• 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 8061 - 8070 of 7209467 results
favorite_border
favorite
84 -- Thermal Suits
Notice ID 919db4dc5db56549afbd77ba770223ec

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA2860 316 CONS PK
  • Notice Type Solicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
R -- Mail Management Services
Notice ID ea761aff0dd0c97e3e8e3d333a3757d4

No Description Provided

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office NAC FEDERAL SUPPLY SCHEDULE (36F797)
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
17 -- Runway Friction Measuring System
Notice ID ec8225de058ffe8639bba8751b44e7f7

Contractor will supply deliver perform demonstration provide installation for runway friction measuring system for 48OSS at RAF Lakenheath United Kingdom Contractor shall provide one 1 Douglas MK6 MUMeter runway friction measuring equipment or equal product in accordance with attached Description of Requirements Price quotations shall include annual service and maintenance This is an unrestricted acquisition therefore FAR Part 19 does not apply NAICS CODE 334514 SIC CODE 3824

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
Z -- Pickup, Remove, and Dispose of Hazardous Liquid Waste including grease, oil, and sewage.
Notice ID 246005a2f3ab6e6080a460ed49b30714

This solicitation contains provisions for the removal of liquid waste from the Naval Submarine Base New London Groton CT This solicitation contains a Base Period and four OneYear Options to be executed by the Government if found to be in its best interest FAR Clause 522178 Option to Extend Services will be included in this solicitation The contractor shall provide all labor materials equipment supervision and management to remove grease oil and sewage from waste collection units at service location distributed throughout the Naval Submarine Base New London Groton CT and various locations in the Navy Family Housing areas All waste shall be collected and transported off of Government property and properly disposed of This contract will be a combination fixedprice and indefinite quantity contract This solicitation will be issued as Unrestricted The estimated cost range is 500000 to 1000000 The NAICS Code is 562211 Hazardous Waste Treatment and Disposal and has a Small Business Standard of 120 million The IFB Invitation For Bid will be available on the Internet only The address for downloading this solicitation from the Internet is wwwesolnavfacnavymil Downloading from the Internet is free of charge All prospective offerors should register on this site by clicking on the entrance button to access and create an account You may view the site without an account but you will not be able to register for a solicitation Enter your companys information then click on submit and follow the remaining instructions When the IFB package becomes available your company will receive an email notification indicating you may download the RFQ package The Issue Date and Bid Due Date stated in this notice are approximate dates An official Planholders List will be maintained online and can be printed from the web site The Planholders List will not be faxed Recording companies and Blueprint companies are required to register as well Notification of any changes to this solicitation Amendments shall be made only on the Internet Questions about this solicitation MUST be submitted in writing and faxed or mailed to Jim Besse at 860 6944565 or the address listed below Per the Debt Collection Improvement Act of 1996 the Defense Federal Acquisition Regulations Supplement DFAR has been amended to require all contractors to register in the Department of Defense DOD Central Contractor Registration CCR Database Be advised for solicitations issued after May 31 1998 failure to register in the CCR may render an offeror ineligible for award of DOD contracts Information regarding this registration may be obtained by accessing web site wwwccr2000com or by referring to DFAR Subpart 20473 Offerors should submit verification of their firms registration in the CCR Database with their quote

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM MID-ATLANTIC
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
D -- Direct Conversion for Headquarters Air Force Weather Agency Technology Exploitation Branch
Notice ID 2f8bb5711a6c6c767045667e5a175086

A Draft Performance Requirements Document PRD is released for an Office of Management and Budget OMB Circular A76 Direct Conversion for Headquarters Air Force Weather Agency at Offutt AFB NE Please be advised this PRD is merely a Draft at this time It is provided to give companies an overview of the services to be requested and IS NOT A REQUEST FOR PROPOSALS The Government only seeks industry comments on the draft PRD and will leave three weeks open for comments The Government contemplates a performance based service contract to include one base year with four option periods for a total of five years The requirement is for developing and modifying existing meteorological software applications that transform space terrestrial and oceanographic weather data into charts and maps Software support shall include but not be limited to engineering system design programming testing and documentation support for customer baseline change requests Software technical support shall include but not be limited to integration and interfacing systems contingency support system maintenance response to problem reports generated by system users and those made necessary by technology hardware and system updates and to provide analysis of data flow Tasks include but are not limited to software development modification and maintenance project management enduser training and support and 24 hours a day 7 days a week on call support All comments received will be considered however the Government reserves the right to issue the final solicitation as it deems appropriate This synopsis and draft PRD should not be construed as a commitment by the Government nor will the Government pay for the information solicited However it is very important that interested companies review the Draft PRD and attachments and take this opportunity to submit any comments or questions in writing via FAX or email This acquisition is part of an OMB Circular A76 Direct Conversion Questions should be directed to susancummingsoffuttafmil debragilesoffuttafmil or by fax to 402 2947280

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4600 55 CONS PKP
  • Notice Type Special Notice
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
Z -- System Design and replacement of existing air compressors, air dryers, and cooling water pumps
Notice ID b95323991beefe09ece4459c6ff7c6f1

