• 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 8101 - 8110 of 7209467 results
favorite_border
favorite
Z -- Repair Elevators
Notice ID 3befcb858714a183de6e7cf2c7c1867f

Issue date is changed to 122801 with a prebid date of 011002 300PM local time Proposal due date is changed to 012902 400PM local time

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 249-NETWORK CONTRACT OFFICE 9 (36C249)
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
L -- Software and Maintenance Support for Order Management Control System (Pharmaceutical Dispensing System)
Notice ID 52e05a1d901bfd2fca119a2a4a116253

The Government intends to negotiate a commercial FAR Part 12 sole source contract with Lazarus Software Creations Lewisville TX under the authority of FAR 63021 for the maintenance and support of the order management control system for the automated pharmaceutical dispensing system Only one responsible source and no other supplies or services will satisfy agency requirements A justification for other than full and open competition is being prepared in support of this acquisition The Government intends to award a firm fixed price contract for a base year with the Governments option to exercise four 4 one 1 year option periods The location is at the VISN 22 Consolidated Mail Out Pharmacy Los Angeles CA The solicitation is to be issued on or about January 10 2002 with offers due on or about January 29 2001 All requests for the solicitation must be in writing or in person to the Contracting Officer Facsimile requests may be sent to 562 4945828 ATTN Aaron Villalpando 562 9618064 This notice is not a request for competitive proposals The requester must include the RFP Number 60005502 requesters name telephone number and fax number NAICS 514210

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
D -- Microsoft Premier Support Services
Notice ID 6a29582540d5203644071e321afed737

The GSAFTS Region 5 is announcing its intent to procure Microsoft Premier Support to include Account Management and Proactive Technical Services Account Management and Proactive Technical Services includes a Technical Account Managers time for proactive technical consulting and account management services up to 200 hours Windows ASPs for Alliance Support Professional for proactive technical consulting and incident resolution up to 200 hours Exchange ASPs for Alliance Support Professional for proactive technical consulting and incident resolution up to 200 hours The TAMASP hours can be used for Support Consulting Supportability Reviews Remote Diagnosis and Debug Multivendor Coordination Orientation and Planning Sessions Escalation Management Service Delivery Plan Support Usage Reports Monthly Status Meetings and TAM onsite visits Technical Support includes up to 10 Support Incidents to include Hot Fixes Critical Problem Alerts Multivendor Coordination Technical Information Services includes NewsFlashes Expert Roundtable Participation Unlimiteduser ServiceDesk license and Microsoft TechNet Plus Subscription Microsoft Developer Network Subscription Flex Credits up to 500 hours may be applied to any PremierAlliance Service or the funds may be deobligated if not used for support Each monthly invoice shall include the monthly and cumulative hours used in each support area and be submitted through ITSS Use of Microsoft Corporation is being considered to satisfy the Governments requirements No other service provider is known to be capable of providing comparable support to meet the service requirements This announcement constitutes the only solicitation quotations are being requested and a written solicitation shall not be issued This solicitation is a Request for Quotation reference Number 5TC5702C101 This RFQ document and incorporated provisions and clauses are those in effect through FAC 9727 NAICS Code 541199 All Other Information Services This requirement is for a firm fixed price contract Delivery and acceptance of all services shall be by the government program manager at AFCA Scott AFB IL 62225 Delivery of all services for this task shall be from date of award through 31 December 2002 FAR 522522 applies to this acquisition Full text of a clause may be accessed electronically at this address httpwwwarnetgovfar FAR 522121 applies to this acquisition FAR 522122 shall not apply to this acquisition Award shall be made based on best value evaluation using the following criteria in order of importance technical approach staffing plan and cost QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 522123 FAR 522124 applies to this acquisition FAR 522125 applies to this acquisition FAR 522125b The following additional FAR clauses apply to this acquisition 5222226 5222235 5222236 5222237 and 5223233 Offers are due no later than 04 January 2002 300 pm Central Time to GSAFTS Mara E Shultz 10850 Lincoln Trail Fairview Heights IL 62208 Contact Diana Valdez at 618 3984927 voice for information regarding this RFQ or fax 618 3984931

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA FAS AAS REGION 5
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
66 -- ARL 4460 Metals Analyzer
Notice ID ef2c3be9014ae2b04d5a74aeaf33b46a

The US Customs Service is planning a sole source acquisition from Thermo ARL for the purchase of an ARL 4460 Metals Analyzer The unit includes Onemeter focal length vacuum spectrometer MBSR 402 water cooled argon stand CCS excitation source unit Integral measuring electronics section with TRS channels and status control card Dell PentIII computer 17 CRT mon Win 2000 128MB Mem20GB HDD CDROM 48X 2 serial1para4USB ports 46 each Analytical Lines 1 Programmable Attenuator Board WinOE ARLnet 1 Global FE 1 Global Iron Small Samples1 Global AL 1 Global Copper Large Samples 1 Voltage Regulator 5k va 208240V input 1 Argon Regulator 1 Techconnect Modem 1 Las Control Sample 1 CrNi Steel Control Sample 1 19 CRT Vid Screen 1 Low Alloy Steel wheel set 1 Calib Free Cutting Steel 1 Calib of Cr Steel 1 Calib of Cr Ni Steel 1 Calib of NiHard Cast Iron Nodular Steel Calib of Brass Bronze Cu Al Nickel CU ZN NI Onsite basic training at installation and a four day training course within 12 mons Warranty against defects in workmanship and materials for 13 mons Delivery and installation are included

