• 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 8351 - 8360 of 7209467 results
favorite_border
favorite
16--Cover, Clevis NSN: 1670-00-360-0328
Notice ID e5bb0755dc87e13024f7e003a28ddfed

NA The US Army Robert Morris Acquisition CenterNatick has a requirement for Cover Clevis NSN 1670003600328 PN 50C7406 Quantity 5200 each This acquisition is 100 set aside for small business The North American Industry Classification System NAICS is 314999 the size standard is 500 employees The Request for Quotation Technical Data Package and other attachments will be posted on the Natick Contracting Divisions web site located at httpswww3natickarmymil on or about 11 JAN 02 Firms will not be reimbursed for any cost associated with quote preparation Quotes may be faxed 5082335286 Federal Expressed or sent by regular mail to George Bernard at US Army Robert Morris Acquisition CenterNatick ATTN AMSSBCANM George B ernard Bldg 1 Kansas Street Natick MA 017605011 Questions may be addressed to George Bernard by email georgeBernardnatickarmymil or datafaxed at 5082335286

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG NATICK
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
Z--Remove five Halon 1301 systems and furnish and install five HFC 227ea systems at Tobyhanna Army Depot, Tobyhanna, PA.
Notice ID 12658d6e9cb2ae1ca04a84b1e2c10536

NA Construction Furnish all plant labor equipment materials and appliances necessary to remove Halon 1301 fire suppression systems and replace them with HFC227ea systems in various areas at Tobyhanna Army Depot Work includes but is not limited to remov al of the existing Halon 1301 systems designing furnishing installing five 5 new HFC227ea systems to include all associated accessories All Halon 1301 to remain the property of the Government Documentation to be provided includes systems asbuilt drawings operations and parts manuals and training manuals The contractor is to provide training on the new systems One year warranty inclusive of system checks is minimum warranty required Estimated range of the work is 10000000 to 250000 00 The solicitation is unrestricted NAICS is 235990 criteria is 115 Million Solicitation number DAAB1702B0004 applies This solicitation including specifications and drawings will be issued electronically only Any amendments will also be iss ued electronically only No paper or disc will be available Issue is in accordance with FAR 4502 5102d and 142051a Vendors wishing an electronic copy may download it on or after issue at the following internet address httpsabopmonmoutha rmymil It is incumbent upon any interested sources to periodically access the internet site to obtain any amendments Failure to obtain amendments andor to acknowledge amendments by the time set for bid opening may result in rejection of your bid Due to the use of electronic solicitation the Government is unable to maintain a bidders mailing list However bidders are encouraged to register for this solicitation and to view the registered firms under the Potential Sources logo on the internet site Bidders are further notified that bids must be submitted in HARD COPY ONLY FACSIMILE OR ELECTRONIC BIDS WILL NOT BE ACCEPTED Estimated issueopening dates are 22 JAN 02 and 25 FEB 02

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W0ML USA DEP TOBYHANNA
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
59--59--Radio Set AN/PRC-127(B)
Notice ID b4a645d8eb68b44d673cdba4c26dc40d

NA The US Army CECOM Acquisition Center intends to procure various quantities of Radio Sets ANPRC127B The basic requirement herein is a small lightweight handheld transceiver that can provide shortrange communications in a military envirnment The R adio Set ANPRC127B consists of a receivertransmitter with a rechargeable battery pack and an antenna an external handset an army green carrying case a spare rechangeable battery pack and a clamshell battery pack holds either AAA AAcommerical n onrechargeable batteries which will be supplied by user ie the contractor shall deliverthe clamshell battery pack empty The basic specification for the receivertransmitter is as follows The radio set operates at a frequency range of 136160MHz Chan nel spacing shall be 125 KHz Communication Range of 3Km Preset 14 frequencies randomly selectable acroos the range of 136160MHz with an indicator showing the channel The size of the radio with the battery attached shall be no larger than 30 inches x 850 inches x 225 inches It is desired that the size of the total radio with all the attachments shall weight no more than 40 oz This proposed acquisition will be full and open competition A five 5 year Indefinite Delivery Indefinite Quantity IDIQ Firm Fixed Price contract is abticipated The US Army CommunicationsElectronics Command CECOM has established a Business Opportunities Page BOP website to allow electronic transmittal of solicitation from CECOM to Industry All parties interested in d oing business with CECOM are invited to access operate send and receive information from the BOP at our website httpabopmonmoutharmymil POC is Robyne Baugh Contract Specialist 732 4271647 fax 732 5321600 or 732 5326972 email address Robyn eBaughmail1monmoutharmymil Procuring Contracting Officer is Gregory Coben 7324271656 email address GregoryCobenmail1monmoutharmymil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
58--Ka-Band Satellite Earth Terminal
Notice ID 70309c02b8cf2f51c95e1a64bf86c55f

