• 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 8341 - 8350 of 7209467 results
favorite_border
favorite
Q--Mobile Medical Services
Notice ID fec9df16390e6b03d7164408ad171cb6

NA This is a presolicitation notice Contractor must provide professional nonpersonal medical services labchemical services equipment and supplies required to provide periodic medical surveillance examinations and reports at five locations within the St ate of Illinois for the Army National Guard The locations are North Riverside Peoria Springfield Decatur and Marion All services will be performed in a mobile lab owned and operated by the contractor The following services are required at each l ocation physical exams complete occupational health history physical exam dermatological exam anthropometric measurements vital signs vision screen complete blood count with differentials blood chemistries22 item panel that includes HDLs and L DLs PSA antigen on board urinalysis audiometry and respirator usage clearance pulmonary function testing blood lead with zinc protoporphrin oneview PA chest Xray with Breader and audiometric testing All procedures will be conducted in accord ance with the American Board of Occupational and Environmental Medicine American Association of Occupational Health Nurses US Department of Labor Occupational Safety and Health Administration and the National Institute for Occupational Safety and Health Standards A board certified occupational medicine physician and certified occupational health nurse shall be available at each site Current estimated employees requiring these services are 312 Medical exam reports showing test results of each employ ee will be required from the contractor in disk format Occupational Health Manager OHM software capable The contract will be an indefinite delivery indefinite quantity type contract for a base period commencing January 01 2002 to 30 September 2002 and will include two oneyear option periods renewable at the beginning of the federal fiscal year October 1 North American Industry Classification System code is 621340 Standard Industry Code is 8099 The small business size standard is 50 milli on The solicitation will be available on or about January 07 2002 The following factors will be used to evaluate offers 1 Past Performanceexperience with similar type contracts OHM experiencecompatibility 2 Technicalmobile van configuratio n certifications Offerors interested in this solicitation shall notify the contracting office by fax at 217 7613665 or email jasonbuckholdilngbarmymil or dandetrickilngbarmymil Please include your complete company mailing address tele phone and fax number email address and a point of contact name Telephone requests for solicitations will not be considered Note 1The proposed contract is 100 set aside for small business concerns

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7M6 USPFO ACTIVITY IL ARNG
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R--Help Desk Support Services
Notice ID 031338a2fdd0604fb644d93a135155e5

NA THIS IS THE REMAINDER OF THE MODIFICATION TO THE ORIGINAL SOURCES SOUGHT NOTICE The above list is not allinclusive but is provided as examples of what types of services that shall be immediately provided by the contractor 1 A typical CELRD District has approximately 65 of its team members in the District Headquarters and approximately 35 of its team members located in small field offices throughout the respected states Staffing in a typical field office ranges fro m 5 to 50 team members Most remote offices are located in small towns and rural areas PCs and Laptops are on average a 3 year replacement cycle and consist mostly Gartner Group Tier I and II vendors most notable Dell Compaq and Micron Printers a re on average a 5 to 7 year replacement cycle and consist mainly of Hewlett Packard Printers 2 Approximately fifty percent of the calls or will be software related having the potential to be answered by Answer Call personnel Approximately 65 of the software calls per month will be COTS related and 35 will be Corpssoftware questions 5 Of the calls that onsite support personnel will resolve about 35 per month are software calls that Answer Call personnel could not resolve over the phone about 50 of calls per month are related to problems requiring hardware maintenance support about 10 per month are related to problems with the local area network and about 5 per month is printing related All help desk problems will be resolved to the satisfaction of the customer Surveys will be conducted to measure the customers Overall Satisfaction The average industry customer satisfaction rating of 43 will be used as the initial customer satisfa ction metric for this contract The contractor will be awarded a percentage above the monthly contract award for service level agreements exceeding Excellent The contractor will be penalized a percentage below the monthly contract award for service level agreements below Good The lev el above Excellent is Exceeded Expectations The levels below Good are marginal Needs Improvement and Sub Marginal Needs Significant Improvement All contractor personnel are expected to have the following skills College degree or equivalent work experience Strong problemsolving skills and decisionmaking ability Solid communication skills in English Strong customer relation skills Professional dress Business maturity And Strong PC skills and knowledge of COTS software and LANWAN environments Industry recognized certifications Ability to obtain the equivalent of a secret clearance The contractor shall maintain a database that contains all calls made by District employees to the help desk The contractor shall provide webbased remote showing a compilation of help desk calls based on a selectable date range The Contractor shall provide detailed information about any replacement parts mileage or overtime used for the month The Contracto r shall provide a monthly report showing the performance results for the month based per defined metrics The below list is not allinclusive but is provided as examples of what types of COT software used The government may opt to use this contract to provide Seat Management services in the future This would combine with the help desk service to provide an all inclusive comprehensive integrated operations and maintenance based on a single per month pe r seat charge This will include providing services that outsource the acquisition asset management maintenance deployment support monitoring security and technology refreshment of desktops laptops workstations networks telephones servers LAN WAN equipment COTS software COTS software license tracking and related desktop clients These services will be provided within an agreed service level agreement and technology refreshment cycle CONTRACTOR MUST DEMONSTRATE THEY ARE PROVIDING SIMILAR SEAT MAN AGEMENT SERVICES FOR EXISTI

