• 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 8431 - 8440 of 7209467 results
Notice ID 1703c5c3dfe247c19ae3d7d353770394

To register for this solicitation you must email the following information directly to Brenda Price at priceblihnavymil Solicitation numberin subject line of your email Name of the requestor Organization name address telephone and fax number and your Email address Use your email read notification feature to confirm the contract specialists receipt of your registration The government is not responsible for any undelivered email transmissions Its the requestors responsibility to periodically check the IHDIV Contracts Division website for current status of solicitations and amendments Once the solicitation has been issued on the Internet the contract specialist will send an email message to the registered requestors informing them that the solicitation will is now available for downloading off the Internet Copies of issued solicitations can only be obtain ed by downloading them from the IHDIV Contracts Division Website at httpwwwihnavymilcontracts copies of solicitations will not be emailed faxed mailed or provided in person these types of requests WILL NOT BE ACKNOWLEDGED Approx issue date of this solicitation is 17 JAN 2002 The anticipated award will involve a firm fixed price contract with quantities of Basic 5 each first articles with 3700 each production Four 4 Options with step ladder quantities from 500 each to 5000 each Award to be based on past performance and price Requirement is 100 small business setaside All offerors will be ineligible for award unless they have registered in DODs Central Contractor Registration database ADDRESS httpccredidisamil or 18882272423 The North American Industry Classification System NAICS Code is 336414 with a size standard of 1000 emp loyees and the FSCSVC code is 1340

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC INDIAN HEAD DIVISION
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
16---Cap Assembly,Tip
Notice ID f7d3bd7b973a6e37370040281e3a42e8

NSN 7R1670001489232DH Ref Nr S611520158015 Qty 15 EA Delivery FOB Origin See Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
70 -- Fund Raising Software
Notice ID e2a0f6328aea7260efd3c6f5a60354fd

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
70 -- Fund Raising Software
Notice ID 9faa2911fde0b078ef0d2b454c863e11

The US Department of State intends to conduct a competitive procurement for a contractor to supply computer software which will provide best practices Commercial OffTheShelf COTS technology to assist in fund raising activities of the Office of Fine Arts and US Diplomacy Center This procurement will be setaside 100 for small business North American Industry Classification System Code is 421430 with a small business size standard of 500 employees The computer software commonly referred to as a fund raising system must follow federal accounting standards and methodologies and conform to generally accepted accounting practices for notforprofit organizations As part of the supply of a fund raising system the vendor will provide training data conversion services implementation assistance and maintenance The software shall be delivered within 20 days of award and shall be fully operational under the fund raising system within 60 days of award The fund raising system must operate in an Open Architecture Oracle database Microsoft Windows NT environment allow integration of third party report writing tools and operate on an Intel Pentium 4 workstations and servers The immediate requirement is for six 6 user licenses with an estimated total of eighteen 18 software licenses over the fiveyear period The Department of State has determined that Section 508 accessibility standards as codified at 36CFR 1194 are mandatory and applicable to this solicitation Mandatory requirements also include 33 software product features as well as network security requirements of the Department of State which shall not allow remote access for the purposes of technical support to its networks Award of a Firm Fixed Price contract with a Base Year and 4 option years is anticipated All interested parties should respond to solicitation number SLMAQM02R0014 posted on or about December 21 2001 on the Internet at the following sites httpsstatemonmoutharmymil An alternate site to gain access is httpstatebuygov and then go to the Interactive Platform The solicitation will also be posted on the FedBizOpps site at wwwfedbizoppsgov Please do not contact the Contracting Officer prior to December 21 2001 Firms requiring assistance in using the Internet should contact Mr Stuart Toleman at the following address tolemanscstategov or by telephone 703 5161694 or FAX 703 8756155 THERE WILL BE NO PAPER COPIES OF THIS SOLICITATION SEE NOTE 1

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
Q -- X-Ray Technician Services
Notice ID da5d3f21bef6a86023e35c5f2c53a13d

