• 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 8441 - 8450 of 7209467 results
favorite_border
favorite
28 -- ADD-ON ITEMS TO CORPORATE CONTRACT
Notice ID 0ad6476e5a4155f9b2500a80f8770312

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
28 -- JET FUEL STARTER
Notice ID 747386c77acd3d1868e0216548eecc3f

JET FUEL STARTER ELIN C002AA2835010912433

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R--IRS ANALYSIS OF COLLECTION CONTRACT SUPPORT OPTIONS
Notice ID 2831745e74c9edfbfc7ceacadd310608

The Internal Revenue Service IRS has undertaken an initiative to modernize the Filing and Payment Compliance FPC program The FPC project is a joint effort between IRS and Computer Sciences Corporation CSC the PRIME and is aimed at reducing the overall collection time while improving customer and employee satisfaction During the strategic planning effort for transition to the Modernized Systems it has been observed that Modernized Systems alone may not sufficiently address the large inventory of collection work The IRS working together with the PRIME has decided to perform an analysis of collection contract support options The collection third party contract support analysis is an analysis of best practices related to receivable management and collections The FPC project team will present results to IRS management of the best practices analysis along with contract support alternatives The alternatives will address strategies for resolving the current collection inventory and the potential for integrated and embedded collection contract support in the modernized FPC design To enable the IRSPRIME to perform an effective analysis of the options available the IRS will issue a Request for Information RFI The RFI will request information to determine what skills collection contract support companies can provide to the IRS including training modeling inventory management human resources management software products and collection services Additionally from the information gathered and in conjunction with a currentfuture state gap analysis the IRSPRIME will determine how to incorporate collection contract support companies as an interim solution part of the longterm strategy or both as appropriate Specifically the IRSPRIME require potential collection contract support companies to provide information on a variety of issues such as preferred compensation methods including frequency and performance incentives Input on specific type of receivables most favorable to the industry practices and expected recovery rates based on delinquency amount delinquency age prior collection efforts etc Input on a variety of security practices including personnel screening data security computer security and physical security capabilities Input on collection contract support performance measurement criteria in a balancedmeasures environment to include business results customer satisfaction and employee satisfaction Input on the preferred technology and methodology for account information exchange between the IRS and collection contract support companies Additionally we would like industry perspective on the impact of the Taxpayer Bill of Rights privacy and disclosure provisions of the Internal Revenue Code and the Restructuring and Reform Act of 1998 RRA98 on the collection contract support companies ability to effectively assist the IRS in its collection activities The IRSPRIME will review written responses to the RFI for parties demonstrating experience with projects of similar scope and magnitude or parties with unique and unusual solutions to a variety of the requested data elements on which we are gathering information The IRSPRIME will identify two or three collection service providers to partner with the IRSPRIME as we design the future IRS Filing and Payment Compliance model The IRSPRIME is primarily interested in selecting companies that have a high level of expertise broad subject matter coverage and a willingness to dedicate individuals to assist the IRSPRIME as needed The identified companies will be requested to participate in informal meetings with the IRSPRIME periodically over the next several months as Subject Matter Experts SMEs The IRSPRIME will ask the SMEs to assist the IRS by providing the private sector input from a collection services provider perspective as we further refine the decision analytics for case assignment as well

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
A -- Audio Processing
Notice ID 454935650156bc402bd802dc0167e621