NA This acquisition is for the KaBand Satellite Earth Terminal V1 V2 V3 V4 and V5 including Antenna Subsystems V1 V2 V3 V4 and V5 Equipment Shelter Conventional UpDown Converters and Racks Block UpDown Converters and Racks HPA Low Noise Ampli fier Control Monitor Alarm Frequency Timing Subsystem IKP Training TMDE LRU Spares Chassis Spares TMDE LRU Spares Special Tools Site Survey Report Survey and Time and Material TM efforts Integration Testing OnSite Operations Mainten ance CONUS and OCONUS Post Production Software Support PPSS with Transition InPlant Depot Support Field SupportTech Assist and NET Training Items provided will be produced IAW the SOW and Specification The contract will be a ten year Indefinite Delivery Indefinite Quantity IDIQ It will be a Firm Fixed Price FFP type contract with the exception of the TM efforts The contract will consist of 6 years of hardware and 10 years of TM efforts There are First Article requirements on the KaB and Satellite Earth Terminal V1 V2 V3 V4 V5 The pricing will be in ranged quantities as specified in the solicitation The minimum quantity that the Government guarantees in the first year is 2 KaBand Satellite Terminals and various other items A ll of the guaranteed minimum quantities and the estimated maximum six year quantities will be specified in the solicitation This is a NonDevelopmental Item NDI contract The Government has a requirement for 6 initial terminal systems with the potentia l for up to 50 systems over the 6 year period The KaBand terminal must pass both Government and INTELSAT certification requirements for any methodology at time of delivery The contractor must be able to perform all necessary engineering manufacturing integration testing shipping and training while providing postproduction life cycle support for the terminal system Life cycle support includes but is not limited to fielding training maintenance engineering services inhouse field depot mai ntenance and repair and PPSS The KaBand Satellite Terminal operational life expectancy is 1015 years or until the Advanced Wideband Satellite AWS system is activated The terminal must be able to provide long haul communications over the WGS KaBand Satellite that is scheduled to be launched and onorbit in CY03 The terminal will provide the User a reachback capability to CONUS or other intertheater deployed terminals It must be air transportable The terminal must provide a remote and fully r edundant capability All baseband equipment will be provided GFE The contract will be issued as a Request For Proposal RFP based on the best value to the Government to be determined under Source Selection Procedures The Government anticipates issuin g the final solicitation on or about 1 Feb 02 on the US Army Communications and Electronics Command CECOM Interagency Interactive Business Opportunities Page IBOP web site httpsabopmonmoutharmymil All parties interested in doing business with CECOM are invited to access operate send and receive information from the IBOP It is the offerors responsibility to monitor this site for release of the solicitation and any subsequent amendments or information The draft SOW CDRLs and Spec can be found on the IBOP The Department of Defense requires all contractors to be registered in the Central Contractor Register CCR to receive contract award or payment See note 26

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • 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 2af9a45d4b6a64d63ba2afe327336756

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 DescriptionNAICS 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 22

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
D -- Operation and Maintenance Services for 99th Expeditionary Reconnaissance Squadron (ERS)
Notice ID 026a34d8262429b55e39022d5c53c533

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
S -- Custodial, Landscaping, building maintenance, and mechanical maintenance services
Notice ID fa179e0d81a7d975765829ca7e798290

The General Services Administration GSA MidAtlantic Region requires custodial landscape building maintenance and related services and mechancial maintenance services at the Internal Revenue Services Building 2801 Eastern Boulevard York PA Award will be via source selection procedures based on the greatest value concept Price and technical evaluation factors will be considered The solicitation shall contain all proposal requirements and the method of award Period of Performance is for one 1 base year to commence on March 1 2002 through February 28 2003 with four one 1 year options This procurement is a small business set aside NAICS Code 561210 size standard is 5 mil Solicitations will be available on or about January 14 2002 and can be obtained by accessing The Federal Business Opportunity FedBizOps website at httpwwwfedbizoppsgov searching on the solicitation number and downloading the specification document Offerors may only obtain a copy of the solicitation through this site Paper copies shall not be issued To be included on the GSA source list for this procurement please mail fax or email your request to Michelle Garofalo at GSA Allegheny Realty Services District 3PK The Wanamaker Building 100 Penn Square East Philadelphia PA 19107 fax 215 6565955 or email michelinagarofalogsagov You must reference Solicitation Number GS03P02CDC0029 for identification purposes Telephone requests will not be honored Details on the proposal due date and the preproposal conferencewalk throughs of the three buildings shall be contained in the solicitation Any inquiries on this project may be directed towards Ms Angela Christiansen but must be by fax 2156565955 or email at angelachristiansengsagov This announcement represents the Governments official information on this project Any information taken from other publications is used at the sole risk of the offeror The procuring office cannot guarantee the accuracy of information contained in other publications Contractors are asked to register on FedBizOps and to also send an email containing the company name address point of contact telephone number fax number and email to the Contracting Officer listed to insure receipt of all amendments

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R3 ACQ MGMT DIV
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
51 -- Tool Purchase
Notice ID c460de7fb5ef60c2085bd095672f3cfd

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
47 -- Tube Assembly - Oil Out
Notice ID 80cd1e9ada1fba3fcddbc8cccb17d7d4

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
47 -- Tube Assembly - Oil Out
Notice ID 84da82472400eb8d8c5de66612d54942

No Description Provided

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