• 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 8741 - 8750 of 7209467 results
favorite_border
favorite
31 -- Bearing, Roller, Airframe
Notice ID 6c607140e1529dbcbf12dfd41f8c4b0b

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
66 -- 66
Notice ID 80a7caf112f69279828d2d26a041ce7a

NSN 6685007576787 Transducer Motional Pickup Direct access to defense and federal specification standards and related standardization documents is available on the Internet via httpassistdapsmil or httpwwwdodsspdapsmil Part Numbered Item Specification plans or drawings relating to the procurement described are not available and cannot be furnished by the Government NAICS CODE 334519 Purchase Request Line Item 0001 Qty 78 each Delivery 134 DARO Destination Tracy CA Purchase Request Line Item 0002 Qty 43 each Delivery 134 DARO Destination New Cumberland PA Other than Full and Open 10 USC 2304 c1 FAR 63021 More than one source intended source Unrestricted Automated Best Value System ABVS The final contract award decision may be based upon a combination of price past performance and other evaluation factors as described in the solicitation Opening Date 011402 Closing Date 021402 A copy of the solicitation will be available via the DLA Procurement Gateway at httpprogatedapsmilhome or http12321620home on the issue date cited in the Request for Proposal RFP From the Gateway homepage select Search RFPs from the lefthand sidebar Then choose the RFP you wish to download RFPs are in portable document format PDF To download and view these documents you will need the latest version of Adobe Acrobat Reader This software is available free at httpwwwadobecom A paper copy of this solicitation will not be available to requesters

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
16 -- BELL CRANK ASSEMBLY
Notice ID fae1b0509c1586923748cf6ecea1df72

PR No YPG01313000457 This solicitation will contain 1 NSN for Bell Crank Assembly Quantity 99 each 100 quantity option applies The OEM is McDonnell Douglas Aerospace Cage 76301Sources DERCO Aerospace Cage 8X044 KITCO Cage 34087 Dulond Tool Cage 9M680 and ECK ECK Machine Cage 29981 NSN 1560009299758 PN 326212314 FOB and IA Origin Requested delivery 147 daro DSCR does not currently have an approved technical data package available for this NSN The final award decision may be based upon a combination of price delivery past performance and other evaluation factors as described in the solicitation You must fill out a complete solicitation package in order to be evaluated A letter REF offer is not acceptable unless you are quoting IAW a BOA EBB quotations are not acceptableA copy of the solicitation will be available via the DLA Procurement Gateway at httpprogatedapsmilhome or http12321620home on the issue date cited in the RFP From the Gateway homepage select Search RFPs from the lefthand sidebar Then choose the RFP you wish to download RFPs are in portable document format PDF To download and view these documents you will need the latest version of Adobe Acrobat Reader This software is available free at httpwwwadobecom A paper copy of this solicitation will not be available to requestors The solicitation issue date is 012202

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
53--Hardware & abrasives
Notice ID f5b8270f8a7cac0e2b5d05279f958721

