• 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 7951 - 7960 of 7209467 results
favorite_border
favorite
80 -- 6FES-N7-00-174-2588
Notice ID 9b2b6b3ea68a1ce50f4a3ad29f78c0ff

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Special Notice
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
70 -- INTENT TO AWARD
Notice ID c1138279bf5bfc3430d129da8fd671a4

The General Services Administration intends to issue a contract to Sigcom Inc under the authority of FAR 63021 through solicitation number 6TSA02JMT0066 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 9714 Only one responsible source and no other supplies or services will satisfy agency requirements This procurement is for Other Direct Costs on a Schedule buy for the Department of the Navy Norfolk VA The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6302 Interested persons may identify their interest and capability to respond to the requirement This notice is not a request for competitive proposals All proposals received by close of business 132002 will be considered by the government A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the government Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement Inquiries will only be accepted by FAX at 8168233277 or email

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
S--SECURITY SERVICES
Notice ID 5780007e3566a786db1d303baffff0ee

The United States Department of Agriculture USDA Animal and Plant Health Inspection Service APHIS Wildlife Services WS National Wildlife Reseach Center NWRC Logan Utah intends to issue a sole source purchase order with the Cache County Sheriffs Office for security services to the facilities and grounds of the NWRC January 7 2002 through March 27 2002 The proposed contract action is for services for which the Government intends to solicit and negotiate with only one souce under the authority of FAR 6302 This is a simplified acquisition with an estimated value of less than 58000 Interested firms may identify their interest and capability to respond to the requirement This notice of intent is not a request for competitive proposals and a solicitation is not available A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier ANIMAL AND PLANT HEALTH INSPECTION SERVICE
  • Office MRPBS MINNEAPOLIS MN
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
36 -- GE PROGRAMMABLE LOGIC CONTROLLERS HARDWARE AND SOFTWARE
Notice ID 43ee63795a4c5ed1299d7781e96c2939

The Broadcasting Board of GovernorsInternational Broadcasting Bureau BBGIBB has a requirement to procure General Electric Programmable Logic Controllers PLC Hardware and Software Pursuant to FAR 12603 the following constitutes both the synopsis and the solicitation i 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 written proposals are herein being requested and a separate written solicitation will not be issued ii The solicitation number for this procurement is BBGCON3602S5275 and this solicitation is issued as request for proposal RFP iii incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 9727 Title 48 September 2001 iv The Contracting Officer has determined that this procurement is appropriate for a setaside for small business in accordance with FAR Subpart 19502 entitled Setting aside acquisitions The North American Industry Classification System Code NAICS for Electronic Components is 334419 and the small business size standard is 500 employees v The following contract line items will be procured in the quantities shown a IC641SWP063 Series 90 PCM Support Software Qty 3 each b IC697ACC701 Series 90 PCM development PCOP Users manual Qty 1 each c ICC697ACC702 Series 90 PCM users manual Qty 1 each d ICC640HWC716 LM9070 Enet TCPIP for Win 9598NT wcables CD docs Qty 1 eache IC697MDL653 Input Modules 24 VDC PositiveNegative Logic 32 Points Qty 52 each f ICC697MDL750 Output Modules 2448 VDC 05 Amp Positive Logic 32 Points Qty 52 g IC697BEM711 Bus Receivers Qty 12 each h IC697BEM713 Bus Transmitter Qty 4 each i IC697PWR711 Power Supply 120240 Vac 100 Watts Qty 17 each j IC697CPX782 CPU 96 Mhz 12K Discreet IO 1M byte fixed user memory Qty 1 each k IC697CHS750 Rack 5 Slots Rear Mount Qty 1 each l IC697CHS790 Rack 9 Slots Rear Mount Qty 17 each m IC697CBL700 Cable kit power supply Exp Qty 4 each n IC691BEM731 Series 9070 Genius IO Bus Controller Qty 1 each o IC697BEM733 Series 9070 Genius Remote IO scanner Qty 4 each p IC697MEM719 Expansion RAM 512 Byts CMOS Qty 1 each q IC697PCM711 Programmable Coprocessor Qty 3 each r IC600WD005 IO Cable 5 ft Qty 10 each s IC600WD010 IO Cable 10 ft Qty 2 each t FOCEXP04062 Phoenix Fiber Optic Cable Qty 13000 ft u OCMGEM13DST Phoenix Digital 9070 module Qty 5 each v S82K24024 Omron Power Supply 10 Amps 24 VDC vi To allow automated operation of Switch Matrix Controller located at the IBBs Manila Philippines Transmitting Station vii The above items shall be delivered FOB Destination to IBB Engineering Support Center 330 C Street SW Room G312 Washington DC 20237 within 30 days after contract award viii The provision at 522121 Instructions to OfferorsCommercial Items applies to this acquisitionwith no addenda to the provision ix The provision at 522122 Evaluation Commercial Items The Government will award a Contract resulting from this solicitation to the responsible Offeror whose proposal conforming to the RFP will be most advantageous to the Government based on price and past performance x Offerors shall include a completed copy of the provision at 522123 Offeror Representations and CertificationsCommercial Items with its offer xi The clause at 522124 Contract Terms and ConditionsCommercial Items applies to this acquisitionwith no addenda to the clause xii FAR Clause 522125 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items applies to this acquisition as well a

