• 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 8021 - 8030 of 7209467 results
Notice ID 50d86c6842da537acc0838f912dec0ba

The procurement is set aside for certified 8a firm However if this office does not receive SF 254255s from at least three responsible 8a firms to establish competition the procurement shall revert to an unrestricted procurement All interested firms should submit SF254255 before the stated due date Engineering services are required for geotechnical consultation subsurface investigation environmental soils investigation preparation of earthwork and foundation specifications and material testing services for various Naval and Marine Corps activities within the California Nevada Arizona and New Mexico geographic areas for Southwest Division Naval Facilities Engineering Command San Diego California A Firm Fixed PriceIndefinite Quantity Contract is anticipated The length of the contract will be 365 days from the date of the contract award or until the 50000000 limit is reached The Government has the option to extend this contract for four additional oneyear periods The AE fee for any one project may not exceed 20000000 If the Government exercises all fouroption periods the total amount of the contract shall not exceed 250000000 The minimum contract amount will be 500000 The lead discipline shall be a geotechnical firm with all required supporting disciplines The estimated start date for this contract is May 2002 The estimated completion date for this contract is May 2003 with an option available to the Government to extend the contract for four additional years until May 2007 AE Selection criteria will include in order of importance 1 Recent specialized experience of the firm including consultants in geotechnical engineering subsurface investigation pavement design seismic design foundation design preparation of earthwork and foundation specifications geotechnical forensic engineering environmental soils investigation and material testing services Do not list more than a total of 10 projects in Block 8 of the SF 254 and SF 255 Include point of contact name and telephone number in Block 8c for each project listed Indicate which consultants from the proposed team if any participated in each project 2 Professional qualifications of the staff and consultants to be assigned to this project shall include experience in geotechnical consultation subsurface investigation pavement design seismic design foundation design preparation of earthwork and foundation specifications geotechnical forensic engineering environmental soils investigation and material testing services List only the team members who actually will perform major tasks under this project and qualifications should reflect the individuals potential contributions to this project 3 Past performance on contracts with government agencies and private industry in terms of cost control quality of work and compliance with performance schedules Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes List recent awards commendations and other performance evaluations do not submit copies 4 Demonstrated ability to present reports specifications and project plans in electronic Portable Document Format PDF 5 Location in the general geographic area of San Diego California and knowledge of the localities of various United States Navy and United States Marine Corps facilities in California Nevada Arizona and New Mexico provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this contract 6 Capacity to accomplish the work in the required time Indicate the firms present workload and the availability of the project team including consultants for the specified contract performance period and indicate specialized equipment available and prior security clearances of key personnel 7 List the small disadvantaged woman ow

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM SOUTHWEST
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
G -- Residential Community Corrections Center services
Notice ID 2c892294b9bf150c97b50c9ba685feef

RFP 2000721SC for the Laredo Texas area is hereby amended to change the issue date to on or about January 11 2002 and the closing date to March 12 2002

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
16 -- RYNGLOK SWAGING TOOL KIT
Notice ID 30e9038fb2a8f773022aef4d3b6e27ce

The Naval Air Warfare Center Aircraft Division Lakehurst New Jersey intends to enter into negotiations with Aeroquip Corporation for four 4 EA Rynglok Swaging Tool Kit PN RTSK802009 Aeroquip Corporation is located at 300 S East Avenue Jackson MI 49203 The Government intends to procurement these services under the authority of 10 USC 2304c1 as implemented by FAR 63021 In addition the Government does not own any data drawings or other specifications to permit full and open competition All responsible sources are encouraged to submit a proposal that may be used by the Government in determining whether or not to conduct a competitive procurement Responses should reference N6833502R3143 Information should be received no later than 09 January 2002 A determination by the Government not to open the requirement to competition based upon the responses received to this notice is solely within the discretion of the Government No solicitation package will be available

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVAIR WARFARE CTR AIRCRAFT DIV
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
G -- Residential Community Corrections Center services
Notice ID d84ea15530f2eb0f69b30b2d47d6d0c9