PRESOLICITATION NOTICE This request for proposal RFP includes providing all labor materials and equipment for the design and replacement of existing air compressors air dryers and cooling water pumps at three air compressor generation plants and incidental related work The work shall be located at Naval Station Bremerton and Puget Sound Naval Shipyard Bremerton WA This procurement is open to all business concerns The North American Industry Classification Code is 234930 The related small business standard is 275 million This procurement will result in a firmfixed price indefinite quantity indefinite delivery contract The contract will consist of the base year and two option years Each option period will run 365 calendar days The Government may exercise the options unilaterally The funding profile for the first task order is 2100000 The estimated construction cost of the first task order is between 1000000 and 5000000 The anticipated duration for the first task order is approximately 365 calendar days The estimated construction cost for each of the additional task orders executed under this contract is between 1000000 and 5000000 Estimated start date for this contract is 7 March 2002 The minimum guarantee is 5000 The maximum contract limit may not exceed 9500000 This procurement will be design build FAR 36102 The first task order is comprised of Design for the entire project Environmental Health Safety Plans and Construction Work in Building 900 Subsequent Construction Work in Building 923 and 818 will be awarded via negotiated task orders Proposers will be evaluated on the following factors I Technical Solutions II Past Performance and Experience III Key Project Personnel IV Subcontracting Experience Achievement and Goals and V Price The Government reserves the right to reject any or all proposals at any time prior to award to negotiate with any or all proposers to award the contract to other than the proposer submitting the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED Therefore proposals should be submitted initially on the most favorable terms Proposers should not assume that they would be contacted or afforded an opportunity to qualify discuss or revise their proposals FIRMS SUBMITTING TECHNICAL AND PRICE PROPOSALS WILL NOT BE COMPENSATED The solicitation will be provided for down load free of charge via the Internet World Wide Web at httpesolnavfacnavymil Amendments and notices will be posted on the web site httpesolnavfacnavymil for downloading This will be the only method of distributing the solicitation It is the offerors responsibility to check the web site periodically for any amendments and notices to this solicitation The official planholders list will be maintained and can be printed from the web site only All prospective offerors and plan centers are encouraged to register as plan holders on the web site Location and points of contact for site visits are identified in the solicitation All qualified responsible sources may submit an offer that shall be considered by the agency Estimated closing for Proposals is 4 January 2002 Bidders if a Large Business shall submit a subcontracting plan in accordance with FAR 522199 SMALL BUSINESS SUBCONTRACTING PLAN OCT 2000 ALTERNATE I OCT 2000

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM NORTHWEST
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
R -- Administrative and Meeting Support for the Clinical Trials Network
Notice ID 5f4825134084383adb76a9b68dbc8ec3

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
28---Turbine Assembly,Ga
Notice ID 7ed916fc460608ed9cfc13d8bc27108b

NSN 7R2840013470733DQ Ref Nr 23032161 Qty 4 EA Delivery FOB Origin The subject item requires Government source approval prior to contract award as the item is flight critical andor the technical data available has not been determined adequate to support acquisition via full and open competition Only the sources previously approved by the government for this item have been solicited The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source If you are not an approved source you must submit together with your proposal the information detailed in the a hrefhttpwwwnavicpnavymilsabssassascoverhtm US Navy Aviation Supply Office Source Approval Information Brochure This brochure identifies technical data required to be submitted based on your companys experience in production of the same or similiar item or if this is an item you have never made This brochure can be obtained by calling NAVICPP at 215 697 4243 If your request for source approval is currently being evaluated at NAVICPP submit with your offer a copy of the cover letter which forwarded your request for source approval Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation Please note if evaluation of a source approval request submitted hereunder cannot be processed in time and or approval requirements preclude the ability to obtain subject items in time to meet government requirements award of the subject requirement may continue based on Fleet support needs The NAVICP Commercial Item Identification Brochure is now available at a hrefhttpwwwnavicpnavymil07073homehtm httpwwwnavicpnavymil07home073htm drawings are not available see note 26 See Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
A--19-Ships, Small Craft, Pontoons and Floating Docks
Notice ID b4b2c07fa0d61231d29c854f1719f8bb

17 Naval Undersea Warfare Center Division Keyport requires drydock services of the USNV Liberty Bay YP701 built by Marionette Marine 1984 108 overall length 243 Beam 6 DWL 175 ton full load displacement hull construction wood double planked with aluminum superstructure Services to include labor equipment and material to accomplish drydocking and undocking vessel replace hull and shaft zinc anodes pressure wash underwater hull freeboard and superstructure open and inspect hull valves sea strainers and seachests clean marine sanitation devices MSD replace flush mounted deck scuttles replace port and starboard exhaust baffles clean fuel tanks replace rope guard port side quote optional item paint superstructure Ships scheduling require that work shall commence on or before 11 Feb 2002 and all services to be completed and vessel ready for tra nsit on or before 28 Feb 2002 NUWC Division Keyport will be responsible for delivery of vessel within 100mile radius Contractors outside of this radius shall be responsible for towing the vessel to their facility and upon completion of work return the vessel to NUWC Division Keyport by required delivery date This acquisition has been set aside 100 for small business Simplified Acquisition Procedures apply All Request for Quote packages shall be available for download via NUWC Division Keyport website httpkptecokptnuwcnavymil on or about 10 Jan 2002 Award shall be made on or about 04 Feb 2002 All responsible sources may submit a quotation which if timely received shall be considered by the agency No telephone requests for the solicitation package will be accepted Fax quote responses to 3603967036 See Numbered Note 1

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVAL UNDERSEA WARFARE CENTER
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
J --Antenna Subassembly, In Repair/Modification Of
Notice ID f1fa0a14fcb86d082d5423feaf79a86a

NSN 7G5985010242084 SPEC NR TDP VER 001 Ref Nr 1045507G1 Qty 21 EA Deliver to Receiving Officer Fisc Norfolk Norfolk VA See Notes 926

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT MECH
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09