• 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 8301 - 8310 of 7209467 results
favorite_border
favorite
78 -- Athletic/Running Shoes
Notice ID 705fa982ba93c2ec3bf3fd01542fd505

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 quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED The solicitation number for this procurement is F0960701T0014 and is issued as a Request for Quotation RFQ This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 9727 Defense Acquisition Circular DAC 9113 and Air Force Acquisition Circular AFAC 964 The solicitation is a small business set aside For informational purposes The Standard Industrial Classification Code is 3149 The North American Industry Classification System is 316219 The small business size is 500 employees The BID SCHEDULE shall be for assorted running shoes The solicitation schedule shall be for the following line items 0001 to 0052Part no Type Pairs Size 8430 PADI554 Adidas Response 01 2 13 8430PAD600 Adidas Equipment Ride III 2 10 8430PADI1624 Adidas Beltline 5 8 92 10 11 8430PADI628 Adidas Supernova Xtra II 1 115 8430PASC220 Asics GelKayano 5 92 1053 8430PASC410 Asics GelMagic 2 10 8430PASC444 Asics GelLyte 3 9 1052 8430PASC480 Asics GT 2060 1 85 8430PASC494 Asics GelMC Plus V 2 11 8430PASC518 Asics GelKayano 01 19 852 94 955 104 1052 11N2 8430PASC522 Asics GelNimbus III 9 952 103 112 11W2 8430PASC526 Asics GelLyte DS II 2 95 8430PASC528 Asics Gel Foundation III 5 8 9 952 11 8430PASC536 Asics Gel 100TR 1 10 8430PASC542 Asics GelDS Trainer VII 4 95 10 112 8430PASC547 Asics GelPreleus Men 2 8 8430PASC548 Asics GelPreleus Women 2 1011 8430PASC549 Asics Gel Eagel 1 85 8430PNBA100 New Balance 998 2 115 8430PNBA218 New Balance 991 18 952 105 1053 114 132 142 8430PNBA220 New Balance 829 4 85 112 115 8430PNBA222 New Balance 1020 2 10 115 8430PNBA272 New Balance 962 2 9W 8430PNBA274 New Balance 608 2 10 11 8430PNBA298 New Balance 1121 2 105 12 8430PNBA444 New Balance 804 12 93 95 1054 11D 122 125 8430PNBA460 New Balance 763 3 85 1152 8430PNBA464 New Balance 804 1 11 8430PNBA466 New Balance 904 5 93 11 115 8430PNBA480 New Balance 1021 5 95EE 102 11 11D 8430PNBA486 New Balance 830 4 112 1152 8430PNBA488 New Balance 750 4 10 8430PNBA490 New Balance 1040 8 95EE 102 1052 112 11D 8430PNBA492 New Balance 704 2 95 11 8430PNBA496 New Balance 851 2 13 8430PNIK222 Nike Air Max Trainwind 2 105 8430PNIK230 Nike Presto Faze White 2 10 8430PNIK234 Nike Air Durham 1 105 8430PNIK235 Nike Air Terra Grande Women 1 95 8430PNIK236 Nike Air Terra Grande 3 1052 12 8430PNIK262 Nike Air Storm Pegasus 3 1052 11 8430PNIK264 Nike Air Kantara 7 9 102 105 123 8430PNIK272 Nike Air Presto Faze 1 11D 8430PNSP110 Montrail Vitresse 1 11 8430PNSP112 Montrail Hurricane Ridge GTX 3 10 112 8430PSCN226 Saucony 3D Grid Hurricane 96 2 13 8430PSCN286 Saucony 3D Grid Tornado 01 1 95 8430PSCN294 Saucony Grid Web 01 2 10 8430PSCN296 Saucony 3D Grid Hurricane 01 3 11 1152 8430PSCN318 Saucony Grid Shadow 01 2 105 8430PTNF002 North Face Avalanche Creek Low 2 95 12 8430PTNF004 North Face Ultra 100 2 10 12 DELIVERY Delivery is required 2 WEEKS After Receipt of Order ARO and shall be delivered to 7196B Savannah Street Moody AFB GA 31699 FOB POINT Destination Provision at FAR 522121 Instruction to Offerors Commercial Items applies to this acquisition Request for Quotation RFQ should be submitted and shall contain the following information RFQ NUMBER TIME SPECIFIED FOR RECEIPT OF OFFE