RFP 2000721SC for the Laredo Texas area is hereby amended to change the issue date to on or about January 11 2002 and the closing date to March 12 2002

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
G -- Residential Comprehensive Sanctions Center Services
Notice ID bd683b5a3185a21ec58624cada64453a

RFP 2000725SC for the El Paso Texas area is hereby amended to change the issue date to on or about January 11 2002 and the closing date to March 12 2002

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
Z -- Repair Sewer, Water, Gas and Sanitary Sewer Systems Base wide- IDIQ
Notice ID 6935e514a8db92e3d0cba2372f2c0b03

The contract will be awarded as an Indefinite Delivery Indefinite Quantity IDIQ with 1 base year and 4 option years The base year will have a minimum of 50000 and a maximum of 3000000 The following is a list of work to be accomplished Furnish all plant labor equipment material and supervision necessary for repairsreplacement of sewer water gas and sanitary systems Perform testing and disposal of contaminated soils Provide turf replacement various landscaping sidewalks curbing and streets located at CAFB SC The solicitation will be issued as unrestricted and evaluated using PricingPerformance Tradeoff under the HUBZone Preference Program Evaluation factors will be in Sections LM of the solicitation The Government reserves the right to award to other than the lowest price The solicitation will be available on or about Jan 15 2002 and may be downloaded from the website wwwepsgov or can be accessed at http437contractingcharlestonafmil Hard copiesCDs of this solicitation will not be provided Contractor proposal is required to be submitted electronic form disk or CD ROM All responsible sources may submit a proposal which shall be considered by the agency Proposals are due 18 Feb 02 430pm NAICS 234910 POC Karen Wenner 843 9635177 or email Karenwennercharlestonafmil or greggAndersoncharlestonafmil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4418 628 CONS PK
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
70 -- VIDEO BADGING SYSTEM
Notice ID 1e7faa6be3c2aa8d4a1adb739ffe3e9c

