Aircraft N49RF Serial Number 1246 The aircraft currently does not have GPWS installed The contractor shall provide all modifications inspections maintenance and repairs as a result of installing EGPWS when the aircraft arrives at its facility The aircraft will be flown to the contractors facility by NOAA personnel prior to commencement of the required install and all modifications which will be done in accordance with all manufacturer Gulfstream Aerospace and Federal Aviation Administration FAA publications The contractor shall be responsible for all documentation and log book entries Maximum aircraft downtime is three weeks after delivery of the aircraft to maintenance facility Work will commence on or about April 15 2002 Aircraft will be returned to NOAAAOC with all systems in operating order at time of delivery back to NOAA personnel The contractor shall furnish all labor materials equipment and parts necessary to perform the following types of service which include but are not limited to Gulfstream Computerized Maintenance Program CMP inspection repair maintenance required manufacturers andor customers requested modifications on an as needed basis A list of discrepancies from installinspection will be forwarded to the AOC Maintenance Officer All items are to be provided by contractor either in new or overhauled condition and shall be properly tagged in conformance with FAA regulations The contractor will obtain instructions regarding the disposition of nonexchangeable items from AOC Maintenance Office Parts and materials furnished on modificationinstall andor repair will be warrantied to be free from detects and workmanship for a period of one year or 1000 flight hours whichever occurs first from the date of government acceptance This solicitation for commercial items will be issued on or about January 15 2002 This procurement is unrestricted The NAICS code is 488119 The small business size standard is 500000000 This purchase will be made under the guidelines of FAR Part 12 Acquisition of Commercial Items Firms interested in receiving a copy of the solicitation shall submit a request in writing to the attention of Sharon Clisso at the address listed above Please reference solicitation number 52WCNA206009SKC Facsimile requests will be accepted at 816 4267530

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
C -- A/E services
Notice ID 4e331701ace5bb03aced6a6194d39d3a

ArchitecturalEngineering design services required for a VISN wide roof survey for Department of Veterans Affairs Medical Centers located in Hampton Salem and Richmond Virginia Beckley West Virginia and Asheville Durham Fayetteville and Salisbury North Carolina The design project will require field investigation nondestructive tests infrared thermographic scans nuclear detection units for finding the degree of roof moisture galvanic metering apparatus for further analysis core analysis incuding but not limited to tests for ACMasbestos containing materialsrepair work associated with this core removal of existing roof roof drainage profile analysis roof energy loss analysis estimate of roof life on existing roofs and a master roof database for each facility to be developed to meet the needs of the Department of Veterans Affairs employing methods and procedures to determine RCI for all eight facilities as outlined by the Army Corps of Engineers All roof plans are to be submitted in AutoCAD 2002 with Architectural Desktop Release 33 drawing format Construction cost estimates and a multiyear roof management plan for each facility shall be included in the master roof database Any roof workinvestigation shall occur while the buildings are occupied and design work shall ensure patientemployee safety Prior to any demo this contract incorporates CIH services to take leadasbestos samples which are to be sent to a certified lab for ensuring the safety of workers If any lead or asbestos is found the CIH shall prepare a detailed leadasbestos removal plan and specifications which will become a part of any construction document to ensure all demo work is done in accordance with OSHA CFR 29 Part 1926 and NIOSH criteria All design criteria for the Veterans Affairs is available at wwwvagovfacmgtstandardstandardhtm The selection criteria for this AE contract shall include as a minimum 1 Experience in the type of work required 2 professional qualifications and experience of staff to be assigned to the project 3 ability to accomplish the work within required timeframes 4 past performance as related to the quality of work meeting schedules and keeping within scope and budget Construction budget unknown at this time and will depend on the findings resulting from this study Interested firms are to submit Standard Forms 254 and 255 to Contracting Office 90C Department of Veterans Affairs Medical Center Hampton Va 23667 The forms may be downloaded from wwwgsagovforms

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Q -- Gynecological services
Notice ID 5772b086de1f0bc3a9ee9fa718366c45

The Department of Veterans Affairs Medical Center requires the services of a licensed gynecologist to provide outpatient clinic services and any required surgeries at the medical center located in Hampton Virginia Requests for the solicitation package MUST be submitted in writing to the contracting officer and may be faxed to 7577283132 All required documents are due in the contracting office not later then 400pm eastern standard time Friday January 25 2002