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
58--DYNAMIC REFERENCE UNIT HYBRID (DRUH); P/O MODULAR AZIMUTH POSITION SYSTEM (MAPS)
Notice ID 0c54aed91e54e419b32b6da0b07a0fe6

NA This is a sources sought market survey intended to determine if there are additional sources for an inertial navigation system called the Modular Azimuth Position System MAPS which consists primarily of a Dynamic Reference Unit Hybrid DRUH associated c ables and vehicle interface modules This effort is for the DRUH only which is the inertial navigation unit for the MAPS PM Firefinder uses the MAPS system to provide radar location northing easting and azimuth orientation while the radars are moving on the battlefield This requirement is for exercising the first option on an existing contract for upgrading 16 Dynamic Reference Units DRUs to the DRU Hybrid DRUH configuration These units are deployed in fielded Firefinder Units and depot locati ons worldwide In addition it is planned to procure 5 new DRUHs for integration into existing Firefinder radars which do not have the MAPS capability The MAPS is a major system developed by Honeywell Inc that meets the Governments performance specific ation requirements Honeywell has been prequalified and is the Original Equipment Manufacture OEM and designer for the MAPS system Since the MAPS was bought under a performance specification developed by the Government the Government does not hold th e data rights of the MAPS design For the requirement under this announcement the contractor is responsible to insure that the upgradedrepaired MAPS are fully functional without technical input from the Government The contractor is also required to ob tain technical knowledge of the MAPS to provide engineering service to the Government when requested to include system integration and engineering feasibility studies In order to be considered responsive to this market survey a vendor must submit inform ation sufficient for the Government to make a technical assessment of the capabilities of the proposed system POC is Mr Dave Williamson 732 4275919

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • Notice Type Sources Sought
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
23--Lease of 32 Each 15-Passenger Vans for the period 10 Jan 2002 through 6 Mar 2002.
Notice ID d839beb736a9a79fc680bb6c0613629b

NA The Link to the URL for viewing the synopsissolicitation is changed to wwwfedbizoppsgov The response date and time is not extended

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC-FT SILL
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
T--Audio Visual Services
Notice ID acefc1ee66204e05c6e09666b7d3479a

NA The Directorate of Contracting Presidio of Monterey CA is soliciting for AudioVisual Services Services include AudioVisual photo lab and electronic maintenance services The contract will contain a base period of 9 months 1 April 2002 through 31 De cember 2002and three oneyear option periods Tentative issue date 18 January 2002 Tentative closing date 18 February 2002 This requirement is 100 setaside small business for HUBzone in accordance with FAR part 19 The solicitation will be iss ued in accordance with FAR 135 NAICS code is 51211 Award will be based on Best Value to the government Past Performance and personnel Qualifications will be considered more important than price There will be no hard copy of the solicitation availa ble Copies of the solicitation can be obtained by accessing the Directorate of Contracting Presidio of Monterey CA website at httppomwwwarmymilatzpdoc

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
58--Purchase of Motorola Communications Equipment.
Notice ID 88206f7b536085a15afa7684d6212ee5

NA The Government intends to purchase Motorola Communications Equipment with no substitution in order to match existing equipment Equipment consists of ten 10 each Portable HandSets Model No XTS3000 Model II ten 10 each Ultra High Capacity Nicad Bat teries ten 10 each Nylon Carry Cases With T strap and two 2 each 110V Multi Unit Rapid Charger capacity 6 Please contact Mr Phillip Lashbrook at 831 2426575 Fax No 831 2426591 Email Lashbroppomemh1armymil

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
D -- Local Exchange Services for Hickam AFB HI 96853-5435
Notice ID 0d80a681d34181fac30dfd94b4ba82e7