This ammendment is to change the due date from 02 January 2002 to 04 January 2002 and to change the quantity of Line Item 0001 from ONE EACH to TWO EACH This 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 quotations are being requested and a written solicitation will not be issued Solicitation number is F1450K13110100 is being issued as a Request for Quote The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 This solicitation is set aside for small businesses This acquisition falls under North American Industry Classification System NAICS code 334111 the number of employees under this code is 1000 for manufacturers and dealers The government intends to solicit and award this purchase order for the following LINE ITEM 0001 QUANTITY TWO EACH COMPLETE VIDEO BADGING SYSTEM INCLUDING CLIENT PRO CR E PN CLT505 BASE MODEL UNIT CLIENTPRO CR E PN BASOO241500 CASE MINITOWER WFRONT USB PN CSE00163600 PROCESSOR INTEL PENTIUM 4 PROCESSOR 20 GHZ 400FSB PN CPU00206500 MEMORY 1024MB 133MHZ SDRAM2 PN MOD00189800 HARD DRIVE 60GB ATA100 HARD DRIVE 7200 RPM PN HDI00162900 CONTROLLER CARD INTERGRATED ATA100 CONTROLLER PN CCD00202000 FLOPPY DRIVE 144MB 35 FLOPPY DRIVE INTEGRATED PN FDD00104200 CDROM DRIVE 12X10X32X CDRW W 1 CDREWRITEABLE PN CDI00123600 MONITOR 17INCH MICRON PC 700EX 160 VIEWABLE 26MM DP PN MNN00111500 KEYBOARD 104 KEY ENHANCE KEYBOARD PN KBR00110200 MOUSE LOGITEC TWOBUTTON MOUSE PN MOU00104100 OPERATING SYSTEM SOFTWARE MICROSOFT WINDOWS 2000 PN OSS00162600 SOUND CARE INTEGRATED SOUND PN SCM00149400 NETWORK CARD OPTION INTEL 10100NIC 8256ET PN NWO00151300 LABORSERVICE OPTION INTEL 845 HAVRE BIOS PN BIO00107000 WARRANTY SERVICES DT NEXT BUSINESS DAY ONSITE 123RD YR PN SVC00118600 WARRANTY MICRON 53 DESKTOP LIMITED WARRANTY PN WAR00103500 VIDEO INTEGRAL FLASHPOINT 3DX VIDEO CAPTURE CARE CAMERA CCDZ14NES14 INCH 14X ZOOM COLOR CAMERA 12 VOLT DC POWER SUPPLY CAMERA STAND SIGNATURE PENWARE 1500 SIGNATURE PAD WPOWER SUPPLY CARD PRINTER DATA CARD SELECT CLASS WADVANCED IMAGING TECHNOLOGY POWER PRINTER TWO EACH PAGE PRINTER INKJET PAGE PRINTER FOR REPORTING REMOTE IO US ROBOTIC EXTERNAL MODEM PRINTER IO SIIG CYBER DUAL PARALLEL PCI PRINTER PORT CARD SOFTWARE PC ANYWHERE REMOTE DIAGNOSTIC SOFTWARE SOFTWARE TRENTECH INFORMS VERSION 30 BADGING SOFTWARE AND INSTALLATION MANUFACTURER MIRCON OR EQUAL DESCRIPTIVE LITERATURE REQUIRED TO BE SUBMITTED AT TIME OF OFFER SUBMITTAL IF BIDDING ON AN OR EQUAL SEE EVALUATION FACTORS FOR AWARD AT FAR 522122 FOB point is Nellis Air Force Base NV 89191 The provision at FAR 522121 Instructions to OfferorsCommercial Items applies to this acquisition The provision at FAR 522122 EvaluationCommercial Items applies to this acquisition The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered The following factors shall be used to evaluate offers i technical capability of the items offered to meet the government requirement and ii price The Government reserves the right to evaluate technical compliance and make a best value decision This could result in award to other than the lowest priced offer The area of technical capability is of higher importance when compared to price The technical evaluation will consist of reviewing and evaluating the or equal literature for compliance with meeting or exceeding requirement specifications If the offeror fails to provide the descri

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4861 99 CONS LGC
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
R -- Intend to award a sole source contract to Southwest Research Institute
Notice ID 71dbc92f2ff2fb53e208e7e865d30ec2

DESC The Marine Corps System Command MARCORSYSCOM intends to pursue and negotiate through other than full and open competition a single award contract to provide studies and analyses rapid prototyping of hardware development of test procedures and qualification specifications testing and evaluations as well as general technical support under the NonLethal Mobility Denial Program to support the Mobility Denial Systems MDS Development and Demonstration Phase to Southwest Research Institute SwRI SwRI conducted the initial work performed in the previous two contracts resulting in the selection of chemical materials with physical properties that meet the militarys operational requirements Potential value of the total contract effort is estimated at 1500000 inclusive of options Period of performance is for one 1 base year plus two 2 option years beginning in early 2002 Fixed price Task orders will be issued on an IDIQ basis for sustaining discrete tasks to meet ongoing and emerging requirements Government site workspaces will not be available and all work will be accomplished at the contractor site No RPP is available for competitive bidding however interested parties are encouraged to submit a statement of capability for satisfying this requirement within 15 days of this announcement to the contact person listed above

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office COMMANDER
  • Notice Type Presolicitation
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
G -- Residential Comprehensive Sanctions Center Services
Notice ID 9f67e77d07957eafdd2eb2c8812b2a32

RFP 2000725SC for the El Paso Texas area is hereby amended to change the issue date to on or about January 11 2002 and the closing date to March 12 2002

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-26 14:00:00+09
favorite_border
favorite
79 -- FSC CLASS 7920 NSN 7920-00-823-9818
Notice ID 560e1bfb391df04333ca3a7cc3e1c1d1

No Description Provided

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS REGION 7 ACQUSITION CENTER
  • Notice Type Sources Sought
  • Published Date 2001-12-26 14:00:00+09