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4830 23 CONS CC
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
17 -- PRELOAD STAND
Notice ID 8cc7d13643d3283e9c4ffc54abe30ed2

The government has a requirement for 9 each preload stands NSN 1730009438309RN PN 65E355361 APPL MULTIPLE AIRCRAFT CBD NOTES NOTES 1 AND 26 APPLY THE SOLICITATION WILL BE PUBLISHED TO THE FED BIZ OPPORTUNITIES WEBSITE PLEASE FOLLOW THE LINK HTTPWWWEPSGOV TO ACCESS THE SOLICITATION AND DRAWINGSLOCAL NOTE B All potential offerors should contact the buyerPCO identified above for additional information andor to communicate concerns if any concerning this acquisition If your concerns are not satisfied by the contacting officer an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer but to communicate serious contractor concerns issues disagreements and recommendations to the appropriate government personnel When requested the Ombudsman will maintain strict confidentiality as to the source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process When appropriate potential offerors may contact Ombudsman Maj Chris Harrington Chief Contract Policy Division at 9129262604 Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns LOCAL NOTE F This acquisition maydoes involve technology that has a military or space application The only US contractors who may participate are those that are certified and registered with DLSC 18003523572 and have a legitimate business purpose US contractors must submit a copy of their current approved DD Form 2345 with their request for solicitation To request this certification write to the Commander Defense Logistics Services Center ATTN DLSCFEB Federal Center Battle Creek MI 490173084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number The solicitationdata package will be mailed to the data custodian identified in block 3 of the DD Form 2345 The extent of foreign participation has not yet been determined MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from nonMOU country sources Nothing in this notice contradicts other restrictions identified in the synopsis notice or solicitation regarding eligible sources eg if this is a smallbusiness setaside foreign sources may not participate as potential prime contractors but could if otherwise eligible participate as subcontractors

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
83 -- Wool blankets
Notice ID c5c5bcd7e59b90c9c43ae9de14dad3e1

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 F0561102T0020 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 Blanket 100 wool with serge salbage stitching on all four sides finished Size 90 inches X 72 inches Color Red Manufactured in accordance with USAFA PD 34 LSLGU 183 which is attached Quantity 1440 each Unit Price Total Amount Packaging and Marking requirements 10 each per box individually wrapped in plastic Bar Code label must be placed on each individually packaged blanket with USAFA approved stock number with brief description Bar Code sample must be approved A sample barcode will be provided with the purchase order 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 deliver any first article on time or the Contracting Officer disapproves any first article the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract e Unless otherwise provided in the contract the Contractor 1 May deliver the approved first article as a part of the contract quantity provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing and 2 Shall remove and dispose of any first article from the Government test facility at the Contractors expense f If the Government does not act within the time specified in paragraph

  • 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
84 -- Plastic coat hangers
Notice ID ca0e233190d4579016ce49ab4df6d12e

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 F0561102T0019 in accordance with FAR Parts 12 13 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 This requirement is a HUBZone set aside CLIN 0001 Hanger Coat Mens and Womens constructed of unbreakable plastic Hanger has trouser bar and swivel hook Dimensions Horizontal trouser bar 16 inches long Each side of angled top bar 10 inches These hangers must support the Cadet Issue overcoat Therefore a strong heavy duty finished product is required Color Brown or blueLINE ITEM 0001 Quantity 27000 each Unit Price Total Amount CLIN 0002 Hanger skirt Womens constructed of unbreakable plastic Hanger has a swivel hook Also two metal or plastic grips provided on the horizontal bar The top bar is notched in order to hold lingerie straps etc Dimensions Horizontal Bar is 16 inches long Each side of angle top bar is 9 inches A strong finished product is required Color Brown or Blue LINE ITEM 0002 Quantity 864 each Unit Price Total Amount Packaging and marking requirements CLIN 0002 will be 6 each skirt hangers and 12 each coat hangers individually boxed which will equal 144 boxes The mens will have 18 each coat hangers individually boxed which will total 1500 boxes Delivery requirement FOB for this RFQ is Destination Delivery will be required no later than 1 May 2002 The clause at 522121 Instructions to OfferorsCommercial Items with the following addenda applies to this solicitation FAR 522121f In addition quotes may be faxed to Operational Contracting Office 7193334404 ATTN Mike Slocum The provision at 522122 Evaluation Commercial Items applies to this acquisition The Government will award a contract resulting from this solicitation to the responsive responsible offeror with the lowest price most technically acceptable offer those offers that meet or exceed technical acceptability standards Offers shall include a completed copy of the provision at 522123 Offeror Representations and CertificationsCommercial Items with its offer The clause 522124 Contract Terms and ConditionsCommercial Items 5323233 Mandatory Information For Electronic Funds Transfer Payment The clause at 522125 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items applies to this acquisition Additional FAR clauses cited in the clause applicable to this acquisition are b12 13 14 15 DFARS 2522127001 Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items NOV 1995 applies to this acquisition with the inclusion of the following DFARS 2522047004 MAR 1980Required Central Contractor Registration DFARS 2522257000 Buy American Act Balance of Payments program certificate Sep 1999 Offers must be received NLT Noon Mountain Daylight Time 18 January 2002 at Operational Contracting Office 8110 Industrial Drive Suite 200 USAF Academy CO 808402315