The 38 EIGPKK has a requirement for nonpersonal services for local telephone exchange services for HICKAM AFB HI The proposed contract is for five years The local exchange service provider certified by the Hawaii Public Utility Commission shall provide local commercial communications service for Hickam AFB HI Local communications service shall include as a minimum but not limited to local access for commercial business lines analog and digital trunks transport channel services circuit extensions directory number and number portability emergency 911 service operator and directory assistance local and IntraLATA access and interconnection with InterLATA exchange carrier Competition is open to domestic and foreign sources All responsible sources may submit a bid which shall be considered Sources responding to this synopsis must indicate in writing whether they are large small disadvantaged andor a womenowned businesses For this acquisition a concern will be considered small under NAICS 5133 with size standard of 1500 employees An Acquisition Ombudsman Colonel Joseph P Maryeski Director Commanders Staff has been appointed to hear concerns from offerors or potential offerors during proposal development You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager andor contracting officer The Ombudsman role is to hear concerns issues and recommendations and communicate these to the appropriategovernment personnel The Ombudsman will maintain strict confidentiality if desired The Ombudsman does not evaluate proposals or participate in source selection You can contact the Ombudsman at 781 3775106 In order to be eligible for award of this Request for Proposal RFP offerors may be required to have a Basic Agreement with this office The Basic Agreement documents may be viewed and downloaded from the epsgov website address httpwwwepsgovspgUSAFAFMC38EIGPKReferenceNumberBAlistinghtml The RFP for this solicitation may be viewed and downloaded from the EPS website address wwwepsgov This is a combined synopsissolicitation for commercial items prepared in accordance with the format FAR Subpart 126 as supplemented with additional information included in this notice The announcement constitutes the only solicitation proposals are being requested and a written solicitation will not be issued

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA5066 HQ AFMC/PK
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
10--SOF Team & Information Automation Facility, Fort Bragg, North Carolina
Notice ID 77ba324196112194f2a1268a850db076

NA SIC CODE 1542 NAIC 233320 FSC Code Y119 Technical Questions Mr Glynn Richards 9126525659 or Contractual Questions Ms Nora Louise Jarrell 9126525705 NOTE Any prospective bidderofferor interested in obtaining plans a nd specifications for this solicitation must register on our website at httpebssasusacearmymil Contractor will not be able to view or download this solicitation on the internet This solicitation will be issued in CD format only to prime contract ors Paper copies will not be available This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 Notifications of amendments will be through the use of the Internet It is the contractor s responsibility to register for original CD solicitation and to check the Inernet address of httpebssasusacearmymil as necessary for any additional amendments to the solicitation This project will be solicited and procured using a Low PriceTechn ically Acceptable LPTA Request for Proposal RFP in accordance with Federal Acquisition Regulation FAR Part 151012 Lowest PriceTechnically Acceptable source selection process Proposals will be evaluated against criteria stated in the RFP on Go acceptableNoGo unacceptable basis Each factor and subfactor shall be rated either Go or NoGo All factors and subfactors are equal in weight High risk proposals are those who have not demonstrated ability to perform the construction based on the following Description of Work Construct a twostory Team Operations Facility 22400 SF renovate an existing building into an Automation and Information Facility 7145 SF and new metal storage building 4800 SF The new Team Operations Facili ty will consist of split rib and split face veneer block with CMU backup and a fully adhered single ply membrane roof over insulation Support facilities will include electrical service water sanitary sewer and storm drainage utilities sidewalks veh icle parking emergency generator exterior lighting landscaping erosion control fire protection and site improvements Rooftop packaged units with DX cooling VAV terminals and DDC controls will serve both the Team Operations Facility and the Automat ion and Information Facility The factors are Factor 11 Offeror Past Performance which consists of Subfactors 11a Quality of Construction Subfactor 11b Timeliness of Performance Subfactor 11c Documentation Subfactor 11d Customer Sati sfaction Subfactor 11e Subcontractor Management Factor 12 is Offeror Relevant Specialized Experience A sample Past Performance Evaluation Questionnaire will be included in the Request for Proposal The Offeror shall identify a minimum of three i nprogress or completed projects to be used for reference and evaluation purposes and provide a questionnaire to the Point of Contact for each project listed for completion When completed these forms may be mailed or faxed to the Savannah District Contr act Specialist identified in the sample transmittal letter provided Failure of a reference verification to arrive at the Savannah District within the identified time period may adversely affect the overall rating received for this project It is the con tractors responsibility to ensure that the reference documentation is provided The evaluation form shall be provided to the Savannah District directly from the reference Projects from which questionnaires are received shall have been completed within ten years of the date of the solicitation Factor 22 Offeror Relevant Specialized Experience Provide examples at least three of projects for which the offeror has been responsible The examples are to be specifically related to the project being adv ertised Provide references with contract names and telephone numbers for all examples cited Each example shall indicate the general charac

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W074 ENDIST SAVANNAH
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09