The Information Directorate of the Air Force Research Laboratory AFRL Rome Research Site is soliciting white papers under this announcement for various studies and experiments to increase AFRLs knowledge and understanding of audio and speech processing technologies for support of military operations Solutions using new and innovative approaches are sought The scope of this effort covers a broad range of audio and speech processing technologies not limited to speaker identification language sublanguage sometimes called dialect identification gisting obtaining the gist of a conversation by recognition of words and phrases language translation platformbackground noise identification usable speech determination interference noise and competing talkers reduction voice stress analysis speaker verification coding to preserve the characteristics of the talker and channel watermarking and correlation Emphasis for this research are techniques and methods for use in tactical Avg 9 dB signaltonoise ratio 5 seconds recognition time minimum training time military environment Deliverables will be technical reports and when appropriate demonstrations and associated data THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME Offerors are required to submit three 3 copies of a five 5 to seven 7 page white paper on their proposed research topic with a cover letter indicating whether the offeror is a large small small womenowned small or small disadvantaged business or Historically Black College University or Minority Institutions All responses to this BAA must be addressed to AFRLIFEC Attn John G Parker 32 Brooks Rd Rome NY 134414114 Small business offerors only must also send one 1 copy of the cover letter only by First Class mail DO NOT SEND CLASSIFIED to AFRLIFB ATTN Janis Norelli Director of Small Business 26 Electronic Parkway Rome NY 134414514 The white paper will be formatted as follows Section A Title Period of Performance Cost of Task Name of Company Section B Task Objective and Section C Technical Summary White papers must reference BAA 0206IFKA and shall be double spaced with a font no smaller than 12 pitch Last date for submission of white papers is 30 Sep 05 Multiple white papers addressing different areas of applicability may be submitted by each offeror and are encouraged The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal Complete proposal instructions will be contained in a letter accepting your white paper and requesting a proposal Such invitation does not assure that the offeror will be awarded a subsequent contract Options are discouraged and unpriced options will not be considered for award The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract It is however an allowable expense to the normal bid and proposal indirect cost specified in FAR 3120518 Proposals submitted will be evaluated as they are received Individual proposal evaluations will be based on acceptability or nonacceptability without regard to other proposals submitted under this BAA Evaluation of proposals will be performed using the following criteria in descending order of importance 1 The Overall Scientific andor Technical Merits of the Proposal 2 Contributions to the Tactical Speech Processing mission 3 Innovative Approach andor Techniques 4 The reasonableness and realism of proposed costs and fees if any The technical and cost information will be evaluated simultaneously The technical criteria 13 above will also be used to de

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA8750 AFRL RIK
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R -- SOURCES SOUGHT -A-76 Management and Workflow
Notice ID a753bd23466b326118360e70fbdb14e4

COMPANIES THAT PROVIDED RESPONSES BEFORE NOVEMBER 30 2001 ARE NOT REQUIRED TO RESPOND TO THIS ANNOUNCEMENT This is a SOURCES SOUGHT SYNOPSIS THERE IS NO SOLICITATION AVAILABLE AT THIS TIME In accordance with FAR 15202 Advisory multistep process this presolicitation notice is in support of a market survey being conducted by the US Department of Commerce DOC to determine potential small business sources capable of providing management analysismanagement studies in support of A76 related services to its executive staff located at 1401 Constitution Avenue NW Washington DC The government anticipates a need for analytical skills to assist in the programmatic side of its A76FAIR Act initiative and seeks to develop a small business inventory of firms with demonstrated experience in evaluating managementwork flowinformation technology issues The inventory will be made available to Departmental contracting officerssenior management through a web site The web site will contain an appropriate disclaimer that this does not constitute a Qualified Bidders List and that new firms may request that they be added by submitting the appropriate information to a designated member of the office maintaining the web site This notice will also help interested offerors understand DOCs objectives for acquiring small business management expertise Commerces Fair Act inventory can be found at httpwwwdocgovoebamfair Any information submitted by respondents to this synopsis is voluntary Interested respondents should provide the following information a a one page corporate summary including your web site whether or not the business is small smalldisadvantaged or womenowned b a listing of any current negotiated GSA schedule government contract or commercial pricing rates PLEASE DO NOT SUBMIT PROPRIETARY PRICE LISTS and c a 35 page summary relating experience providing management analysis services to support our objectives as cited above Also please complete and submit the attached Excel Spreadsheet with your submission An electronic submission in MSWord or Word Perfect format for the general information and attached Excel Spreadsheet is preferred and should be sent to RJones1docgov Those firms wishing to respond by mail should send them to the US Department of Commerce Office of Small and Disadvantaged Business Utilization Room 6411 14th and Constitution Avenue NW Washington DC 20230 Attention Ramona Jones This Request for Information does not constitute a Request for Proposal The Government does not intend to award a contracts based solely on the submission to this Request of Information nor does it intend to pay for any costs incurred in response to this Request for Information Commerce will begin accepting responses immediately

