• 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 8861 - 8870 of 7209467 results
favorite_border
favorite
15 -- Circuit Card Assembly
Notice ID f278df064f5a39e9a6d8b7dab33aaf7a

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
V -- Commercial Travel Offices
Notice ID 3bc06697c7128f394e7fd304388ad324

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4877 355 CONS PK
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
42 -- Notice of Contract Action - Furnish and Install Structural Fire Training Facility
Notice ID 4a3f1268b8534306c0ddfa4a40728676

A solicitation is inwork the due date will be extended The specs will be more clear in the solicitation The 42d Contracting Squadron at Maxwell AFB AL intends to award a brand name justification contract to the lowest priced technically acceptable contractor whose quote conforms to solicitation F0160002T0003 for the following item 0001 Furnish and install Structural Fire Simulator Deputy Chief Model FF3see attached specs and designs consisting of the following Basic Structure Deputy Chief and these options Fire Escape Stairwell Fire Department Connection Rappelling Ring 3 Second Story Balcony Overhead RollUp Door and Sprinkler System with 3 heads The Government will provide the concrete slab The Fire Simulator is manufactured by Fire Facilities Inc FOB Destination and installation is Maxwell AFB AL Warranty information shall be provided with quote Desired delivery and installation shall be 45 days or less after notification from the contracting officer to begin installation This is a brand name procurement under the authority of FAR Part 63021 This will be a firmfixed price contract The intention is to have a combined synopsissolicitation posted on 21 December 2001 and the proposed due dates for quotes will be 7 Jan 02 Quotes may be mailed to 42d Contracting Squadron 50 LeMay Plaza South Bldg 804 Maxwell AFB AL 361126334 or faxed to 3349533527 ATTN Brian Bendele or emailed to brianbendelemaxwellafmil Reference the RFQ number and provide delivery date on the quote Please email or fax any questionscomments to Brian Bendele fax and email information above

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA3300 42 CONS CC
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
D--Information Technology Services - Education Digital Library Initiatives
Notice ID a83810745d3b2befa686b2afb2193a64

No Description Provided

  • Department/Ind.Agency EDUCATION, DEPARTMENT OF
  • Subtier EDUCATION, DEPARTMENT OF
  • Office CONTRACTS AND ACQUISTIONS MANAGEMEN
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
Notice ID 5f9fd06b9a947c6b8f6dcda39ffe20ae

NA This amends the sources sought announcement for the DTRIAC procurement dated Dec 20 2001 DTRA is interested in seeking industry comments and these questions and related information can be found at the web site established for this procurement which can be found at httpdtriacdtramil In the event that difficulties are encountered in accessing the web site request that you advise the Contract Specialist Kelly Dowd via email at kellydowddtramil or via telephone at 703 3256626 These document s can be emailed to you The due date for submitting industry question and comments is extended until COB January 16th 2002

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEFENSE THREAT REDUCTION AGENCY (DTRA)
  • Office DEFENSE THREAT REDUCTION AGENCY
  • Notice Type Sources Sought
  • Published Date 2002-01-03 14:00:00+09
Notice ID 5a22c7d8b23508dc15b61736f89c925d

NA The Defense Threat Reduction Agency is considering awarding a series of indefinite deliveryindefinite quantity IDIQ contracts in support of the Technology Development Directorate The work includes but is not limited to providing technology assessmen ts in support of national and international arms control and nonproliferation initiatives developing sensors and detectors providing systems integration assessing the feasibility and impacts of future arms control and nonproliferation initiatives inclu ding scenario definition modeling simulation and technology shortfalls Prospective contractors must be knowledgeable of Weapons of Mass Destruction WMD processes to support arms controlnonproliferation assessments and capable of providing informat ion technology capabilities in C4 data processinganalysis system architecture linking and working with dissimilar current legacy systems and processing multisensor data and providing application of these technologies assessments and capabilities f or homeland defense and counter terrorism Further information will be disseminated from the web site found at httptdicdtramil To gain access to the web site you must register and receive a password The program supports the directorates missio ns in counterproliferation and related areas We estimate award of three contracts with the possibility of increasing the number up to five awards using full and open competition The ordering period will be 60 months with an option to extend the orde ring period for an additional 60 months The contracts will allow for various pricing arrangements including fixed price cost plus fixed fee cost plus award fee fixed price level of effort and will include the possibility of award term orders The e stimated release date for the contract is approximately 11 January 2002 with a preproposal conference to be held two weeks after the solicitation is released You may submit questions anonymously through the web site or send them directly to the contra ct specialist listed below The DTRA response to questions will be posted on the web site

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEFENSE THREAT REDUCTION AGENCY (DTRA)
  • Office DEFENSE THREAT REDUCTION AGENCY
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
U -- Nationwide training of ?Construction of Portland Cement Concrete Pavements,?
Notice ID 737f49f7dd219147d5b3fe8fc2fb0ff8

FHWA is soliciting proposals for the delivery of National Highway Institute course 131033 Construction of Portland Cement Concrete Pavements using existing Government furnished course materials The 2 day courses will be taught nationwide over a twoyear period by experienced subject matter experts We estimate approximately 15 courses will be presented The courses must embody adult learning and Instructional Systems Design This is a best value procurement considering technical approach staffing past performance and price One award will be made

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL HIGHWAY ADMINISTRATION
  • Office 693JJ3 ACQUISITION AND GRANTS MGT
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
52 -- GROUND PENETRATING RADAR
Notice ID 3ccbcd89591b971338454ac32fb1a353