The Federal Bureau of Prisons Southeast Regional Office is soliciting quotes for the provision of XRay Technician Services at the Federal Detention Center FDC located at 33 NE 4th Street Miami Florida 33132 as a Small Business SetAside The Request for Quote is issued under NAICS code 621399 with small business size standard of 5 million The Contractor shall provide professional xray services to the inmate population at the FDC in Miami Florida Contractor is required to have a current State of Florida license to practice as Basic Xray Machine Operator Medical liability insurance will also be required The anticipated period of performance will be as follows one base year to begin effective Date of Award through September 30 2002 Option Year 1 10010293003 Option Year 2 10010393004 Option Year 3 10010493005 Option Year 4 10010593006 Work schedule will be 5 six hour sessions per week with one hour unpaid lunch each day not to exceed thirty hours per week The quantity for Base year sessions will be for 149 sessions Option Year 1 through 4 will be 251 sessions Quotes will be evaluated on price and past performance All responsible sources may apply The solicitation will be made available on or about January 21 2002 and will be distributed solely through the General Services Administrations Federal Business Opportunities website httpwwwfedbizoppsgov Hard copies of the solicitation will not be available All future information about this acquisition including amendments will also be distributed solely through this site Mail quotes to the following address Federal Bureau of PrisonsSERO Attn Rebecca Canfield Contract Specialist 3800 Camp Creek Parkway SW Building 2000 Atlanta Georgia 303316226 cc ODSBU SERO File

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office SERO
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
Q--Obstetric Specialty Clinic
Notice ID 0cfb666fe661532d670f26245ea72639

FOR A COMPLETE SOLICITATION PACKAGE PLEASE CONTACT OUR OFFICE STATEMENT OF WORK Obstetric Services PURPOSE The mission of the Fort Peck Service Unit Indian Health Service IHS is to provide the best possible support to the IHS Health Centers through the recruitment and placement of physicians and other health professionals The purpose of this procurement action will be for the provision of Obstetric Services the Fort Peck Service Unit proposes to contract all of its prenatal intrapartum and postpartum care to a qualified provider through the award of a NonPersonal Health Care Contract Commercial Item DUTIESDESCRIPTION 1 Services to include an organized course of prenatal care by a qualified provider to be provided onsite at the Poplar and Wolf Point Indian Health Service Clinics and a plan of care for delivery at a contracted healthcare facility After delivery the Contractor must provide records of care for both mother and child to ensure continuity of care with other Fort Peck Service Unit health care services 2 To provide Obstetric Specialty Clinic services to pregnant and postpartum patients referred by physicians of the Fort Peck Service Unit These services shall include examinations diagnostic recommendations second opinions prescribing recommending treatment and followup for patients Onsite services will be provided one 1 day per week for 52 weeks Time of service will be between the hours of 800 am to 500 pm Contractor will be responsible for hisher own travel costs Nursing assistance will be provided by IHS for the Specialty Clinic 3 Contractor shall provide OB and hospital services at a contract facility with adequate personnel including nursing anesthesia and surgicalobstetrical providers as well as personnel to provide newborn care from birth Services such as anesthesia OB pediatric coverage and competent OB nursing staffing must be continuously available 4 Contractor must be able to provide a documented and clearly defined path of referral to hospital care for the normal OB patient as well as for the patient that develops complications during pregnancy or delivery such as diabetes increasing blood pressures fetal irregularities or other complications 5 If care is needed at a tertiary center the Contractor providing OB care will be required to maintain a formalized and seamless referral and transport pattern to the tertiary center PERIOD OF PERFORMANCE Performance of this contract shall be for a twelve 12 month period from February 1 2002 through January 31 2003 If the government exercises the options pursuant to Federal Acquisition Regulation FAR 522179 Option to Extend the Term of the Contract MAR 1989 the period of performance shall be extended in accordance with the following schedule Year Option Period Base Year One Year from time award Option Year One 1 Completed at time of award Option Year Two 2 Completed at time of award CREDENTIALS 1 Provide verification of current unrestricted state license certification or registration as applicable to practice independently in their professional field 2 It is the responsibility of the contractor to maintain the appropriate medical licensures and privileges throughout the duration of the contract 3 One letter of reference 4 Curriculum vitaeresume 5 The selected vendor must apply for medical staff privileges at the Fort Peck Service Unit 6 If the perspective contractor has already been credentialed please state so and the Fort Peck Service Unit will verify INSURANCE 1 Indemnification and Medical Liability Insurance FAR 522377 2 Contracting Officer Indian Health Service must obtain evidence of insurance PRIOR TO AWARD FAR 37402 ESTIMATE BASE YEAR x 52 Visits Per Year OPTION 1 OPTION 2

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
31---Bearing,Roller,Cyli
Notice ID 9b0111fcee74ac8fd3fe10ee331e7f4d

