• 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 8251 - 8260 of 7209467 results
favorite_border
favorite
Z -- Combined Synopsis/Solicitation for Maintenance Services
Notice ID d9cf1e8793d7c39b88c767ecc38460aa

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 The solicitation number is RFPRMAST02007 The solicitation is issued as a request for proposal RFP for Maintenance Services at the Cass Job Corps Center located in Ozark Arkansas The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200101 This synopsissolicitation is a total small business set aside The associated NAICS code is 561210 The small business size standard is 5 million The solicitation is for one base period and four option periods SCHEDULE OF ITEMS To be considered responsive contractors must provide a price for the base period and Option Periods I IV Contractor to provide a summary sheet detailing how the unit price was arrived at Estimated Quantities The quantities shown in the schedule have been estimated to establish a basis of evaluating proposals for the purpose of award and are not intended to reflect exact quantities Since exact quantities cannot be ascertained in advance the quantities in the schedule may be increased or decreased according to actual need The Government is obligated to pay for only actual quantities received and accepted BASE PERIOD February 1 2002 through June 30 2002 Item Number0001 Description SuppliesServicesMaintenance Services Estimated Quantity800 UnitHours Unit Price Total Price OPTION PERIOD I July 1 2002 through June 30 2003 Item Number0002 Description SuppliesServicesMaintenance Services Estimated Quantity1600 UnitHours Unit Price Total Price OPTION PERIOD II July 1 2003 through June 30 2004 Item Number0003 Description SuppliesServicesMaintenance Services Estimated Quantity1600 UnitHours Unit Price Total Price OPTION PERIOD III July 1 2004 through June 30 2005 Item Number0004 Description SuppliesServicesMaintenance Services Estimated Quantity1600 UnitHours Unit Price Total Price OPTION PERIOD IV July 1 2005 through June 30 2006 Item Number0005 Description SuppliesServicesMaintenance Services Estimated Quantity1600 UnitHours Unit Price Total Price Total Price for Base Period and Option Periods I IV DESCRIPTION OF REQUIREMENTS C 1 SCOPE It is the intent of this solicitation and any resultant contract to obtain Maintenance Services as specified herein The services will be performed at the Cass Job Corps Center C 2 LOCATION AND DESCRIPTION The Cass Job Corps Center is located on Highway 23 18 miles north of Ozark Arkansas and 13 miles north of Interstate 40 in Franklin County C 3 KNOWLEDGEEXPERIENCEABILITIES REQUIRED BY CONTRACTOR The Contractor must have a broad working knowledge of the makeup operation and skill of a variety of maintenance work requirements The Contractor must have a comprehensive understanding and the ability to plan and complete installations inspections preventive maintenance modification repair troubleshooting and testing of various systems within building maintenance such as the following Air ConditioningHeating Units Freezer Units Fire Alarm System Carpentry Plumbing Electrical General Appliance Repair and Service Other Familiarity with the operatio

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office Rocky Mountain Regional Office
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
Z -- Combined Synopsis/Solicitation for Maintenance Services
Notice ID 4a12aeeae1472b9d0d67e123bf5957ef

No Description Provided

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office Rocky Mountain Regional Office
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
P -- Compactor Rental and Trash Removal Services - FDC Philadelphia, PA
Notice ID 04aaafd0ac83a4d34497ef42f3c88564

This modification is written to show the correct due date as January 18 2002

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office FCI OTISVILLE
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
P -- Compactor Rental and Trash Removal Services - FDC Philadelphia, PA
Notice ID 12d3991976af929c68de3fab6fe54b4f

No Description Provided

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office FCI OTISVILLE
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
58 -- winradio receivers
Notice ID 972c138c7362d244749410779248c6f6

The Patuxent River NAWC AD has a requirement to procure two portable sixchannel SIGNET systems WINRADIO MS8006 or equivalent five scanning receivers WINRADIO WR3150i or equivalent and one WR3700i or equivalent in unit 1 and four scanning receivers WR3150i or equivalent in unit 2 All scanners in each unit will be fully integrated in hardware and software to perform as one system Each receiver to be independently controlled as a group Front panel display keyboard or keypad hard drive 4GB min integration and control software and floppy drive required Systems must be built of all new materials Systems warranty for 1 year Antennas required to support these systems are 2Winradio AX12B or equivalent 2 AOR 7000 wideband antennas or equivalent and 2 magnetic mount antenna Winradio ANT03 or equivalent Two each antenna multicoupler Strides burg MC204A and MC104 or equivalent Award is to be made under Simplified Acquisition Procedures All responsible sources may submit a quotation which shall be considered by the agency Request for the RFQ shall be sent via email or faxed to 301 7570200 Attn Betty Goddard Contracts goddardbanavairnavymil Estimated RFQ issue date is 15 Jan 2002 The proposed contract is set aside for small business concerns NOTE DFARS 2522047004 Required Central Contractor Registration applies to all solicitations issued on after 6198 Lack of registration in CCR database will make an offeror ineligible for award Please ensure compliance with this regulation when submitting your offer Call 18882272423 or view at http wwwccrgov for more information When released the Request for Quotation and any amendments if applicable will be available electronically at the NAVAIR web site httpwwwnavairnavymilbusinessecommerceindexcfm under solicitation N0042113370090

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVAL AIR WARFARE CENTER AIR DIV
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
Q -- Q-Radiology Services
Notice ID 9d8a9676fe7c187805f17dd499f1b7a6

No Description Provided

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office WXRO
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
X -- Conference Facility for Worldwide Executive Officer''s Conference
Notice ID 1f5ed1f04b06a8d8f859db934302f775

No Description Provided

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID M/OAA
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
16 -- SPRING ASSY DOWNLOCK NLG
Notice ID de68a0efdd8f225ad65d2c8f23c130bd

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
X -- Conference Facility for Worldwide Executive Officer''s Conference
Notice ID 25073dc97aa4a4997d972f3d25ce0948

Special Note Reference Original CBD Submission No 514803 Dated December 10 2001 Synopsis Posting and CBD Amendment 01 Issued December 12 2001 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 Quotations are being requested and a written solicitation will not be issued The Solicitation is RFQ No MOPAFM0201 and is issued as a Request for Quotations with the evaluation and award prescribed in FAR Part 13 Simplified Acquisition Procedures This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 The vendor will provide 60 sleeping rooms reserved and guaranteed at the prevailing government rate individually paid by USAID employeesguests and conference facilities for the USAID Worldwide Executive Officers Conference from Sunday March 31 through Friday April 5 2002 to include general meeting room breakout rooms refreshments audiovisual equipment etc See attachments 11 Combined SynopsisSolicitation Complete and 12 Amendment 01

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID M/OAA
  • Notice Type Presolicitation
  • Published Date 2001-12-27 14:00:00+09
favorite_border
favorite
68--Peptede Libraries
Notice ID 98d2056b0562f582443b1f2ecc2ef40e

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 2002 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 2001-12-27 14:00:00+09