  • 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
84 -- Baseball caps for Cadet Wing
Notice ID 5409ee0549788e856001e7cf998dbef7

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 F0561102T0018 in accordance with FAR Parts 12 13 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 This requirement is a HUBZone set aside CLIN 0001 Cap Baseball Red One size fits all LINE ITEM 0001 Quantity 3400 each Unit Price Total Amount The baseball cap style and color must match existing stock Packaging and Marking requirement Unit pack of 10 each per box Bar Code Label Request one USAF Academy approved bar code label be placed on each brim of the cap as well as each shipping carton of 10 each A sample bar code label will be provided with the purchase order to the successful awardee 522094 First Article Approval Government Testing Sep 1989a The Contractor shall deliver unit 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 contract b 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 deliver any first article on time or the Contracting Officer disapproves any first article the Contractor shall be deemed to have failed to make delivery within the meaning of the Default clause of this contract e Unless otherwise provided in the contract the Contractor 1 May deliver the approved first article as a part of the contract quantity provided it meets all contract requirements for acceptance and was not consumed or destroyed in testing and 2 Shall remove and dispose of any first article from the Government test facility at the Contractors expense f If the Government does not act within the time specified in paragraph b or c of this clause the Contracting Officer shall upon timely written request from the Contractor equitably adjust under the Changes clause of this contract the delivery or perfo

  • 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
28 -- Support Assembly
Notice ID 8eafcb74b2595cc3897214519d4c49cb

NSN 2840006087627OJPN 6785234 Noun Support Assembly Item Description Item is cone shaped made of steel approximately 7 58 inches in diameter at the mount base and 8 inches tall The mount base has 12 holes approximately 516 inch diameter equally spaced A groove is machined in the forward flat of the mount base inside the diameter of the 12 mount holes 5 alignment tabs are welded equally spaced around the rear face of the mount base flange A round flat plate is welded inside the cone approximately 3 inches from and parallel to the forward face of the cone base The flat plate has a machined raised ring and 4 equally spaced threaded holes inside the diameter of the ring The rear point of the cone has a threaded mount stud with lockwire holes near the end of the stuff Rearward of the mount flange the cone has a rectangular shaped protrusion to allow for clearance of the oil scavenge pump assembly Applicable to T56 Engine Destination FB2039 Delivery October 2002 Qty 99 Qualification Requirements Sources must be qualified prior to being considered for award The solicitation will contain instructions for obtaining further information on this requirement The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9202A do not apply Qualification requirements apply to line items 0001 The approximate issue date of the solicitation will be 18 January 2002 The approximate response date of the solicitation will be 19 February 2002 The anticipated award date will be 31 March 2002 Written and electronic procedure will be used for this solicitation To Rolls Royce Corporation Indianapolis IN First Article Test Required No telephone requests Only written or faxed requests received directly from the requestor are acceptable Written requests may be emailed to jeffreyslaytontinkerafmil or faxed to OCALCLPDAB Attn Jeff Slayton 405 7348106 All responsible sources solicited may submit a bid proposal or quotation which shall be considered Award will be made only if the offeror the productservice or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 522091 The solicitation will identify the office where additional information can be obtained concerning qualification requirements It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms listed Note While price will be a significant factor in the evaluation of offers the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation Note An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer but to communicate contractor concerns issues disagreements and recommendations to the appropriate government personnel When requested the Ombudsman will maintain strict confidentiality as to source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process Interested parties are invited to call the Ombudsman at 405 7363273 DO NOT CALL THIS NUMBER FOR SOLICITAION REQUESTS

