• 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 8011 - 8020 of 7209467 results
favorite_border
favorite
C -- Architect-Engineer Services for the New USCH, Rockford, Illinois
Notice ID 9d0de1ea5d67243203cd155a33eaca47

The General Services Administration GSA announces an opportunity for Design Excellence in public architecture for performance of ArchitecturalEngineering Design for a new Courthouse for the Federal District Courts in accordance with GSA quality standards and requirements The building is approximately 13000 gross square meters 140000 gross square feet including 33 interior parking spaces at a site located within or immediately adjacent to the Central Business District of Rockford IL The Estimated construction cost range is 30 million to 40 million The facility will be designed in hard metric units The scope of work will require at a minimum metric construction drawings specifications cost estimates value engineering services computeraided design and drafting CADD and post construction contract services PCCS for a Federal Courthouse that includes the construction of the new building and related systems both site and indoor parking site development client program development and socioeconomic and sustainable program features This building will also include GSA design standards for secure courthouses This building will be an anchor development in the neighborhood and should make a distinct architectural statement that is responsive to the overall urban design and quality of life in this burgeoning mixeduse neighborhood This is a Request for Qualifications RFQ of AE FirmsLead Designers interested in contracting for this work The AE firm as used in this RFQ is an association joint venture partnership or other entity that will have contractual responsibility for the project design The Lead Designer is the individual or design studio that will have primary responsibility for the design concept and the buildings architecture The AE Firm must clearly define the contractual relationship with the Lead Designer and its ability to manage the design and production of construction documents The government will not allow payment for travel living expense computer time or hookups for the prime or the consultants related to meeting the requirements of this RFQ The AE selection will be completed in three stages as follows In Stage I an interested firm will submit a portfolio of accomplishments to establish the design capabilities of the AE Firm and its Lead Designer All documentation will be in an 8 12 x 11 format The Stage I submission should include the following A a cover letter referencing the CBD announcement and briefly describing the firm its location organizational makeup and noteworthy accomplishments B Standard Form 254 ArchitectEngineer and Related Services Questionnaire and Standard Form 255 ArchitectEngineer and Related Services Questionnaire for Specific Project modified to include only the AEs information Identification of consultants is not required at this stage and C a design portfolio which is to include the following submission requirements and evaluation criteria 1 Lead Designer Portfolio 35 of evaluated score Submit a portfolio representative of the Lead Designers ability to provide design excellence Submit graphics maximum of three pages per project and a typewritten description maximum of two pages per project of up to three new construction projects completed in the last ten years The narrative shall address the design philosophy with salient features for each project and discuss how the clients program functional image mission economic schedule and operational objectives were satisfied by the overall designplanning solution Include tangible evidence where possible such as certificates awards peer recognition etc demonstrating design excellence Where there is duplication with criteria 3 the Lead Designer will address hisher participation in the project 2 Philosophy and Design Intent 25 In the Lead Designers words maximum of two typewritten pages state the overall design philosophy an

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R5 ACQUISITION MANAGEMENT DIVISION
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Y -- Construction of Federal Courthouse Annex in Wheeling, West Virginia
Notice ID 39578994c894fc8cd1ea26650497559c

No Description Provided

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R3 ACQ MGMT DIV
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
58 -- Motorola Radio Equipment & Parts
Notice ID 73862b507eda467eae18920ae6f178ce

ATTENTION POTENTIAL OFFERORS IMPORTANT INFORMATION CONCERNING ELIGIBILITY FOR AWARD OF THIS SOLICITATION DUE TO ESTABLISHED ECONOMIC AGREEMENTS BETWEEN THE UNITED STATES GOVERNMENT AND THE GOVERNMENT OF TURKEY THE AIR FORCE INTENDS TO AWARD THIS SOLICITATION TO A BUSINESS CONCERN WITHIN THE COUNTRY OF TURKEY THEREFORE PROPOSALS FROM BUSINESS CONCERNS OUTSIDE OF TURKEY WILL NOT BE CONSIDERED

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
84 -- Thermal Suits
Notice ID b7340b44653c348cffd89427bdf8fac2

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 and a written solicitation will not be issued This is a request for quotation RFQ F4964202T0011 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9722 The North American Industry Classification System NAICS code is 448130 Only faxed or email quotations will be accepted and request must include a completed copy of the provision at FAR 522123 Offeror Representations and Certification Commercial Items name address cage code DUNNS number and telephone number with its offer All contractors must be registered with the Central Contractors Registration CCR to be eligible for award Contractors can contact the CCR by calling 18882272423 or via the web at httpccr2000com A copy of the solicitation can be obtained via the web at httpwwwepsgov

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA2860 316 CONS PK
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
16 -- HOUSING
Notice ID 2002307461859f7eb4b84f8ce982ebdd

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
68--Peptede Libraries
Notice ID 184268faea04a5f62ac1496bcfbe323d