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W072 ENDIST HUNTINGTON
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R--Help Desk Support Services
Notice ID f3e416df6509c8b1896dd5ececf01bf9

NA SOURCES SOUGHT TO PROVIDE HELP DESK SUPPORT SERVICES Contracting Division USACE Huntington District 502 8th Street Huntington WV 257012070 is conducting a Market Survey to identify small and small disadvantaged businesses with the capability perfo rming the Help Desk Services The area of coverage for this contract will include all Districts and their remote project offices within the Great Lakes and Ohio River Division CELRD including the two Division Regional Headquarters located at Cincinnati OH and Chicago IL The Distr icts headquarters within CELRD are located in Chicago IL Buffalo NY Detroit MI Pittsburgh PA Louisville KY Nashville TN and Huntington WV Contractor will demonstrate they have an existing network of field service technicians which can servi ce approximately 200 locations located throughout Alabama Georgia Indiana Illinois Kentucky Maryland Michigan New York North Carolina Ohio Pennsylvania Tennessee Virginia West Virginia and Wisconsin The entire CELRD Division is staffed with approximately 4000 personnel CONTRACTOR MUST DEMONSTRATE THEY ARE CURRENTLY PROVIDING SIMILAR SERVICES to similarly sized Public andor Private Organizations INITIALLY HUNTINGTON DISTRICT AND THE DIVISION OFFICE AT CINCINNATI ONLY REQUIRES THESE SERVICES OUTLINED other CELRD Districts may opt to join at a future date The Huntington District has approximately 950 employees that use 1000 PCs 50 Laptops and 305 Printers There are approximately 650 people in the District Office in Huntington and 300 people located at 55 field sites spread across Kentucky Ohio Kentuck y Virginia and West Virginia PCs and Laptops are on a 3 year replacement cycle and consist mostly of Dell Dimension and Optiplex PCs and Latitude CPX and C600 Laptops Printers are on a 5 to 7 year replacement cycle and consist mainly of Hewlett Packa rd HP Laser Printers Series II III 4 5 6 4000 4500 8000 and 8500 and lowend Deskjet and Inkjet printers The Division Office at Cincinnati has approximately 100 employees that use about 60 PCs 60 Laptops and 15 Printers and have the same replacement cycle The Contractor shall provide nonpersonal professional performancebased services to LRD employees by establishing and maintaining a multitiered help desk providing comprehensive technical support and maintenance of Information Technology IT hardware and software resources THE CONTRACTOR MUST DEMONSTRATE EXISTING SERVICES THAT SUPPORT A SIMILAR SIZE AND SCOPE SPECIFIED The existing services shall provide for integrated support services and total call management with continuous improvement and levera ging of best practices The Contractor shall have defined measured and managed service levels and customer satisfaction The help desk will provide a single point of contact for all problems and service requests where District employees can call for help in using the technology resources that have been provided by the District while they perform their official duties The h elp desk will also process calls related to services provide within the Information Management department These could include but not limited to calls related to Telephones Radios IT security Records Forms AudioVideo Mail Room and Library These calls will be routed to the appropriate Government contact or their designated contractor These calls will be documented and tracked using the same methods described in the statement of work The contractor will not be responsible for the call completi on service level agreement related to these services CONTRACTOR MUST DEMONSTRATE AN ESTABLISHED PROCESS TO TRANSFER NONIT HELP DESK RELATED CALLS to their designed provider using a friendly customer focused atmosphere The required help desk services include Help Desk Service will provide an Answer Call Service ACS provided for all of coverage area Onsite Support Services excluding Onsite Net

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W072 ENDIST HUNTINGTON
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
V--Move Moooring Barge
Notice ID bf118ecc8557528bf5635ad6f2356eac

NA The Army Corps of Engineers intends to negotiate with Weeks Marine Inc to retain their services to move Mooring Barge 2 MB2 from Fort Mifflin Philadelphia PA to an area in the vicinity of the Killcohook Containment Facility Lehigh Avenue Salem Coun ty NJ MB2 is 260 feet x 60 feet x 3 feet 7 inches draft with displacement of 1845 long tons At this site the contractor will be required to connect two 2 fortyfoot sections of rubber dredge pipe to the discharge end of the MB2 and to the end of a submerged steel dredge pipeline The Contractor will provide all materials tools services labor and equipment including a crane barge with a minimum 110foot boom with a lifting capacity of 50 tons tugs work barge welding machine penumatic tools and hand tools to accomplish the job All work is to be accomplished in coordination with the government representative not later than 1600 hours January 16 2002

