• 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 8321 - 8330 of 7209467 results
favorite_border
favorite
C -- Open-Ended VISN Master Plan Development
Notice ID 8d71521fc70a884e04c12f43e30d18d2

ArchitectEngineer Services General Description The Department of Veterans Affairs VISN XXI VA Palo Alto VA Northern California HCS VMC San Francisco VAMC Sierra Nevada VA Central California HCS VA Honolulu HI Consolidated Contracting Activity CCA 150 Muir Rd Martinez California 94553 is seeking Architectural and Engineering Firms to provide the following Architectural and Engineering Services for various multidiscipline projects AE to furnish services that include but are not limited to medical facilityhealthcare system healthcare facility strategic plan master plan and concept plan development This includes but not limited to preparation of block or line plans site planning magnitude cost estimates investigation services site visits and other related activities validation of required clinical programs and related data VA provided or from healthcare market analysis AE firms in the business of Architectural and Engineering Design are encourage to submit Standard Form SF 254 and SF 255 to the issuing office Attention Mr Vincent I Osorio Contracting Officer CCA90 150 Muir Rd Martinez California 94553 by close of business February 1 2002 Contract performance shall be One Basic Year plus three Option Years Firms submitting SF 254 SF 255 are to be physically located within a 50mile radius of Martinez California This procurement is unrestricted See CBD notes 24 25

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 261-NETWORK CONTRACT OFFICE 21 (36C261)
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
C -- A/E Design Services for Lined Duct Replacement and Mechanical Renovations
Notice ID cbcce2039ac3de138f9d63e40fdf5264

This is a total Emerging Small Business Setaside An Emerging Small Business is defined as a small business concern whos size standard is no greater than 50 of the numerical size standard applicable to the NAICS code assigned to this announcement NAICS code for this announcement is 541330 The small business size standard for this code is 40 milion therfore the emerging small business size standard is 20 million Provide AE design services to include site evaluation determination of requirements recommendations and design for Project 53402104 Lined Duct Replacement and Mechanical Renovations at the Ralph H Johnson Department of Veterans Affairs Medical Center Charleston SC Design to correct evaluation and studies of previous reports about leaking high pressure supply ductwork in the crawl space area replacement of internally lined ductwork located throughout the Medical Center for air quality reasons possible correction of air infiltration repair of air handling units and upgrade of the energy management HVAC control systems may be required Estimated construction 13250000 Disciplines involved are primarily mechanical engineering and electrical engineering but other disciplines including architectural will be required All professional services shall be a part of the design team announced in the 252s and 255s Evaluation factors not in priority order shall be 1 Team proposed for this project 2 Previous experience of the proposed team 3 Previus related VA Medical Center projects of the proposed team 4 Location and facilities of working offices within a 200 mile radius of Charleston SC including the prime firm and consultants 5 Other Control of schedule of design cost estimating effectiveness of the 10 most recent projects AutoCad 14 capabilities Internet accessibilities past litigation involvement proposed design approach cost effectiveness of the team etc AE firms are required to respond in writing if interested and shall submit a completed SF 254 and SF 255 to the Ralph H Johnson Department of Veterans Affairs Medical Center 109 Bee Street Charleston SC 294015799 SF 254s are not kept on file at this VAMC Firms responding to this announcement by close of business 430PM Charleston SC time January 31 2002 will be considered Firms selected for inteview will be requested to present their approach for this project and demonstrate their experience This is not a request for proposal Contract award is subject to the availability of funds

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
D -- Online Health Promotion with Paper and Online Health Risk Appraisal
Notice ID 391a8cf44a0d00688075f816a60d78d9