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
J -- Resurface Flight Deck USCGC CONFIDENCE (WMEC-619)
Notice ID e13cc553a97980e6c04d7c369dc690ee

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
Y -- SEWER MAIN AND INDIVIDUAL SERVICE LINES
Notice ID 66a68ecfda6437b45bf86d36fdc9fb3f

RFP 892 The Indian Health Service Office of Environmental Health and Engineering Phoenix Area proposed contract is set aside 100 for competition among small business under 8 a Program The contractor shall provide all labor materials equipment and supervision necessary to construct 1540 ft of sewer main and three 3 individual services lines and all other appurtenances at upper Moencopi Village on the Hopi Indian Reservation in Coconino County Arizona All submittals shall be in accordance with solicitation package RFP 892 In accordance with FAR 36204 the estimated price range for this construction project ranges between 2500000 and 10000000 Solicitation Packages shall be available for mailing on January 8 2001 Bid proposals will be due by close of business Friday January 25 2001 All requests for solicitation packages shall be submitted through facsimile andor email All request require full name of company address and telephone number Fax 602 3645030 Email address jaimecatronnorrismailihsgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
28 -- TURBOCHARGER, SERVICE TO OPEN, INSPECT, REPORT AND POSSIBLE REPAIR
Notice ID 3f637a3b13845c04484967a6946aaec7

Purpose of this modification is replace See Note 22 with See Note 23 All other terms and conditions apply For the service to open inspect report and repair of NSN 2950010577734 Turbocharger OEM Elliott Turbomachinery Co Inc Ebara Corp PN 16702186model H56 quantity two each used on 378 Foot WHEC COAST GUARD VESSELS Repair to be conducted in accordance with USCG Overhaul Description NAICS 811310 Size Standard 50 Delivery shall be FOB Destination USCG Engineering Logistics Center 2401 Hawkins Point Road Baltimore MD 21226 Offerors must be an authorized OEM repair facility All parts to be furnished in the overhaul must be genuine OEM Parts Concerns that respond to this notice must fully demonstrate their capabilities by submitting 1 Verification that they are an authorized repair facility for the OEM 2 Verification that they can obtain the required replacement parts from the OEM and 3 verification that the concern has previously overhauled these Turbochargers for the Government or the OEM Note No Drawings Specifications or schematics are available from this agency All responsible and responsive sources are invited to express their interest and ABILITY to perform the abovedescribed repair via fax in writing to Sue Wiedmann no later than January 11 2002 The following FAR clauses apply to this solicitation Offerors may obtain full text versions of these clauses electronically at httpwwwarnetgovfar FAR 522121 Instructions to OfferorsCommercial Items OCT 2000 522122 EvaluationCommercial ItemsPricing consideration and past performance are evaluation factors JAN 1999 FAR 522123 Offeror Representations and CertificationsCommercial Items FEB 2000 with Alt 1 included FAR 522124 Contract Terms and ConditionsCommercial Items MAY 1999 FAR 522125 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items JUL 2000 The following clauses listed in 522125 are incorporated 5222221 Prohibition of Segregated Facilities Feb 1999 5222226 Equal Opportunity EO 11246 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 29 USC 793 5222236 Affirmative Action for Workers withDisabilities5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 38 USC 4212 5222241 Service Contract Act of 1965 as Amended 5222242 Statement of Equivalent Rates for Federal Hires 522251 Buy American Act Balance of Payments Program Supplies 41 USC 10a10d 5222513Restrictions on Certain Foreign Purchases EO 1272212724130591306713121 and 13129 5223234 Payment by Electronics Funds TransferOther than Central Contractor Registration 21 USC 3332 the time period mentioned in paragraph b1 of the clause is concurrent with the first request The following items are incorporated as addenda to this solicitation TAR clause 125221190 Bar Coding Requirements OCT 1996 TAR clause 125221390 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement OCT 1994 Copies of TAR clauses may be obtained electronically at httpwwwdotgovostm60 ATTENTION Minority Womenowned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT shortterm Lending Program STLP offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts Maximum line of credit is 500000 with interest at the prime rate For further information call 800 5321169 Internet address httposdbuwebdotgov See Notes 23

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
Notice ID 5fd4b2dc1b7592aa3c1a18122f45e087

No Description Provided

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS REGION 7 ACQUSITION CENTER
  • Notice Type Award Notice
  • Published Date 2001-12-28 14:00:00+09