• 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 8281 - 8290 of 7209467 results
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 88c9e751ec8748ef11c71dd66c6055c8

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
favorite_border
favorite
99--Engineering/Tech Svcs for Aviation Safety Risk Analysis Program
Notice ID cf3e8a810821964e6309734b92dfb6f3

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
W -- Lease with option to purchase two type II/III fire engines
Notice ID dfaf8d8bac8c4ea2acd8950f5c3336ac

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4610 30 CONS PK
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
16 -- Butterfly Valve and Temperature Control Valve
Notice ID 4eb1edd34abb4af591a7c90276c3eb25

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
83 -- Reversible Comforters
Notice ID e012b372ceb8f4e85b40f51590eb644d

This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR 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 issued as a Request For Quote RFQ solicitation number F0561102T0017 in accordance with FAR Parts 12 13 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 The North American Industrial Classification System NAICS number is 314129 This requirement is set aside 100 for small business CLIN 0001 Comforter Reversible Color Academy Blue Color Edging Pimento Overall size 53 inches W X 99 inches L Interior elements Model A4763 Contents 50 polyester fill 100 bonded polyester 8 oz per yard lining 100 spunbonded polyproplene binding 100 nylon custom color pimento thread 100 nylon plain weave blue Comforter to be quilted with a single diamond lockstitch Edge binding to be sewn on all four sides and approved by the USAFA Identification label 2 inches long by 2 inches wide made of white cloth sewn on one side center top of comforter Construction on all sides to be serged prior to sewing on binding Weight 3 14 lbs per unit minimum plus 4 oz colorfast for dry cleaning Radius on curved ends to be manufactured to match existing units Each comforter will be packed in plastic individually Sample of Identifaction label will be supplied with the purchase order Quantity 1500 each Unit Price Total Amount Packaging and Marking requirements 1 each per package Bar Code label must be placed on each individually packaged comforter with USAFA approved stock number with brief description Bar Code 39UPC Bar Code sample must be approved 522094 First Article Approval Government Testing Sep 1989 a The Contractor shall deliver one units of the first LotItem within five calendar days from the date of this contract to the Government at the delivery address Block 15 SF 1449 for first article tests The shipping documentation shall contain this contract number and the LotItem identification The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contractb Within two calendar days after the Government receives the first article the Contracting Officer shall notify the Contractor in writing of the conditional approval approval or disapproval of the first article The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract A notice of conditional approval shall state any further action required of the Contractor A notice of disapproval shall cite reasons for the disapproval c If the first article is disapproved the Contractor upon Government request shall submit an additional first article for testing After each request the Contractor shall make any necessary changes modifications or repairs to the first article or select another first article for testing All costs related to these tests are to be borne by the Contractor including any and all costs for additional tests following a disapproval The Contractor shall furnish any additional first article to the Government under the terms and conditions and within the time specified by the Government The Government shall act on this first article within the time limit specified in paragraph b of this clause The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests d If the Contractor fails to

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA7000 10 CONS LGC
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
23 -- 9 Passenger Carryalls
Notice ID d6fb8b556596b380842220d51f57b3eb

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Solicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
J -- Resurface Flight Deck USCGC CONFIDENCE (WMEC-619)
Notice ID cb137fc605a8b24ebde129e271bd20f7

This is a modification to a previous synopsis of a requirement for ship repair This is a Request for Quotation RFQ number DTCG8002Q3FAN43 The North American Industry Classification System NAICS code is 336611 and the size standard is 1000 employees The requirement is for the following Contractor to provide all labor materials equipment parts services and competence to perform the following onboard USCGC CONFIDENCE WMEC619 1 Resurface Flight Deck including Talon Grid Cover using Hydroblast Method for removal of old Flight Deck Material Performance period is April 3 to April 17 2002 Place of performance is the vessels homepier located at 9235 Grouper Road Cape Canaveral FL 329204402 Specifications to be provided on request The government will award a purchase order resulting from this solicitation to the responsible offeror whose conforming to the solicitation will be most advantageous to the government price and other factors considered The following factors shall be used to evaluate offer Price and Technically acceptable The proposed solicitation listed here will be awarded as part of the Small Business Competitiveness Demonstration Program Request for Quote packages will be available on December 31 2001 and quotes are due on January 11 2002 400 pm Eastern Standard Time to Commander vpl1 MLCLANT 300 East Main Street Suite 600 Norfolk VA 235109102 Requests for Quotations and additional information requests may be faxed to 757 6284676 attn Kevin Brumfiel This notice is for informational purposes for Minority WomenOwned and Disadvantaged Business enterprises to acquire shortterm working capital assistance for transportationrelated contracts Loans are available under the DOT Shortterm Lending Program STLP at prime interest rates to provide accounts receivable financing The maximum line of credit is 500000 For further information and applicable forms concerning the STLP call the OSDBU at 800 5321169 For information concerning the acquisition contact the contracting official listed above