NSN 5342012691048YPG01351001496 Mount Resilient Specifications or StandardsDirect access to Defense and Federal specifications standards and related standardization documents is available on the Internet via httpassistdapsmil or httpwwwdodsspdapsmil PRLI 0001 Quantity 123 each required delivery 78 DARO to New Cumberland PASNG and PRLI 0002 Quantity 123 each required delivery 78 DARO to Tracy CAAQ5 Numbered Notes 9 Specifications available 12 Trade Agreements Act 23 Qualification Requirements FAR 522091 and 26 Commercial Noticewhen the Government does not intend to use Part 12 Commercial Acquisition ProceduresFAR 5206e4 Additional Information Not Covered By Numbered Notes Unrestricted and Automated Best Value System ABVS The final contract award decision may be based upon a combination of price past performance and other evaluation factors as described in the solicitation Solicitation for NSN 5342012691048 YPG01351001496 Type 6E100B Specification plans or drawings relating to the procurement described are available please submit your request to DSCRVABA via internet mail fax or phone Internet address is httpwwwdscrdlamiltdmdall lowercase Mailing address is Defense Supply Center Richmond attn DSCRVABARichmond VA 232975615 fax number is 8042794946 phone number is 8042793356 Specifications standards and qualified product lists which may also constitute a part of this technical data package should be requested from DODSSPDOD single stock point Customer Service Standardization Document Desk 700 Robbins AvePhiladelphia PA 191115094 Phone Customer Assist 21569726672179 Telespecs 2156971187 thru 1198 with a customer number This solicitation will result in an indefinite delivery contract with a base year and four option years The ordering limitations for the base and option years are as followsBBase YearOOption year Guaranteed Buy QuantityB246 O210Minimum Order QuantityB105 O105Maximum Contract QuantityB684 O630Estimated annual quantityB456O420 The requested delivery schedule is 78 days after receipt of order ABVS applies the final contract award decision may be based upon a combination of price past performance and other evaluation factors as described in the solicitation See notes 91223 and 26 All responsible sources may submit an offer that will be considered A copy of the solicitation will be available via the DLA Procurement Gateway at httpprogatedapsmilhome or http12321620home on the issue date cited in the RFP From the Gateway homepage select Search RFPs from the lefthand sidebar Then choose the RFP you wish to download RFPs are in portable document format PDF To download and view these documents you will need to latest version of Adobe Acrobat Reader This software is available free at httpwwwadobecom A paper copy of this solicitation will not be available to requestors The solicitation issue date is January 182002Janelle TurnerAX5018042793985fax 8042796303 Contracting Officer Stephen Allgeier8042794105

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
89 -- Milk and Ice Cream Products
Notice ID dce78640f7ea0a4a8c5f1bdd830cd4a0

DavisMonthan AFB Like AFB Mcas Yuma Ft Huachuca 56th Med Group Hospital 162nd FWSVF Phoenix JCC Fred Acosta Jcc require Milk and Ice Cream Products for deliveries starting 02 June 02 The contract period will be for one 1 base year plus one 1 year option for a total of two 2 years support The acquisition will be issued unrestricted All materials used in fabrication are to be furnished by the successful offerors All responsible sources may submit proposals which will be considered by the agency Solicitations will be available on DLA Procurement Gateway Gateway at website httpprogatedapsmihome after Anticipated Issuance Date of 18 January 02

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
R -- NEP Coaches
Notice ID c9e0fa252c8647970e4628f8aa012760

No Description Provided

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID M/OAA
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
R -- NEP Coaches
Notice ID 613c2b6d25a8661a459213936aa083f6

The US Agency for International Development is contemplating award of seven 7 oneyear purchase orders for the services of qualified individuals to serve as development coaches for new entrant professionals NEP The primary purpose of each coach will be to assist these new entrants in defining and meeting career training goals prior to receiving their first overseas duty assignments within 4 to 24 months of hiring Two new groups of NEPs are anticipated to come on board this year Coaches shall participate with each new group of entrants in threeweek orientation sessions Coaches without prior NEP coach experience will be required to participate in a fourday supervisorycoach training program The program will provide coaches with specific information on competency requirements the development of individual development plans and mentoring and coaching techniques Coaches with prior experience serving in this capacity may be called upon to assist in sharing their knowledge and experience with both new coaches and new entrants during both coach training and orientation session Following each orientation coaches shall provide direct counseling to an assisted group of new entrants to ensure their understanding of individual development training plans and skill competencies This support is anticipated to occur in Washington DC and may be required for up to 12 months after award Qualified applicants will include but not be limited to formerretried Foreign Service Officers and Civil Service employees with demonstrated knowledge and understanding of USAID its overseas missions and Foreign Service career requirements A solicitation providing greater detail on this opportunity is anticipated to be issued within approximately 15 calendar days from posting of this notice The USAID will follow Federal Acquisition Regulation Part 13 Simplified Acquisition Procedures in preparing the solicitation and the resulting orders The performance period is anticipated to commence as early as mid March 2002 and be completed not later than April 2003 Recipients are responsible to ensure that the information is electronically received in its entirety USAID bears no responsibility for data errors resulting from transmissions or conversion processes This is procurement opportunity is full and open competition NAICS 541990 Eraka Somers may be contacted to assist with submittal deliveries at 2027120931