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier OFFICE OF THE SECRETARY
  • Office DEPT OF COMMERCE ESO
  • Notice Type Special Notice
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
F -- Winter/Spring Tree Planting/Tubing
Notice ID 5d925b1f98c8d17b9719fb85f7964af3

A project for WinterSpring Tree Planting of approximately 280 acres Tubing of approximately 110 acres Estimated start work date is February 19 2002 Estimated issue date will be January 16 2002 Contract performance time is 25 calendar days The Technical Contact is Ray Holk 541 7822283

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office WILLAMETTE NATIONAL FOREST
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
F -- Ridge Biomass Thin
Notice ID 40dbdf0ba2a6761b50391047f6b9a6df

The Hat Creek Ranger District Lassen National Forest intends to acquire services to mechanically thin and remove precommercial sized material 30 inches DBH to 99 inches DBH on approximately 1663 acres of the Ridge Service Contract area The contractor will be responsible for furnishing all labor equipment supervision transportation supplies and incidentals necessary to perform all work necessary to successfully attain the specifications of the contract This solicitation will be available on or about March 7 2002 For technical information contact Rich Coakley District Silviculturist 530 3365521 NAICS 113310 size 500 employees

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office USDA FOREST SERVICE
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
R--Implementation of PWS Supervision & UIC Programs IAW the SDWA
Notice ID fbdd4a81fcd0b07298c6f6dbe77db201

THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT The Environmental Protection Agency EPA is performing a market search to determine potential sources in preparation for a future procurement The EPA Office of Water has a requirement for a contractor to provide technical support for the implementation of the Public Water Systems Supervision and Underground Injection Control Programs in accordance with the Safe Drinking Water Act SDWA The successful contractor shall provide all necessary labor materials services equipment and facilities in support of the efforts delineated by the statement of work SOW Services to be performed include evaluating and improving data base management systems implementing State or Indian Tribe Primacy programs conducting reviews analyses and making recommendations to EPA in reviewing the public water systems ability to take on increased technical managerial and financial burdens as a result of meeting new regulatory requirements conducting sanitary surveys developing training materials and presenting workshops for enforcement training for both drinking water and UIC applications providing expert assistancetestimony in EPA enforcement cases preparing reports on compliance status trends and enforcement actions relative to the Safe Drinking Water Act conducting fact finding and summarizing information on ways to comply with Safe Drinking Water Act regulations assessing small system problems and proposing solutions for implementation of drinking water regulations reviewing State primacy application submissions to determine compliance with regulatory requirements and developing training curriculums and materials to educate the public and States on requirements of new Safe Drinking Water Act regulations and conducting training workshops on requirements of new and existing Safe Drinking Water Act regulations The contract will require superior levels of technical expertise in the areas of sciences systems analysis and engineering It is anticipated that the contract will be a CostPlusFixedFee Level of Effort contract and will have a base period with four 4 twelve month option periods The base period and each option period will consist of approximately 60350 direct labor hours Each contract period will have approximately 120000 additional direct labor hours of optional level of effort The applicable NAICS code is 541611 with a size standard of 5 million ANY INTERESTED FIRM should submit a capability statement which demonstrates the firms ability to perform the key requirements described above Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis In the capabilities statements contractors should provide their size status for the above referenced NAICS ie large small and whether or not they are a certified hubzone 8a womenowned small disadvantaged andor disabled veteran owned concern Responses to the above should be submitted to yateswilliamepagov no later than January 22 2002

  • Department/Ind.Agency ENVIRONMENTAL PROTECTION AGENCY
  • Subtier ENVIRONMENTAL PROTECTION AGENCY
  • Office CINCINNATI ACQUISITION DIV (CAD)
  • Notice Type Sources Sought
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
65--Diagnostic Reagents
Notice ID 0056971d05d0cf5cfae5dc149385a3bd