NSN 7R3110009136112EN SPEC NR TDP VER 001 Ref Nr 771317 Qty 170 EA Deliver to Defense Distro Depot Jacksonville FL The subject item requires Government source approval prior to contract award as the item is flight critical andor the technical data available has not been determined adequate to support acquisition via full and open competition Only the sources previously approved by the government for this item have been solicited The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source If you are not an approved source you must submit together with your proposal the information detailed in the a hrefhttpwwwnavicpnavymilsabssassascoverhtm US Navy Aviation Supply Office Source Approval Information Brochure This brochure identifies technical data required to be submitted based on your companys experience in production of the same or similiar item or if this is an item you have never made This brochure can be obtained by calling NAVICPP at 215 697 4243 If your request for source approval is currently being evaluated at NAVICPP submit with your offer a copy of the cover letter which forwarded your request for source approval Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation Please note if evaluation of a source approval request submitted hereunder cannot be processed in time and or approval requirements preclude the ability to obtain subject items in time to meet government requirements award of the subject requirement may continue based on Fleet support needs The NAVICP Commercial Item Identification Brochure is now available at a hrefhttpwwwnavicpnavymil07073homehtm httpwwwnavicpnavymil07home073htm since this is a source controlled item competition shall be limited to pratt and whitney and MRC bearings See Note 23

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R -- Enterprise Development Project
Notice ID 210f5817d93828e4a7adfb28765691ea

No Description Provided

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID/CENTRAL ASIA/KAZAKHSTAN
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R -- Enterprise Development Project
Notice ID b8949420c0b40b696178762d95f1c913

Special Note Reference Original Synopsis posted by CBDNet on December 18 2001The USAIDCAR Regional Mission based in Almaty Kazakhstan is seeking proposals to procure services in order to improve the environment for small and medium enterprises SMEs in the five Central Asian Republics This contract has six major components five of which are key components and a final crosscutting component 1 Business Training 2 Accounting Reform 3 Business Advisory Services which would include some work with business associations in Uzbekistan Tajikistan and if conditions warrant in Turkmenistan 4 Regional Trade Promotion 5 a Quality Management Center in Kazakhstan and 6 Other CrossCutting Related Activities The preferred method of distribution of USAID procurement information is via the Internet or by request of a solicitation on a 35 floppy disk MS Word format Receipt of the RFPs through the INTERNET must be confirmed by written notification to the contact person noted above It is the responsibility of the recipient of this solicitation document to ensure that it has been received from the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes No phone requests will be accepted Questions must be directed to email AlmatyCOusaidgov or fax 1 413 7715698 USbased but worldwide access 7 3272 507910 or 507636 or 7 3272 696490 See Attachment 11 Cover Letter and Solicitation

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID/CENTRAL ASIA/KAZAKHSTAN
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R -- Technical Assistance to O*NET
Notice ID 8ac4a626064904fe0a3bec1b605cebac

The US Department of Labor Employment and Training Administration DOLETA is soliciting proposals for the provision of technical assistance for the continued technical advancement and enrichment of the Occupational Information Network ONET The main goals of the ONET project are 1 to fully replace the use of the increasingly outdated Dictionary of Occupational Titles DOT with the ONET classification and computerized electronic database of occupational information and 2 to establish the ONET system throughout the United States as a viable operational tool linking our education training and employment communities together through the use of the ONET common occupational language In collaboration with ETA the contractor will assist in developing undertaking and coordinating a wide range of research and operational projects related to establishing the utility reliability and quality of ONET information and to provide technical support for the ETA office of Policy and Research OPR For this reason it is important that the contractor indicate an ability to utilize and partner with a wide range of technical experts to supplement the ONET project if required The contractor may also subcontract selected activities under the terms of the contract to obtain specialized expertise as may be required under different phases of the ONET effort The period of performance for this prospective award will be twelve 12 months from the date of contract execution plus four 1year options to extend at the governments discretion This requirement is a 100 Small Business SetAside The NAICS Code is 541519 and the Size Standard is 18 million Requests for Proposals will be available on the FedBizOpps site at httpwwwfedbizoppsgov approximately 15 days from the date of publication Request for Proposals in hard copy form will also be available upon written request only on a first come first served basis until the supply is exhausted Telephone requests will not be honored For requests made after the supply is exhausted the Contracting Officer may determine whether payment of a fee is warranted The fee will not exceed the actual cost of duplication of the solicitation document Closing date for receipt of proposals will be February 28 2002 at 2 pm local time Requests for proposals must cite RFPDCS0207 and must include two self addressed labels Failure to enclose labels may cause delay in receipt of the solicitation No collected calls will be accepted It is the sole responsibility of the offeror to continually view the websites for any amendments made to this solicitation

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