• 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 8271 - 8280 of 7209467 results
favorite_border
favorite
99--Engineering/Tech Svcs for Aviation Safety Risk Analysis Program
Notice ID 41e4d0bc93d315984e1fdfb5dbe21d82

Updated SIR DTFA0302R00004 OFFERORS ARE INSTRUCTED TO USE THE SIR WITH EVALUATION CRITERIA AS FOLLOWS TECHNICAL APPROACH 51 PTS MAXIMUM CORPORATE EXPERIENCE 35 PTS MAXIMUM KEY PERSONNEL 14 PTS MAXIMUM THE PREVIOUS POSTING ALSO DATED JANUARY 15 2002 INCLUDED THE WRONG SIR The William J Hughes Technical Center intends to procure Engineering and Technical Services in support of the Aviation Safety Risk Analysis Program and Terminal Area Safety Program for the Risk Analysis Section at the FAA William J Hughes Technical Center This is a setaside for Socially and Economically Disadvantaged Businesses that are expressly certified by the Small Business Administration SBA for participation in the SBAs 8a program The North American Industry Classification Code for this procurement is 541330 and the size standard is 40 million A cost plus fixed fee contract is contemplated The period of performance is for one year with four oneyear options The anticipated start date is March 3 2002 Award will be made on a best value basis The technical proposals will be significantly more important than the costprice proposal The Government reserves the right to award on other than the lowest offer As proposals become more equal in their technical merit the evaluated costprice becomes more important Offerors will be evaluated on the basis of Technical Approach 51 points Corporate ExperiencePast Performance 35 points and Key Personnel 14 points Award may be made on initial offers The Screening Information Request SIR proposals are due by 400 PM EST February 14 2002

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL AVIATION ADMINISTRATION
  • Office 692M15 ACQUISITION & GRANTS, AAQ600
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
99--Engineering/Tech Svcs for Aviation Safety Risk Analysis Program
Notice ID 6d755b16d26a3de78faff1e1948d3fd5

No Description Provided

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL AVIATION ADMINISTRATION
  • Office 692M15 ACQUISITION & GRANTS, AAQ600
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
99--Engineering/Tech Svcs for Aviation Safety Risk Analysis Program
Notice ID 722f0886818dbfaf8c7c13af528a03e2

No Description Provided

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL AVIATION ADMINISTRATION
  • Office 692M15 ACQUISITION & GRANTS, AAQ600
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
99--Engineering/Tech Svcs for Aviation Safety Risk Analysis Program
Notice ID d89a547a262a14592686c6ec472ebb11

No Description Provided

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL AVIATION ADMINISTRATION
  • Office 692M15 ACQUISITION & GRANTS, AAQ600
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
Notice ID 6ab7ba56cf95d4b2d3482d6f82ee68d4

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
Z -- EXHAUST SYSTEM FOR SANDBLAST FACILITY, USCG GROUP PORTLAND, ME PORTLAND, ME
Notice ID 4fb36ebd5beb9a7a1f62c946663c0a1b

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
Z -- Phase III Rehabilitation of USCG Air Station Hangar at Sitka, Alaska
Notice ID 365f5d7963e97f80b4503edf69d0742f

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
20 -- DIGITAL CONTROL AUTOPILOT SYSTEMS (11) FOR USCG
Notice ID dd5a8d8df769da80f42610b43a5215a2