Solicitation Number 232020004Online Health Promotion with Paper and Online Health Risk Appraisal Amendment Number 1 1 The DATE and TIME for submission of responses to this combined synopsissolicitation is extended to January 11 2002 at 3 pm Eastern Standard Time 2 This combined synopsissolicitation 232020004 is amended to add the following language concerning delivery of responses Because of the increased security at Federal buildings please allow extra time for your proposal to be delivered to the Contracting Office provided in the combined synopsissolicitation Failure to use the specified address could result in your proposal being delivered late Due to security concerns hand carried proposal will not be accepted This prohibition includes courier services The use of the US Postal Service United Parcel Service and Federal Express are acceptable 3 Offerors responding to this combined synopsissolicitation 232020004 must acknowledge receipt of this amendment in their response 4 This amendment transmits the following Industry Questions and Government Responses Q1 Is there an incumbent on this project A1 No not for the entire project We have multiple providers doing pieces of the work described in the statement of work Q2 Is this a new project or has this project existed before this solicitation A2 Refer to the response to Q1 above This project has existed in several pieces The goal of this statement of work is to consolidate all the pieces together and have one contractor provide all services Q3 Statement Of Work Purpose says that The purpose of this project is to provide health promotionhealth information with paper and online HRA service to FOHs customers via the internet The contractor shall provide a websiteIs it FOHs expectation that a contractor has a preexisting website that can be customized to meet the proposed specifications of this website or does FOH expect the contractor to develop this website from scratch and in consultation with FOH staff after award of a contract A3 This is commercial purchase The contractor will need to have a preexisting website which may be customized with FOH logos Q4 Statement Of Work Specific TasksDuties Part A1 says that The contractor shall provide health information tools for personal health management and uptodate medical news Will FOH be providing this health informationand uptodate medical news for display on the website or is the contractor responsible for researching and providing this information at its discretion A4 FOH would not be posting information on the website The contractor would be responsible for posting information and having information verified by qualified medical professionals Q5 Statement Of Work Specific TasksDuties Part A2 says that the contractor shall provide this website from their own server Does FOH have an existing website on its server or will the contractor be designing and developing this website A5 Refer to the response to Q3 above This is an off the shelf commercial buy the website should already be available FOH has a website but would not host this project This would be hosted on contractors website Q6 Statement of Work Specific TasksDuties Part B2 says that The contractor shall but then continues with All data shall be categorized by the FOH customer Can you please clarify this requirement A6 FOH wants usage results and individual data and subgroups for example agency customer reports to be summarized in a report by subgroups using a coding system for FOH Q7 Statement of Work Specific TasksDuties Part C says that The contractors website shall Is it FOHs expectation that a contractor already has this type of website in existence or is this question referring to a website that the contractor shal

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
D -- Online Interactive Office Ergonomics Training Program
Notice ID cf117a7dda03f474b2b1908137608eda

Solicitation Number 232020001Online Interactive Office Ergonomics Training Program Amendment Number 2 1 The DATE and TIME for submission of responses to this combined synopsissolicitation is extended to January 7 2002 at 3 pm Eastern Standard Time 2 This combined synopsissolicitation 232020001 is amended to add the following language concerning delivery of responses Because of the increased security at Federal buildings please allow extra time for your proposal to be delivered to the Contracting Office provided in the combined synopsissolicitation Failure to use the specified address could result in your proposal being delivered late Due to security concerns hand carried proposal will not be accepted This prohibition includes courier services The use of the US Postal Service United Parcel Service and Federal Express are acceptable 3 Offerors responding to this combined synopsissolicitation 232020001 must acknowledge receipt of this amendment in their response 4 This amendment transmits the following Industry Questions and Government Responses Q1 The RFP speaks of an anticipated maximum Can FOH guarantee a minimum number of users If so what are the minimum for year 1 2 and 3 A1 The Federal Government is the largest employer in the United States Federal Occupational Health FOH a full service occupational health Federal agency has a mission to assist Federal agencies in identifying and addressing their ergonomics needs This is a voluntary process whereby through Interagency Agreements agencies reimburse FOH for its rendered services Agencies are not mandated to provide ergonomics services to their employees At this time several agencies with various population sizes have expressed an interest in web based Office Ergonomics Training and are awaiting further details regarding subject content costs date of availability etc Since specific Interagency Agreements for this type of training have not been signed due to the unavailability of the information required especially costs FOH cannot guarantee a minimum number of users at this time nor for option years 2 and 3 We can only speculate that once the product is available at a reasonable cost there will be a significant interest in agencies providing it to their employees It should also be noted that FOH plans to vigorously market web based Office Ergonomics Training product to agencies through the FOH marketing team Q2 Will there be one FOH site from which all Federal agencies will log into one setup with reporting options to allow for the separation of agencies A2 Yes There will be one FOH site for agencies to log onto Agency authorized users will complete an FOH Assessment and then be hyperlinked to the contractors website They can only be hyperlinked after completing the FOH Assessment FOH will have its own file for each agency When a user links from the FOH website to the contractor website FOH can attach parameters to the URL which will 1 identify that the user originated from the FOH website and 2 pass other relevant information name agency to the contractor website Details of what information canwill be passed will be subject to negotiation with the successful contractor and FOH staff Q3 Will FOH purchase a certain quantity of user licenses from the contractor and then sell chunks of those licenses to various agencies A3 FOH plans to provider user access to the training following the completion of individual Interagency Agreements The number of licenses purchased will depend upon the number authorized in each Interagency Agreement Q4 Will FOH negotiate access with larger groups ie agencies or parts of agencies or will they allow individual access from various agencies without negotiating for a larger rollout within that given agency A4 FOH will market agencies for the largest number of user