17 This is a combined synopsissolicitation notice of intent for commercial items prepared in accordance with the format in FAR Subpart 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation proposals are not being requested and a written solicitation will not be issued The solicitation number for this acquisition is NOI1002 and the solicitation is being issued as a notice of intent This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular FAC 9727 The National Institute of Allergy and Infectious Diseases intends to negotiate on a solesource basis using simplified acquisitions procedures with Roche Diagnostics of Indianapolis ID for twentythree 23 each of Hepatitis C Virus Monitor 20 Assay Kits Catalogue Number 87024 This is not a Small Business SetAside The North American Industry Classification System NAICS Code for this acquisition is 325413 and the smallbusiness size standard is 500 This is an indefinite delivery contract the kits are to be delivered to a NIAID facility located in Rockville MD 20852 at intervals and in quantities to be determined by the enduserrequestor during the anticipated period of performance 031901 through 93001 This is a fixedpriced contract and the FOB terms are Destination These kits will be used to perform immunological tests to detect analyze and quantify markers of hepatitis and human immunodeficiency virus on a wide variety of specimens These same kits have been used for over twenty years for consistency of results It is essential that the same kits continue to be used in order to maintain data integrity Changing variables would prevent the correct interpretation of the experiment and thus cause harm to the existing experiment and mission of the Institute FAR provisions and clauses that apply to this acquisition FAR 522121 Instructions to Offerors Commercial Items FAR 522123 Offeror Representations and Certifications Commercial Items FAR 522124 Contractor Terms and Conditions Commercial Items FAR 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR 522253 Buy American Act also applies Offerors must include with their offer a completed copy of the provisions at FAR 522123 Offerors Representations and Certifications Commercial Items Offers must be submitted not later than 430 PM Eastern Standard Time January 31 2002 For delivery of responses through the Postal Service the address is NIHNIAIDAMOB 6700B Rockledge DriveMSC 7605 Room 1130 Bethesda Maryland 208927605 Electronic submissions will not be accepted Requests for information concerning this requirement are to be addressed to Guy Baratte at 301 5945075 Collect calls will not be accepted

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2001-12-28 14:00:00+09
favorite_border
favorite
65--Diagnostic Reagents
Notice ID ff3764915d259798c0ea0863a5f458f1

This is a combined synopsissolicitation notice of intent for commercial items prepared in accordance with the format in FAR Subpart 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation proposals are not being requested and a written solicitation will not be issued The solicitation number for this acquisition is NOI1002 and the solicitation is being issued as a notice of intent This solicitation document and its incorporated provisions are those in effect through Federal Acquisition Circular FAC 9727 The National Institute of Allergy and Infectious Diseases intends to negotiate on a solesource basis using simplified acquisitions procedures with Roche Diagnostics of Indianapolis ID for twentythree 23 each of Hepatitis C Virus Monitor 20 Assay Kits Catalogue Number 87024 This is not a Small Business SetAside The North American Industry Classification System NAICS Code for this acquisition is 325413 and the smallbusiness size standard is 500 This is an indefinite delivery contract the kits are to be delivered to a NIAID facility located in Rockville MD 20852 at intervals and in quantities to be determined by the enduserrequestor during the anticipated period of performance 020102 through 013103 This is a fixedpriced contract and the FOB terms are Destination These kits will be used to perform immunological tests to detect analyze and quantify markers of hepatitis and human immunodeficiency virus on a wide variety of specimens These same kits have been used for over twenty years for consistency of results It is essential that the same kits continue to be used in order to maintain data integrity Changing variables would prevent the correct interpretation of the experiment and thus cause harm to the existing experiment and mission of the Institute FAR provisions and clauses that apply to this acquisition FAR 522121 Instructions to Offerors Commercial Items FAR 522123 Offeror Representations and Certifications Commercial Items FAR 522124 Contractor Terms and Conditions Commercial Items FAR 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR 522253 Buy American Act also applies Offerors must include with their offer a completed copy of the provisions at FAR 522123 Offerors Representations and Certifications Commercial Items Offers must be submitted not later than 430 PM Eastern Standard Time January 31 2002 For delivery of responses through the Postal Service the address is NIHNIAIDAMOB 6700B Rockledge DriveMSC 7605 Room 1130 Bethesda Maryland 208927605 Electronic submissions will not be accepted Requests for information concerning this requirement are to be addressed to Guy Baratte at 301 5945075 Collect calls will not be accepted

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