17 i This 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 issuedii Solicitation Number DTCG8502R625146 iii The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 0101 iv The NAICS code for this acquisition is 336611 and the small business size standard is 1000 This procurement is issued in accordance with the SBCDP v A list of contract line item numbers and items quantities and optional items are as listed below Contractor shall provide all labor and materials to accomplish the following IAW all local state and federal laws and regulations Install digital control autopilot systems on 11 378 cutters 3 are located in Alameda CA 2 are located in San Diego CA 2 are located in Seattle WA 2 are located in Honolulu HI and 2 are located in Charleston SC A DEFINITE ITEMS CLIN DESCRIPTION PRICE 0001 Digital Control Autopilot system Price for each system includes labor and material to install X 11 0002 Price for spare parts each cutter includes list and price for each spare part X 11 0003 Technical ManualsOperating GuidesDrawing Mark Ups X 11 0004 Travel Costs CUTTER LOCATION PERFORMANCE PRICE A CGC MORGENTHAU Alameda CA 20 Feb8 Mar 2002 B CGC SHERMAN Alameda CA 11 Mar26 Mar 2002 C CGC BOUTWELL Alameda CA 14 Jun2 Jul 2002 D CGC HAMILTON San Diego CA 15 May31 May 2002 E CGC CHASE San Diego CA3 Jun19 Jun 2002 F CGC RUSH Honolulu HI 12 Jun27 Jun 2002 G CGC JARVIS Honolulu HI 1 Jul 17 Jul 2002 H CGC MELLON Seattle WA 9 Aug 21 Aug 2002 I CGC MIDGETT Seattle WA 18 Jul 2 Aug 2002 J CGC GALLATIN Charleston SC 3 Jun 19 Jun 2002 K CGC DALLAS Charleston SC 24 Jun 9 Jul 2002 TOTAL DEFINITE ITEMS B OPTIONAL ITEMS CLIN DESCRIPTION 001 Digital Control Autopilot system Includes labor and material to to install 1 002 Price for spare parts for one autopilot systeminclude list and price for each spare part 1 003 Technical Manual 1 004 Operating Guide 1 005 Drawing Mark Up 1 NOTE Location of cutter performance period and travel costs to be determined at a later date vi Description of requirements for the items to be acquired Autopilot system shall continuously monitor ships inputs and adapt control signals to provide the most efficient control of the rudder Autopilot shall interface with the following equipment MK19 Gyrocompass SRD331 SpeedLog GPS MX200 Autopilot shall have the ability to function in the following modes Automatic track control radius of turn control rateofturn control and gyro Autopilot system shall consist of the following major components and necessary cablingwiring Operator unitcontrol panel control unitelectronics unit feedback unitservo amplifier new lever steerer 2 pots scale 45045 Operator unitcontrol panel and control unitelectronics unit shall fit in existing gyropilot stand Specifically height and width of operator unitcontrol panel shall not exceed 12 by 12 respectively Additionally the control unitelectronics unit shall fit under the bridge console

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
M -- Cafeteria operation services
Notice ID a13dc3569c48b517473973c2bee97d39

The Federal Emergency Management Agency FEMA intends on soliciting a quotation from Lodestone Group Inc 188 East Cottonwood Loop Saratoga Springs UT on a sole source basis to provide food services for search and rescue personnel deployed at Utah National Guard Camp Williams Barrack Draper UT in support to the 2002 Salt Lake City Olympics The contractor will be required to provide three hot meals daily to approximately 200 individuals stationed at Camp Williams utilizing the barracks existing kitchen equipment and cafeteria space The period of performance will be one 1 month from February 1 2002 through February 28 2002 It is mandatory that the food services be provided onsite since the search and rescue personnel will be stationed at Camp Williams and the site is very remote and is occasionally inaccessible by car due to severe snow conditions Pursuant to FAR 131062a5 the Contracting Officer has determined that Lodestone Group is the only source that can provide the required services since the firm is the current cafeteria operator for Camp Williams National Guard under another Federal contract and it would be infeasible for more than one contractor to share the same kitchen equipment and cafeteria space provided by the Government In addition it would be uneconomical for another contractor to provide the required services for the limited period of performance of only one month This notice of intent is not a request for competitive quotations

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
55 -- WOOD MARINE AND RANGE KITS FOR DELIVERY TO VARIOUS UNITS LOCATED THROUGHOUT THE SEVENTH AND EIGHTH COAST GUARD DISTRICTS
Notice ID a4b76f02f5ae4397e21faba8e440594a

POC Berta C Gomez Contracting Officer at 305 2786722 FAX 305 2786696 Subject synopsis is amended as follows The bid opening date is changed from January 24 2002 to February 5 2002 at 200 PM local timeReminder to all prospective biddersthere is a nonrefundable charge of 1500 for the bid package The check should be made payable to the US Coast Guard and mailed to Contracting Officer USCG CEU Miami 15608 SW 117th Avenue Miami FL 331771630

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-28 14:00:00+09