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
99 -- Paste, Toner, Alkali Blue, Red Shade
Notice ID 103c7c4d43ce7c4edf3fff714a561eda

The US Government Printing Office GPO intends to negotiate competitively with BASF and Kerley Ink for the purchase of 5940 pounds of paste toner alkali blue red shade This item is on a Qualified Product List QPL The product name is 61HU0111 produced by BASF and VSA 1030 produced by Kerley Ink Before being added to the QPL new products will have to undergo a performance test A 5pound sample will have to be submitted for testing If interested please contact the Contracting Officer for further instructions This notice is neither a request for proposal nor a solicitation of offers Based on the requirements of this solicitation the Government intends to solicit and negotiate with the two sources A determination by the Government not to compete this proposed requirement on a full and open competitive basis based upon receipt of the responses to this notice is solely within the discretion of the Government No formal solicitation package is available Award will be made under FAR Part 13 Simplified Acquisition Procedures Interested parties have 10 days from the date of this notice to contact the Contracting Officer by email or fax should you be interested in bidding on the above Qualified Products

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R -- Macedonian Legal Reform Support Project
Notice ID 503cecf5483b64ac2f5e9a0f784a5f33

Special Note Reference CBDNet notice issued on December 19 2001 Submission Number SN5153E4Regional Contracting OfficeBudapest invites US firms and organizations to submit proposals for a contract with the United States Agency for International Development for USAID Macedonian Legal Reform Support Project The Legal Reform Support Project LRSP will support Macedonians transition to democracy by enhancing adherence to rule of law The contract activity will be carried out for a 3year period commencing mid2002 with an option for a twoyear extension based on a review of progress and performance and subject to the availability of funds The overall objective of the contract is to further the development of rule of law in Macedonia by enabling the Macedonian judiciary to 1 develop into a stronger more effective and independent branch of government 2 resolve legal disputes in a more timely consistent and legallycorrect manner and reduce case backlogs 3 function in a more transparent open responsive and accountable manner and 4 develop the capacity and mechanisms for improving court organization practices and performance over time to meet the needs of Macedonians for timely and consistent protection of their political and economic rights Specific tasks under the contract are expected to include assisting governmental and nongovernmental participants in the legal system in Macedonia as appropriate to 1 formulate and implement changes in the current framework of laws necessary to increase the independence of the judiciary and to rationalize streamline and speed up the process of adjudicating civil and criminal cases 2 develop and implement with the courts and other interested and affected parties proactive case management practices including backlog reduction efforts 3 increase the capacity for court administration and management within the judiciary including the creation of an administrative office for the entire court system at the national level strengthening of court administrative and management capabilities at the appellate and basic court levels and effectively linking together court administrators at all of these levels 4 through training and other means increase the capacity of court presidents judges and court administrators to effectively formulate and carry out organizational and procedural reforms improve administration and management of their courts develop and implement better case management practices and improve the quality of judicial decisionmaking 5 increase the capacity of the current legal training institution to more effectively provide entrylevel career and continuing legal education and training to Macedonian legal professionals and increase its capacity to become technically managerially and financially selfsufficient 6 on a pilot basis introduce computerization into selected courts and provide other equipment and court facility upgrades where necessary to enhance efficiency and increase the ability of courts to deliver legal services All questions related to this notice must be addressed in writing by letter fax or email to the contact points with reference to the RFP number and title and your complete organization name street address telephone and fax numbers and email address The RFP will be issued by midJanuary It is the responsibility of the party downloading the RFP to ensure that the RFP has been received in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes A list of organizations which express interest in this RFP will be made available upon request The publication of this notice or the RFP does not obligate the US Government to make an award

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID/BOSNIA/HERZ
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
66 -- PRICE PYGMY CURRENT METERS AND BUCKETWHEELS FOR PYGMY METERS
Notice ID abf0458c64e2bd93b80650d8db286c2f