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W2SD ENDIST PHILADELPHIA
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
Y--Guadalupe River Project Construction Contract 3B, Santa Clara Street to Park Avenue, San Jose, California
Notice ID 6f9d739592d96973847a69ea29869ebe

NA PROJECT TITLE AND LOCATION Firm FixedPrice Type Construct environmental restoration improvements and 20foot Retaining Wall Guadalupe River San Jose California THIS PROPOSED CONTRACT IS UNRESTRICTED JOB DESCRIPTION Contractor will provide all labo r material plants and supplies required to construct flood control and environmental restoration improvements along the Guadalupe River between Park Avenue and Santa Clara Street Principal features of the project will include clearing grubbing demol ition and removals utilities relocation and demolition diversion and care of water management of storm flows and permit requirements excavation of approximately 95000 cy of soil temporary shoring structural backfill and filter fabric cellular conc rete mattresses and gabions reinforced concrete outlet channel and retaining walls cantilever and drilled shaft landscaping and irrigation facilities concrete and stone riverwalk pavements and associated facilities electrical work and site restoratio n NAICS Code This procurement will be conducted under NAICS Code 234990 The size standard for this NAICS code is 2750000000 Large business competing for this project must comply with the FAR 522199 clause regarding the requirement for a subcon tracting plan on the part of the work it intends to subcontract The recommended goals for subcontracting are 614 for small business 91 for small disadvantaged business and 50 for small businesswomen owned A firm that submits a plan with lesser g oals must submit written rationale to support goals submitted Estimated cost is between 1300000000 and 1500000000 The acquisition method is Invitation for Bid IFB For more information on the solicitation please contact the contract specialist Colleen C BroussardPerry at 9165575232 ORDERING SOLICITATION The solicitation for this project will be available on the Sacramento District Contracting Divisions Internet Home Page at httpebsspkusacearmymil for downloading Any future amend ments to the solicitation will also be available for down from this web site IT IS IMPORTANT THAT YOU FIRST GO TO THIS WEB SITE AND UNDER CONTRACT DIVISION HOME PAGE CLICK ON THE ADVERTISED SOLICITATION YOU ARE INTERESTED IN GO TO PLAN HOLDER REGISTRAT ION THIS WILL REQUIRE YOU TO ESTABLISH A USER NAME AND PASS WORD KEEP THE USER NAME AND PASS WORD AND SHARE IT WITH ANYONE ELSE IN YOUR ORGANIZATION THAT IS RESPONSIBLE FOR REGISTERING YOUR FIRM ON PLAN HOLDER LISTS WITH OUR NEW SYSTEM YOU ONLY HAVE TO DO THE FULL REGISTRATION ONE TIME IF YOU HAVE YOUR USER NAME AND PASSWORD YOU CAN ALWAYS GO BACK INTO THE SYSTEM AND REGISTER FOR OTHER JOBS WITHOUT HAVING TO GO THROUGH THE ENTIRE REGISTRATION PROCESS HOWEVER YOU CAN ONLY DO THIS BY USING YOUR INITIAL U SER NAME AND PASSWORD IN ORDER TO RECEIVE NOTIFICATION OF ANY AMENDMENTS TO THE SOLICITATION YOU ARE REQUIRED TO REGISTER FOR THE PLAN HOLDER LIST CUT OFF DATE FOR REGISTERING FOR THE PLAN HOLDERS LIST FOR THIS JOB IS 121401 PLEASE COMPLETE ALL REQUES TED INFORMATION THE SOLICITATION WILL BE AVAILABLE FOR DOWNLOAD ON 121401 TO DOWN LOAD THE SOLICITATION YOU GO THE SACRAMENTO DISTRICT CONTRACTING DIVISION INTERNET HOME PAGE AT httpebsspkusacearmymil from there click on Sacramento District th en it will take you to a list of advertised solicitations and then from there click on the desired solicitation number on the bottom of this page there will be a bar that says downloadview solicitation files Select plans or specs from the drop down box and press go button This will take you to the next page then from there click on file name and download TO DOWNLOAD AMENDMENTS Access the list of advertised solicitations Select the desired solicitation and then click on the amendment number At the n ext screen click on the file name and download it IF YOU EXPERIENCE PROBLEMS REGISTERING FOR THE PLAN HOLDERS LIST OR HAVE PROBLEMS DOWNLOADI

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W075 ENDIST SACRAMENTO
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
S--Sludge Pumping and Disposal, Clearwater Lake, Piedmont, Missouri
Notice ID b49792b51fac8e1a70584454bb1300bb