This is a PreSolicitation Notice for a full and open competition This Request for Proposal RFP will ONLY be released and available electronically at httpwwwfedbizopsgov Accordingly No telephone fax or email requests will be accepted Since the RFP will only be available electronically it will be the responsibility of interested parties to monitor the Federal Business Opportunities website for any amendments The Estimated release date of the RFP is mid January 2002 and proposals will be due an estimated 30 days after RFP release The Federal Highway Administration FHWA anticipates awarding one contract to obtain accurate payment layer thickness and dielectric constant data at a selected number of Long Term Pavement Performance LTPP test sections using Ground Penetrating Radar GPR technology For more information on the LTPP Program please see httpwwwtfhrcgovpavementltppltpphtm

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL HIGHWAY ADMINISTRATION
  • Office 693JJ3 ACQUISITION AND GRANTS MGT
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
28 -- Combustion Chamber
Notice ID daaeed003c080f076486c72c220c5712

Item 0001 NSN 2840012671605NZ Part Number 4080446 Size Approximately 29 inches in diameter Length is 25790 inches minimum and 25280 inches maximum Predominate Material of Manufacture Contains 50 Nickel 22 Chrome 185 Iron and 10 Molybdenum Form Fit and Function Combustion Chamber aligns nozzles and provides for fuel and air mixture Quantity 148 each Applicable to F100200 Engines used on F15 and F16 Aircraft Tinker Air Force Base Oklahoma 731453032 THIS IS A DURABILITY CRITICAL ITEM AND IS A SOLE SOURCE ITEM PROCURED ONLY FROM THE ACTUAL MANUFACTURE Both the manufacture and repair of these types of components require the application of taped thermal barrier coatings per PWA 265 This process has been patented by the OEM United Technology Inc and is proprietary The Combustion Chamber is a Critical Component whose reliability depends on strict quality assurance control MCL data required in PWA 11 and PWA 16 is not available Pratt and Whitney is the known source with this MCL data Specifications plans or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm listed above The approximate issue date will be 25 Jan 02 and the approximate response date will be 25 Feb 02 Note An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer but to communicate contractor concerns issues disagreements and recommendations to the appropriate government personnel When requested the Ombudsman will maintain strict confidentiality as to source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process Interested parties are invited to call the Ombudsman at 405 7363273 DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS Note Faxed solicitation requests can be submitted to OCALCLPDBB Attention Chuck Bautista Post 1AC1114 3001 Staff Drive Tinker AFB OK 73145 FAX NUMBER 4057348776 See Note s 22 and 26

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
99--NEXCOM PROGRAM OVERVIEW AND INDUSTRY DAY II
Notice ID f94745ad38918e2e81027e461ff48e29

The following information is provided as a supplement to the NEXCOM Industry Day events of October 35 2001 This announcement is intended to acquaint potential offerors with the current status of the acquisition program strategy and to coordinate upcoming Industry Day II activities Based on discussions and recommendations from potential offerors the NEXCOM ground system acquisition strategy has been refined To convey the nature of these changes to potential offerors the FAA will conduct a second series of Industry Day oneonone discussions during January 2225 2001 These discussions are intended to provide potential offerors with an updated program strategy for the Rapid Preliminary Development Effort RPDE and the subsequent Full Scale Development Program FSDP All oneonone sessions will be held at TRW facilities located at 475 School Street S W Washington DC An FAAPotential offeror discussion agenda is included in this announcement ONEONONE DISCUSSIONS Those companies wishing to participate in the oneonone discussions should be limited to prime contractors and their teams who have demonstrated capabilities to perform all tasks identified in the program overview above These companies should forward their request to andreactrhainesfaagov Phone 202 3141185 NLT January 15 2001 All personnel planning to attend should forward their name company title and email address This will facilitate management and security processing of attendees The available time slots will be filled on a firstcomefirstserve basis Each session will be up to two hours long In order to provide interested parties with an opportunity for individual discussions the scheduling will be for one session per potential offeror NEXCOM GROUND NETWORK SYSTEM PROGRAM OVERVIEW The NEXCOM Ground Network System Program will design develop and produce the costeffective and logistically supportable ground networkswitching communications components required to integrate the NEXCOM Multimode Digital Radio with the existing voice switches and the FAA backbone data routers The resulting integrated system consisting of subsystems such as the Radio Interface Unit RIU and the Ground Network Interface GNI will provide the airground communication transmission system for both backward compatible analog voice and the new digital voice and the ATN subnetwork for datalink based on VHF Digital Link Mode 3 standards This scalable system will be implemented first in the enroute domain and subsequently in the terminal tower and flight service station environments To satisfy the shortterm demonstration needs of the program in the 2004 timeframe while reducing risk for meeting system IOTE in 2007 the acquisition is divided into the 2 phases identified as the Rapid Preliminary Development Effort RPDE and the Full Scale Development FSD program These two phases will be separate competitive awards however only those potential offerors receiving an award for the RPDE will be eligible for the phase 2 program The RPDE solicitation will include a request for a potential offerorproposed system architecture based upon the System Requirements Document This architecture will be considered the preliminary architecture upon which the potential offeror shall build subsequent technical documentation in the efforts described below It shall demonstrate the potential offerors understanding of the existing airground communications system and the transition challenges in proceeding from analog to digital voice and datalink Such concerns as producibility logistics supportability planned system expansion technology refresh and RMA shall be addressed in this architectural framework Additionally the solicitation will include demonstrated capability to design and develop hardware and software covering all subsystems in the airground communications string Following FAAs evaluation

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09