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
V -- Charter Mid-Water to Near-Surface Trawler Vessel
Notice ID d1420e4c7b7bdbeb6c28af1bf15b60d7

Trawl vessels with a minimum registered length of approx 20m 85fta minimum continuous horsepower output from main engine approx 500 hp vessel must be able to tow standard hake trawl gear at a continuous speed of 75 kmhr 4 kts under normally expected fishing conditions however NMFS will provide the actual surface trawl gear and doors Vessel should able to maintain a minimum cruising speed of at least 15 kmhr 8kts in low sea states Vessel should be completely rigged for midwater trawling Fishing vessel to conduct a midwater to nearsurface trawl survey of juvenile salmonids and associated fishes neuston plankton and other biological and physical oceanographic measurements off SW Washington and N Oregon in 2002 At the Governments prerogative the charter will begin in Newport OR Warrenton or Astoria OR or another locations depending on location of chartered vessel Vessel should have an accessory winchboom with approximately 600 ft of 38 cable to deploy CTD and other oceanographic instruments If vessel does not NMFS would be willing to provide a winchboom to be installed for the duration of sampling period Vessel must provide an appropriate deck location where winch could be placed These cruises are scheduled for the last 10 days of May June and September Period of performance May 2231 June 2130 September 2130 2002 with options to perform in 2003 2004 and 2005 The sampling area will be from SW Washington to N Oregon Newport OR The total number of sampling days will be 30 Accommodation for crew and a 5 or 6 person scientific party Minimum crew shall consist of a Captain with five 5 years of trawl fishing experience a master of a comparablesized trawler a engineerfisherman with three 3 years of trawl fishing an a cookfisherman If the contract vessels homeport is a distance from the study area the Government will pay for one travel day For a copy of the solicitation please contact Crystina Elkins at 2065264499 For further information please contact Carla Echols 206 5266370 This is a 100 setaside for small business See Numbered Note 1 The NAICS Code is 483112 with a small business size standard of 500 employees All responsible responsive sources may submit an offer which will be considered by the Agency

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
89 -- Milk & Milk Products
Notice ID 598921570f64250f617a38a536e3da05

No Description Provided

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 250-NETWORK CONTRACT OFFICE 10 (36C250)
  • Notice Type Solicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
89 -- Milk & Milk Products
Notice ID 795d57b947520dafbefbae5539728983

Provide Milk and Milk products for the Department of Veterans Affairs Medical Centers located in Ann Arbor Battle Creek Detroit and Saginaw Michigan for the period March 1 2002 through February 28 2003 Offers shall be submitted to the Point of Contact by no later than 430 pm local time January 28 2002

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 250-NETWORK CONTRACT OFFICE 10 (36C250)
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
66 -- Heavy Duty Laboratory Mechanical Screw Press used for the extraction of oil from oil material with Option 1 and Option 2
Notice ID 77df9a2c068fd947f0cb0f18d03b3eaa

No Description Provided

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier AGRICULTURAL RESEARCH SERVICE
  • Office USDA ARS MWA AAO ACQ/PER PROP
  • Notice Type Award Notice
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
J--Replace Unsafe Furnaces and Related Ductwork, ADOL, East Lansing, MI
Notice ID d693945fc80b3e86fc4da9cb68e36a68

The U S Department of Agriculture Agricultural Research Service Midwest Area has a project entitled Replace Unsafe Furnaces and Related Ductwork B22 Pens 91011and 12 Avian Disease and Oncology Lab East Lansing MI The Magnitude of Construction is estimated between 25000 and 100000 The period of performance is 90 days after receipt of a Notice to Proceed NTP NTP estimated to be issued in March 2002 A Bid Bond shall be required The solicitation will be issued as Request for Proposal No 511420001 and will be available on or about Jan 28 2002 with proposals to be received not later than 200 pm CST Feb 26 2002 The solicitation is issued pursuant to full and open competition and is unrestricted National American Industrial Classification Code of 23331 with a corresponding size standard of 275M All responsible sources may submit a proposal The solicitation packages may be requested free of charge by mail fax or email to USDAARSMWA Contracting Office 1815 North University Street Peoria IL 61604 FAX 3096816683 email jlkingmwaarsusdagov No telephone requests for solicitation packages will be accepted The Government POC for this solicitation is Jerry L King 3096816624

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier AGRICULTURAL RESEARCH SERVICE
  • Office USDA ARS MWA AAO ACQ/PER PROP
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
Z--MERCURY REMEDIATION AT BUILDING 16
Notice ID aa2c6ab0ec0cc8f94ae1507f32ea8474

The site showing for Solicitation Number 3183467 Mercury Remediation Building 16 is scheduled for Friday January 11 2002 at 1000 am Interested parties should meet at the Main Gate

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-27 14:00:00+09