17 This notice 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 and a written solicitation will not be issued This solicitation is being issued as a request for quotations RMLRFQ2008 The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 through 06252001 This acquisition will be processed under Simplified Acquisition Procedures SAP and is a Small Business SetAside The associated North American Industry Classification system NAICS for this procurement is 325998 and the size standard is 500 employees SCHEDULE The Rocky Mountain Laboratories Laboratory of Human Bacterial Pathogenesis LHBP has a requirement for peptide libraries consisting of 19amino acid biotinlabeled peptides The LHBP has identified through genomescale approaches a large number of proteins involved in the pathogenesis of infections caused by Group A Streptococcus GAS These peptides will be used to identify specific regions of these proteins recognized by the host immune system with the longterm goal of identifying GAS vaccine candidates We anticipate the need to order an average of approximately 700 peptides per month for a period of 12 months It is mandatory that the peptide libraries purchased have the following features 1 The individual peptides must be synthesized using multiple parallel synthesis on polyethylene pins in 8 x 12 96sample blocks using multipin solid phase peptide synthesis technology to minimize costs and turn around time 2 The resultant peptides must be biotinylated at the aminoterminus and must be synthesized with a 4residue SGSG spacer arm The synthesis technology must allow the peptides to be cleaved after synthesis on pins synthesized in 15 mmol quantities and supplied in the final form as lyophilized powder In addition Mass Spectral Analysis must be performed on selected peptides as part of the quality control process 3 The company that will supply the peptide libraries must have the capability to synthesize and supply the peptide libraries within 45 weeks of the placement of the order FOB Point shall be Destination Hamilton MT Inside delivery shall be no more than 30 days after receipt of order ARO Delivery location is Rocky Mountain Laboratories 903 S 4th Street Hamilton MT The following FAR provisions and clauses apply to this acquisition 522121 Instructions to OfferorsCommercial Offerors must include with their offer a completed copy of the provisions at FAR 522123 Offerors Representations and CertificationsCommercial Items FAR 522122 EvaluationCommercial Items The government intends to make an award based on 1 Capability of the item offered to meet the agency need as stated in the above technical specifications 2 Price and 3 Delivery Time FAR 522124 Contract Terms and ConditionsCommercial Items FAR 522125 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items applies to this acquisition Copies of the abovereferenced clauses are available upon request either by telephone or fax Offers may be mailed or faxed to the POC indicated above Fax 4063639288 Offers must be submitted not later than 430 PM MDST January 10 2001 All responsible sources may submit an offer that will be considered by the National Institute of Allergy Infectious Diseases

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Z -- Repair Water at Geiger Heights, Fairchild AFB, WA
Notice ID 8522056803f79b7b698a1d9d68e64388

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4620 92 CONS LGC
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Y -- Construction of Federal Courthouse Annex in Wheeling, West Virginia
Notice ID f9305889dd11db3d74334a3d30ad01a6

This is a modification to the original synopsis of Solicitation Number GS03P01CDC0144 for construction of a Federal Courthouse Annex in Wheeling West Virginia The estimated cost of this project is between 15 million and 25 million Please note that this is only a range in a 10 million increment as required by GSAs regulations The approximate duration of the contract is 18 months and is expected to begin in early 2002 The contract for demolition of the existing structures has been completed The contract for construction of the foundation is proceeding and is expected to be completed in March 2002 Award will be a firm fixed price contract and the procurement method shall be a competitive negotiated Request for Proposal RFP Source Selection Procedures as identified in FAR PART 153 shall be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements Technical proposals have been received from the following six general contractors Dick Corporation Pittsburgh PA Jendoco Construction Corporation Pittsburgh PA Mascaro Construction Company Pittsburgh PA Massaro Company Pittsburgh PA PJ Dick Incorporated Pittsburgh PA and Ross Kennedy Corporation Pittsburgh PA Only these firms may submit price proposals in the next phase GSA has advised each general contractor based on GSAs technical evaluation whether it does or does not have a reasonable chance of being selected for this project It is their decision whether they pursue this project further In the technical phase general contractors were required to submit four subcontractors for each of the following trades Curtainwall Electrical Mechanical Plumbing and Granite The qualifications of these firms were evaluated and included as part of the general contractors overall technical evaluation In the next phase general contractors shall be required to select one subcontractor in each trade from those already submitted No other subcontractors may be submitted in these trades As part of the next phase general contractors will be required to submit a preliminary subcontracting plan where they will be required to demonstrate how they plan to meet GSAs subcontracting goals in the following categories Small Small Disadvantaged WomenOwned HUBZone Certified and ServiceDisabled Veteran Final bid documents are being issued to the general contractors the week of December 24 2001 for pricing purposes Subcontractors suppliers and other interested parties may view andor obtain copies of the construction documents through one of the following three locations Ohio Valley Construction Employers Council Inc 21 Armory Drive Wheeling WV 260036396 Phone 304 2420520 Fax 303 2427261 Contact Ms Gina Ostojich Washington Reprographics 700 Vista Park Building 7 Pittsburgh PA 15205 Phone 412 7880640 Fax 412 7880643 Contact Wally Tony FW Dodge 600 Waterfront Drive Suite 200 Pittsburgh PA 152224717 Phone 412 3302205 Fax 412 2316662 Contact Ms Gale Gillespie Ms Kellie Wehrer Due to new security regulations on the release of construction documents prior to viewing andor copying the documents firms must fax a copy of their state issued contractors license or business license to the attention of Mr Tom Warner URS Corporation GSAs contracted Construction Manager at 304 2332597 Two days after faxing this info they may contact one of the three places to access the documents they need Documents shall be available at these locations beginning on or about December 31 2001 A PreProposal Conference will be held on January 17 2002 at the Ramada Plaza City Center Hotel 1200 Market Street Wheeling WV 1st Floor Room 100 Prior notification of attendance to this conference

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R3 ACQ MGMT DIV
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
70 -- Maintenance and Support Renewal for EDS I-DEAS Software
Notice ID 3a463f4522156ef4df16b0eac38fbcbc

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NUWC DIV NEWPORT
  • Notice Type Solicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
58 -- Motorola Radio Equipment & Parts
Notice ID 7eb17f561b1e03238ec0f2370110cdf6

No Description Provided

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