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID M/OAA
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
D -- Standards and Codes
Notice ID 823f4d14cb36e90d9ebce3ed021c4157

The US Nuclear Regulatory Commission NRC intends to enter into a sole source purchase order with Information Handling Services IHS for the acquisition of various standards and codes in electronic format as follows Institute of Electrical and Electronics Engineers ANSI Nuclear American Nuclear Society Standards ASME Boiler Pressure Vessel Code Complete and Instrument Society of America Access to these products will be granted to NRCwide locations Arlington TX Rockville MD King of Prussia PA Lisle IL Atlanta GA Chattanooga TN IHS is the only know US vendor that offers all of these products in electronic format The period of performance for this acquisition is one year from date of award A request for quotations does not exist Interested respondents must submit a written capability statement including technical information sufficient to demonstrate a bona fide capability to meet this requirement to the address shown above no later than 10 calendar days from date announcement appears in the Federal Business Opportunities Telephonic responses and responses providing insufficient information for evaluation will not be considered

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
R -- Legal Services
Notice ID 479d8f4161d44b1bbb5ca50aa0c6da00

USDA Rural Utility Services seeks to enter into multiple award laborhour service contracts to provide legal support services nationwide in a number of legal practice areas including corporate corporateproject finance tax bankruptcy and debt restructuring cooperative law secured transactions real estate mortgage banking energy law and environmental law In general the services would include the necessary legal support services relating to Applications by Borrowers for financial assistance and approvals required pursuant to the terms of outstanding loan and security instruments or otherwise In addition services may be paid for by Government funds only when specified The expected period of performance is one year with four additional oneyear option periods This solicitation is unrestricted and all businesses may submit a proposal Award will be made based on the following factors Technical which includes the following subfactors Relevant Experience Staffing And Subcontracting Price and Past performance The solicitation will be available on or about 01182002 proposals are due by Thursday Feb 28 2002 by 300 PM EST Proposal must be mailed to USDA Procurement and Management 300 7th Street SW 8th Floor Mail Stop 0741 Washington DC 20024 Please contact Ryan Morning with any questions at 2026920110 The NAICS code is 541110 and the size standard is 500000000 All interested parties should email Rmorningrdmailruralusdagov to be officially added to the plan holders list This solicitation will only be available electronically through the World Wide Web

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09
favorite_border
favorite
N--CCTV Upgrade
Notice ID 2df175a5ad81bf8e9c5de3af880706ce

NAICS Code 541990 The US Environmental Protection Agency has a requirement to upgrade an existing Closed Circuit Television system for its Environmental Science Center located at Fort Meade MD Contractor shall upgrade three existing cameras and install an additional five cameras Vendor shall also supply a digital recording system to record all activity captured by the cameras Digital Recording system must interface with an existing First Line DVX CCTV Recorder located at the EPAs Region III Office in Philadelphia PA Vendors are encouraged to attend the site visit Information regarding the site visit shall be included in the RFQ All requests for a copy of this quote must be in writing and may be faxed to 2158145211 or emailed to robbjohnepagov The Contracting Officer is John Robb 2158145468

  • Department/Ind.Agency ENVIRONMENTAL PROTECTION AGENCY
  • Subtier ENVIRONMENTAL PROTECTION AGENCY
  • Office REGION 3 CONTRACTING OFFICE
  • Notice Type Presolicitation
  • Published Date 2002-01-02 14:00:00+09