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
R--Documentation Services
Notice ID 85e00ce637336cc1b243b832bb947899

The Bureau of the Census intends to negotiate and award a sole source purchase order utilizing simplified acquisition procedures under FAR 135 to Gretchen Robertson 2317 North Stuart Street Arlington VA 22207 to provide documentation services and assistance to the Economic Planning and Coordination Division for the 2002 Economic Census Data Capture System The basis for the proposed noncompetitive action is that the vendors background in system design and system documentation greatly benefited major 2000 Census projects such as Industry and Occupation Coding and Address List Data Capture as well as many other decennial census data capture support activities The intent of this synopsis is for informational purposes only and is not a request for competitive quotations no solicitation will be issued

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier US CENSUS BUREAU
  • Office DEPT OF COMMERCE CENSUS
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Q -- Q--Pharmacist Services-Brevard VAOPC
Notice ID d68cf39b21c83a596d2bc21fbaa8aed1

The above solicitations response date is changed to Thursday January 24 2002 The solicitation issue date is changed to onabout January 3 2002 and the contract period is changed to February 1 2002 or date of award whichever is later through June 30 2002 5 months

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 248-NETWORK CONTRACT OFFICE 8 (36C248)
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
65 -- RADIOCHEMICAL ISOTOPES
Notice ID b9ecc20310f11c5c7f6a52780a4ea636

This is serve notice of an intent to enter into negotiations with Nordion International Contact Bruce Jones 447 March Road Kanata Ontario Candada K2K1X8 18002676211 for the acquisition on Radiochemicals The contractor shall provide multiple shipments of an estimated 4700 mCi of the Radiochemical Iodine I123 Sodium Iodide over a one year period from date of award to the VA Connecticut Healthcare System 950 Campbell Avenue West Haven CT 06516 Interested parties may contact by January 4 2002 the Contracting Officer James CorbettContracting90C at the VA Connecticut Healthcare System 950 Campbell Avenue West Haven CT 06516 203 9374713

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
F--Tree Trimming and Removal Services
Notice ID c3dbd58f20f89ae85fb4e2eecbbb0da5

The Western Area Power Administration has a requirement for a contractor to provide all the labor materials and other resources necessary to complete this requirement The work includes but is not limited to tree trimming and removal services for the Longmont Colorado area for a base year and four option years The solicitation is issued as a 100 small business setaside The solicitation will be issued electronically on or about December 27 2001 at the following site httpecenterdoegov See numbered note 22

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
80 -- 6FES-N7-00-174-2588
Notice ID 515f2b9bee4c5e3fd9a2f88074ca7f37

Long Description SEE ATTACHED Short Description Type II fire and water resistant vapor barrier coating for indoor use onlySize The product shall be furnished in 1 gl quantities in compound lined doubleseamed end cans with multiple friction closure of the type normally used for this product provided that there will be no interaction chemically or physically with the contents so as to damage the cans or alter the strength quality or purity of the contents The filled cans shall be closed in a manner that will insure the contents will not spill or leak from the cans during shipment handling storage and redistribution Shelf life code 4 12 months Maximum age on delivery 2 months Section 112 of the Clean Air Act US EPA National Emissions Standard for Hazardous Air Pollutants 40th Code of Regulations 63780 specifies volatile organic compound and hazardous air pollutant content limits for compliant shipbuilding and ship repair coatings Successful offeror shall provide the designated contracting officer representative a certificate of compliance as described in the US EPA Guidebook on How to Comply with the Shipbuilding and Ship Repair Surface Coating Operations NESHAP EPA453B97001 January 1997 pages E18 E32 E33 httpwwwepagovttnuatwshipbshipguidpdf This certificate is based either on known coating characteristics or the results of EPA Method 24 volatile organic compound tests Certificates need only be generated once for each applicable coating When and if a supplier reformulates a coating a new certificate would need to be generated Suppliers are directed to put the following statements on the paint can labels 1 A certification that paint in the container meets National Emission Standards for Hazardous Air Pollutants NESHAP requirements for shipbuilding and ship repair 2 A statement of the ration of Volatile content to solids expressed as grams VOHAP per liter of solids

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