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
S -- FULL FOOD SERVICE, FOR 17 DINING FACILITIES AT LACKLAND AFB, LACKLAND ANNEX, AND CAMP BULLIS, TEXAS
Notice ID 406aa1836ba7f3913c3fcb4ca10c9c1e

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA3016 502 CONS CL
  • Notice Type Award Notice
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
J -- ELEVATOR MAINTENANCE AND REPAIR SERVICES (01 Jan 2002-31 Mar 2002)
Notice ID 6f9b8168c9113978ea495006c6d5c404

This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR subpart 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation A quote is being requested and a written solicitation will not be issued Solicitation number F4161202T0005 is hereby issued as a request for quote The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9719 This acquisition is under Standard Industrial Classification Code 7349 with a Size Standard of 12M This acquisition is being solicited Full And Open Unrestricted Period of Performance is 1 Jan 2002 thru 31 Mar 2002 DESCRIPTION OF SERVICES The contractor shall provide all management tools supplies equipment and labor necessary to maintain and repair 27 elevators at Sheppard Air Force Base TX The maintenance work shall be in accordance with commercial practices or manufacturers specifications instructions handouts and American Society of Mechanical Engineers ASMEguidelines and shall be intended to maintain the elevators in safe and reliable operating condition Contractor shall perform monthly and bimonthly maintenanceITEM 0001 BIMONTHLY MAINTENANCE ITEM 0001AA 6 ELECTRIC ELEVATORS QTY 36 EA ITEM 0002 MONTHLY MAINTENANCE ITEM 0002AA 10 HYDRAULIC ELEVATORS2 LANDINGS QTY 30 EA ITEM 0002AB 9 HYDRAULIC ELEVATORS3 LANDINGS QTY 27 EA ITEM 0002AC 1 HYDRAULIC ELEVATOR 6 LANDINGS QTY 3 EA ITEM 0002AD 1 HYDRAULIC ELEVATOR 7 LANDINGS QTY 3 EA The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order FAR Clause 522021 Definitions 522036 Restrictions On Subcontractor Sales To The Government 522037 AntiKickback Procedures 522044 PrintingCopying Double Sided On Recycled Paper 522121 Instructions To OfferorsCommercial Items Each Offeror Shall Include A Completed Copy Of The Provisions At Far Clause 522123 Offeror Representations And CertificationsCommercial Items With The Quotation Far Clause 522124 Contract Terms And ConditionsCommercial Items With The Following Addendum DFARS 2522047004 Required Central Contractor Registration Far Clause 522125 Contract Terms And Conditions Required To Implement Statutes Or Executive OrdersCommercial Items Paragraph A And B Of The Clauses Incorporates By Reference The Following Far Clauses 522223 Convict Labor EO 11755 522333 Protest After Award 31 USC 3553 5222221 Prohibition Of Segregated Facilities 5222226 Equal Opportunity EO 11246 5222235 Affirmative Action For Disabled Veterans And Veterans Of The Vietnam Era 38 USC 4212 5222236 Affirmative Action For Handicapped Workers 29 USC 793 5222237 Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era 38 USC 42125222516 Sanctioned European Union Country Services EO 12849 5222241 Service Contract Act Of 1965 As Amended 41 USC 351 5223233 Payment By Electronic Funds Transfer 31 USC 3332 DFARS Clause 2522127001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items A firmfixed price purchase order will be issued in writing No telephonic responses will be processed Award shall be made only to contractors who have registered with the Central Contractor Registration at wwwccr2000com Quotes MUST BE RECEIVED NLT 1200 NOON CST 31 DEC 2001 Email and faxed proposals will be accepted email shonJohnsonsheppardafmil fax 940 6763784 Submittals must be signed and dated

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA3020 82 CONS LGC
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
49 -- VARIOUS PARTS FOR FLOURIDE ION CLEANING OVENS
Notice ID 04d5a7f23ab3d5d188222a2859b5d8ca

THIS IS A SOLE SOURCE REQUIREMENT TO TICOATING SYSTEMS IN UTICA MI VARIOUS REPLACEMENT PARTS FOR FLOURIDE ION CLEANING OVENS MANUFACTURED BY TICOATING SYSTEMS UTICA MI A COMPLETE LIST WILL BE ON THE REQUEST FOR QUOTE APPROXIMATE ISSUE DATE IS JAN 14 2002 ANTICIPATED AWARD DATE IS JAN 31 2002 REQUIRED DELIVER IS 45 DAYS ARO

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