NA Furnish all labor equipment and materials necessary to perform sludge removalvault pumping services from vault restrooms septic tanks and trailer dump stations at parksareas of Clearwater Lake Piedmont Missouri Solicitation will be posted on the Little Rock District Contracting webpage at httpsebsswlusacearmymil Contractors should register at the same site Contractors who do not register may not receive notification of amendments The solicitation will be posted on or about January 14 2002 Quotations will be due on or about February 4 2002 All documents required for the offer submittal including amendments to the offer submittal shall be in paper medium Electronic medium for subittal of offer will not be allowed

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W076 ENDIST LITTLE ROCK
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
Y--FUEL SYSTEMS MAINTENANCE DOCK, ELMENDORF AFB, ALASKA
Notice ID d6127302f15ccad7343c99aa8130f73e

NA Design permitting site preparation and construction of an Aircraft Fuel Systems Maintenance Hangar Demolition of the existing Fuel Systems Maintenance Hangar including ACM Disposal and Elimination of Interior Columns in hangar space will be included as a Priced Options The project will construct approximately a 4000 SM Fuel Systems Maintenance Hangar to replace the Fuel Systems Maintenance functions of the existing Hanger 10 Award of this project will be based on the best value approach considering technical evaluation factors and price An adjectival method of evaluation will be used to evaluate the technical evaluation factors The technical evaluation factors include Qualification Experience Past Performance and Organization in descending o rder of importance Technical Approach Technical Solution Betterments and Innovation Schedule and Commissioning with Technical Solution Betterments and Innovation of equal weight and more important than Schedule which is more important than Commissi oning and Product Information Product information will be evaluated as equal in importance to Technical Solution Betterments and Innovation Technical Solution will be more important than Qualifications Price will be subjectively evaluated conside ring Best Value and Realism Contractors Quality control will be a requirement for this contract Large Business concerns submitting proposals shall comply with the Federal Acquisition Regulation 522199 regarding the requirement for a subcontracting p lan Contractors shall be required to commence work within 10 days after Notice to Proceed and complete work 1066 calendar days after receipt of Notice to Proceed Provisions will be included for liquidated damages in case of failure to complete the wor k in the time allowed Performance and Payment bonds are required The estimated design and construction cost for this project is between 10000000 and 15000000 THIS SOLICITATION WILL BE ISSUED USING ELECTRONIC BID SETS EBS AND PROVIDED ON COMPA CT DISKSREAD ONLY CDROM AT NO CHARGE httpebspoausacearmymil NAICS code is 233310 formerly SIC code 1541 Open to Large and Small Businesses

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W2SN ENDIST ALASKA
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
12--FY01 RDT&E IFICS Data Terminal Facility, U. S. Army Kwajalein Atoll (USAKA)
Notice ID 5f085c7983864be83f5e0b02df72a629

NA The Army intends to negotiate a modification with San Juan Construction Inc under Contract No DACA8301C0040 FY01 RDTE IFICS Data Terminal Facility US Army Kwajalein Atoll USAKA A Justification Approval citing USC 2304c1 Only One Re sponsible Source and No Other Supplies or Services Will Satisfy Agency Requirements has been approved The work involves procurement and installation of a Fenwall FM 200 gaseous fire suppression system The Fire and Emergency Services at USAKA currentl y service 68 different FM 200 Fenwal brand locations within USAKA They currently have three trained fire alarm technicians who are familiar with the testing and servicing requirements of the FM 200 systems They have FM 200 spare parts onisland and h ave the knowledge required to order any required parts Kwajalein is a remote installation located approximately 2100 miles southwest of Honolulu Support of multiple fire suppression systems similar to FM 200 would greatly complicate their maintenance a nd repair and increase costs to the US Government Specifying FM 200 would save the government money by eliminating the need to maintain and repair multiple systems at this remote installation The cost of maintaining and repairing multiple systems such as FM 200 would be a substantial duplication of cost that the government would not likely recover through competition San Juan Construction Inc the proposed sole source contractor currently has the construction contract with the US Army Corps of E ngineers The estimated cost of the proposed modification is between 200000 to 300000 See Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W2SN ENDIST HONOLULU
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09
Notice ID fa6ba2fee69007597d5d14ea90435a7c

NA Provide all labor materials supervision and equipment for preventive maintenance and repair of cathodic protection postwide and in family housing at Fort Lee Virginia The period of performance for the requirement is one base year beginning 01 February 0 2 through 31 January 03 with four consecutive option years Detail decription of the services technical exhibits and bid schedule is incorporated in the solicitation Reference numbered notes 1 12 22 and 24

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC FT GREGG-ADAMS
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
66--Network Microwave Analyzer
Notice ID 51449fd1be1bfdfadb7444cb3df30706

The US Army is contemplating placing a purchase order for a Network Analyzer on a sole source basis from VectorContech Instrumentation Inc 7 Lincoln Highway Suite 103 Edison NJ 08820 Reference Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-PICA
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09