Contracting Officer Faith D Peters fax 7036487901 email fpetersusgsgov This is a combined synopsissolicitation for noncommercial items This announcement constitutes the only solicitation Proposals are being requested under Request For Proposal RFP 02ERSS0008 for Price Pygmy Current Meters and Bucketwheel for Pygmy Meters A copy of the RFP may be obtained by faxing request to contracting officer at 7036487901 or by email at fpetersusgsgov This RFP contains a description of the Price Pigmy Current Meters and Bucketwheel for Pygmy Meters to be delivered to USGS Hydrologic Instrumentation Facility Stennis Space Center MS 39529 HIF specifications drawings quantity delivery and applicable clauses All vendors who believe they can meet this requirement and have a valid Dun Bradstreet Number DUNS are invited to submit proposals for this posted RFP NAICS code for this acquisition is 334514 Quotes are due at 430 11 January 02 Numbered notes 1 apply

  • Department/Ind.Agency INTERIOR, DEPARTMENT OF THE
  • Subtier US GEOLOGICAL SURVEY
  • Office OFC OF ACQUSITION GRANTS-NATIONAL
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
99 -- Telemarketing Inbound
Notice ID b8ef4f1ea583407208fe8a6038bd191b

The point of contact for Soliciation 02ERQQ0038 is Melissa W Gill at 703 6487343 or mgillusgsgov The mailing address is US Geological Survey Eastern Region Acquisition and Grants Branch MS 152 12201 Sunrise Valley Drive Reston VA 20192 The United States Geological Survey Bird Banding Laboratory in Laurel MD is a service and administrative center for those who use banding data in their research and management endeavors The Bird Banding Laboratory is a clearing house for reports of the recovery of banded birds but is not adequately staffed to answer all calls An inbound telemarketing contractor is needed to answer overflow afterhour weekend and holiday calls 24 hours 7 days a week The contractor must record the data reported by band finders into a computer database located at their facility The data will be transmitted at the end of each day to the Bird Banding Laboratory over the internet as an ASCII file The period of performance is 09012002 not to exceed 02282003

  • Department/Ind.Agency INTERIOR, DEPARTMENT OF THE
  • Subtier US GEOLOGICAL SURVEY
  • Office OFC OF ACQUSITION GRANTS-NATIONAL
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
23 -- 9 Passenger Carryalls
Notice ID ec67189ed269ebf90c88ffdc18f35d71

ATTENTION POTENTIAL OFFERORS IMPORTANT INFORMATION CONCERNING ELIGIBILITY FOR AWARD OF THIS SOLICITATION DUE TO ESTABLISHED ECONOMIC AGREEMENTS BETWEEN THE UNITED STATES GOVERNMENT AND THE GOVERNMENT OF TURKEY THE AIR FORCE INTENDS TO AWARD THIS SOLICITATION TO A BUSINESS CONCERN WITHIN THE COUNTRY OF TURKEY THEREFORE PROPOSALS FROM BUSINESS CONCERNS OUTSIDE OF TURKEY WILL NOT BE CONSIDERED

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
C -- Open-Ended Multi-Discipline A/E Services
Notice ID 45824adb5ee26e1852515f4e7f624a95

MuiltiDiscipline ArchitectEngineer Services General Description The Department of Veterans Affairs VISN XXI VA Palo Alto VA Northern California HCS VMC San Francisco VAMC Reno Nevada Consolidated Contracting Activity CCA 150 Muir Rd Martinez California 94553 is seeking Architectural and Engineering Firms to furnish services that include the preparation of plans design specifications cost estimates contract documents construction period services investigation services site visits and other related activities for minor construction projects and renovation of existing buildings in accordance with the most current applicable codes for the VISN The resulting contracts Multiple Awards will be FirmFixed Price Indefinite Quantity Contracts and will cover the furnishings of Architectural and Engineering Services for various multidiscipline projects AE firms in the business of Architectural and Engineering Design are encourage to submit Standard Form SF 254 and SF 255 to the issuing office Attention Mr Vincent I Osorio Contracting Officer CCA90 150 Muir Rd Martinez California 94553 by close of business January 31 2002 Work will be performed under the contracts upon identification of a specific project and issuance of task orders The Task Orders will reflect the scope of the work negotiated fee time schedule for completion construction cost limitation and payment schedule that pertains to that project Such orders may be issued from the effective date of the contract up to one year thereafter for the Basic Period of Performance and three one year renewal options Firms submitting SF 254 SF 255 are to be physically located within a 50mile radius of Martinez California This procurement is unrestricted See CBD notes 24 25

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 261-NETWORK CONTRACT OFFICE 21 (36C261)
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09