• 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 8331 - 8340 of 7209467 results
favorite_border
favorite
V -- Transportation Service from Billings P&DC, MT to Ashland, MT
Notice ID ea702f2211cb64d0785dfeb9b8928247

Transportation Service utilizing one 800 cubic foot van This service runs from Billings PDC MT to Ashland MT This service is required from March 23 2002 through June 30 2005 Estimated annual schedule hours are 2473 and estimated annual schedule miles are 77068 Closing date for bids is January 30 2002 To obtain a bid solicitation package please call 25387473117314

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
34--Upgrade of Computer Numerical Control, axes drives, and specific options to a Hauser/SIP Vertical Spindle Jig Grinding Machine.
Notice ID 62f03381eb621839fc52b78bf3c953fc

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W4MM USA JOINT MUNITIONS CMD
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
13--MK84 Bomb Fin, NSN: 1325-00-009-5573, 9,432 each.
Notice ID 8beceaed99c83d412e46283336bfcb36

NA MK84 Bomb Fin PN 1380529 NSN 1325000095573 QTY 9432 each 200 option End Use 2000 lb Bomb FOB Destination First Article Test required Solicitation available from httpwwwoscarmymil This is a best value acquisition Notes 1 8 9 apply

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W4MM USA JOINT MUNITIONS CMD
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
30 -- SHAFT SEAL ASSEMBLY
Notice ID b2c9f9ca17a5d588a375366cfb815789

NSN 2040013937061 Seal Assembly Shaft Log MFG John CraneLips PN US7260901 Quantity of four each Used on US Coast Guard 225 foot vessels Substitute part numbers are NOT acceptable Delivery must be FOB Destination delivery to USCG Engineering Logistics Center Baltimore MD 212265000 NOTE NO DRAWINGS SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY Quotation shall include proposed delivery in days pricing for item individually packed marked and barcoded the company Tax Information Number and DUNS Number Each seal assembly shall be preserved and packaged for protection against deterioration for a period of up to two years Each seal shall be packaged individually in a wooden box which shall be capable of providing adequate protection during storage and multiple shipments All responsible sources may submit a quotation which if timely received shall be considered by this agency Concerns that respond to this notice must fully demonstrate their capabilities to supply this part number by submitting 1 Verification that they are an authorized distributor of the OEM 2 Verification that they can obtain the required part from the OEM This is a combined synopsis solicitation for commercial items prepared in accordance with 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 and incorporated provisions and clauses are those in effect through FAR 2001 NAICS code for this solicitation is 333618 and the small business size standard is 1000 employees 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 MAY 2001 with Alt 1 included FAR 522124 Contract Terms and ConditionsCommercial Items MAY 2001 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 MAY 2001 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 with Disabilities5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 38 USC 4212 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

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
66--CytoVision Workstation
Notice ID 0cb6a3a0c2b504f8d9eb02f782bc121d

The National Institute of Environmental Health Sciences intends to award a sole source purchase order to Applied Imaging Corp Santa Clara CA pursuant to 41 USC253c1Only one responsible source and no other supplies or services will satisfy agency requirements This procurement is for 2 ea CytoVision Workstations with Automated Karyotyping Software 1 ea Probe Software 1 ea CGH Software Cross Networking Interface OnSite Installation and Training One of the workstations will include CytoVision Image Capture Subsystem These systems permit enhancement and analysis of Gbanded chromosomes as well as metaphases and interphase for fluorescence in situ hybridization FISH These systems will be used to upgrade existing Cytovision System currently being used Archived case files can be copied across to new system The new system must be connected to the laboratorys existing network and must be complete compatible with existing UNIX version currently in use to allow data files to be shared between old and new systems for review and analysis All responsible sources may respond by submitting a written narrative statement of capability within 15 days of date of notice to Dee Lunney at the above address for consideration by the agency Response must include detailed technical information and other technical literature demonstrating the ability to meet these requirements Responses shall also include itemized pricing that is sufficient to make a determination that competition is feasible If no affirmative responses are received within 15 days of this notice to determine whether a qualified source is more advantageous to the Government an order will be placed with Applied Imaging Corporation The NAICS CodeSize is 334516500EM This procurement is to be processed using Simplified Acquisition Procedures There is no solicitation package available For any questions regarding this announcement please contact Dee Lunney via email lunneyniehsnihgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
D--Leased Satellite Segment Space
Notice ID d116df6eba85c0ba460e521fc75b09b9

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Solicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R--Technical Advisory & Assistance Support CRO's
Notice ID 9b110d175533595a392bd494938fcabd

Sitespecific technical advisory and assistance support to the DOEALs startup and strategic planning of Community Reuse Organizations and providing retraining and implementation assistance for economic development in support of the DOEAL Community Transition Program

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
75 -- THERMAL SCALE LABELS
Notice ID f5474a2a7ae7f38ae6f32b5127c0e544

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEFENSE COMMISSARY AGENCY (DECA)
  • Office DEFENSE COMMISSARY AGENCY
  • Notice Type Award Notice
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
D -- Technical Support, Hardware and Software Maintenance of DEA System
Notice ID d0462a7222e239085efba35c9bc2867f

The Drug Enforcement Administration DEA intends to negotiate on a SoleSource basis with Bachman Company for technical support sodftwarehardware maintenance and installation of the DEA Technical Inventory Systems TEIS application Bachman Company is deemed the only responsible source capable of providing the required work and services The period of performance is a base year with four twelve month option periods A justification for other than full and open competition is on file No solicitation documents are available and requests for such will not be knowledged If one is issued no additional synopsis will be published The determination to open competition is solely within the discretion of the Government No telephone inquires will be accepted See Notes 22 26

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier DRUG ENFORCEMENT ADMINISTRATION
  • Office HEADQUATERS
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
Notice ID 6de8885ab80d43c6580b665378b9d0ce

NA This will be a firm fixed price requirement type contract Contractor shall provide officiating services for Flag Football Volleyball Soccer Softball Basketball and Track and Field at Schofield Barracks Fort Shafter Tripler Army Medical Center Whee ler Army Airfield and Helemano Military Reservation Island of Oahu Hawaii Period of performance is 1 Apr 02 through 31 Mar 03 with 2 prepriced 12 month option periods This procurement is now unrestricted A firm is considered to be a small business if its average annual gross receipts for the past three years do not exceed 50 million NAICS 713990 All other Amusement Recreation Industries Issue dates in on or about 14 Jan 02 Telephone requests will not be honored There is no charge for th e solicitation Requests for solicitations may be made in writing to Directorate of Contracting USAGHI ATTN W OKEMURA Fort Shafter HI 968585025 via fax at 8084386563 or email to wandaokemurashafterarmymil Ensure your request clearly id entifies the email address or US postal address to which solicitation should be sent in addition to point of contact phone number and fax number Solicitation will be sent via electronic transmission or through U S postal service Solicitation will be issued through email or via 3 12 disk or compact disk using MS Word files This is a recurring requirement Services are currently performed under separate contract Current contractor is Wahiawa Officials Association 91935 Mailani Street Ewa B each HI 96706 Current contract is a base with one option year and the estimated contract price is 27704200 Forward any questions via email to wandaokemurashafterarmymil or facsimile to Wanda Okemura at 8084386563 Note Current solicitatio n may contain changes to items descriptions and quantities

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office 0413 AQ HQ RCO-HI
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2001-12-28 14:00:00+09