• 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 8911 - 8920 of 7209467 results
favorite_border
favorite
15--Structural support for the UH-60 Airframe
Notice ID 7cfdfd992b3e2be93bb258da1a0a0333

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-RSA
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
59--VARIOUS, PATRIOT WEAPON SYSTEM, MICROCIRCUITS
Notice ID 56cb83b707137effa513bfda8358d8a1

NA ATTENTIONFORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO JEANIE CLARK AMSAMACLSH CONTRACTING OFFICER 2569559241 YOU MAY FAX OR MAIL YOUR REQUEST TO ATTN AMSAMACLSH JEANIE CLARK CONTRACTING OFFICER FAX 256955 7737 EMAIL jeanieclarkredstonearmymil TELEPHONE REQUEST WILL NOT BE ACCEPTED System PATRIOT Nomenclature Microcircuit Linear NSN 5962012676681 PN MIS19837171 for a quantity of 56 each Nomenclature Microcircuit Digital NSN 5962012253345 PN MIS2004021001 for a quantity of 17 each Nomenclature Microcirc uit Digital NSN 5962012239084 PN MIS2951542 for a quantity of 10 each Microcircuit Digital NSN 5962012239083 PN MIS2951541 for a quantity of 5 each Microcircuit Digital NSN 5962012069917 PN MIS2951533 for a quantity of 10 each Microcircuit Digital NSN 5962012072969 PN MIS2951573 for a quantity of 34 each and Microcircuit Digital NSN 5962012072933 PN MIS2951528 for a quantity of 60 each Destination to be furnished Delivery schedule 110 days a fter contract award Offerors must be approved and qualified The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of solicitation however solicitation will not close prior to the closing date stated abov e Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies The Government does not possess sufficient documentation to acquire this item from other than the qualified source A technical data pack age which defines all engineering and quality requirements is not available This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources Suggest those small business firms or others interested in subcontracting opportunities in connection with this procurement makes contact with the firms listed RFQ will be issued to Raytheon Systems Co 350 Lowell St Andover MA 01810 All responsible sources may submit a bidproposal or quotation which shall be considered by this agency request solicitation package from address above Attn AMSAMACLSH FAX Number 2569557737 Drawings specifications or other technical data are not available and will not be furnished The most recent representative unit price and quantity relative to this acquisition is NSN 5962012676681 Award date 11 May 01 Qty 40 each Unit price 15479 NSN 5962012253345 Award date 13 Jun 01 Qty 31 each Unit price 81 00 NSN 5962012239084 Award date 12 Jul 01 Qty 7 each Unit price 19100 NSN 5962012239083 Award date 12 Jul 01 Qty 20 each Unit price 18600 NSN 5962012069917 Award date 30 May 01 Qty 10 each Unit price 14900 NSN 596201 2072969 Award date 26 Jun 01 Qty 45 each Unit price 134400 and NSN 5962012072933 Award date 02 Nov 01 Qty 29 each Unit price 14000 The Government provides this price history without assuming the responsibility for any resulting conc lusions or interpretations that may be made The price history is provided for informational purposes only and should not be relied upon as a basis for offerbid See Numbered Notes 22 and 26

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-RSA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
15--WING SECTION, OUTER
Notice ID c37190219370f213a9f01396ff9a6656

NA ATTENTIONFORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO BERTHA PORTER AMSAMACLST CONTRACTING OFFICER 2568426116 YOU MAY FAX OR MAIL YOUR REQUEST TO ATTN AMSAMACLST BERTHA PORTER CONTRACTING OFFICER FAX 25695 57737 EMAIL berthaporterredstonearmymil Nomenclature Wing Section Outer PRON D1285153 NSN 1560011988953 PN 13216017 for a quantity of 50 each The proposed contract listed herein is 100 small business set aside By US Law participation in Small Business SetAsides are restricted to US small businesses therefore foreign request for this solicitation will not be honored Destination to be furnished One 1 each first article required for testing Delivery Schedule 270 days after contract award 90 days for delivery of first a rticle 90 days testing and 90 days for delivery of production quantity Delivery schedule without first article tests 90 days after contract award The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of solicitation however solicitation will not close prior to the closing date stated above All responsible sources may submit a proposal which shall be considered by this agency Request solicitation package from address above ATTN AMSAMACLST FAX Number 2569557737 The most recent representative unit price and quantity relative to this acquisition is NSN 1560011988953 Award date 17 Jul 95 Qty 248 each Unit price 140345 The Government provides this price history without assuming th e responsibility for any resulting conclusions or interpretations that may be made The price history is provided for informational purposes only and should not be relied upon as a basis for offerbid Numbered Notes 1 and 26

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-RSA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
59--TRANSFORMER ASSEMBLY
Notice ID 95545d77644dfe06662f665ff0452ae8

NA ATTENTIONFORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO AMSAMACLSH PATTI PAGE CONTRACTING OFFICER 2569559197 YOU MAY FAX OR MAIL YOUR REQUEST TO ATTN AMSAMACLSH PATTI PAGE FAX NUMBER 2569557737 EMAIL pattipageredstonearmymil TELEPHONE REQUEST WILL NOT BE ACCEPTED Nomenclature Transformer Assembly PRON D1285108 NSN 5950004812766 PN 10180542 for a quantity of 19 each The proposed contract listed herein is 100 small business set aside By US Law participation in Small Business SetAsides are restricted to US small businesses therefore foreign request for this solicitation will not be honored Destination to be furnished Two 2 each first article required for testing Delivery Schedule 310 days after contract award 110 days for delivery of first article 90 days testing and 110 days for delivery of production quantity Delivery schedule without first article tests 110 days after contract award The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of solicitation however solicitation will not close prior to the closing date stated above All responsible sources may submit a proposal which shall be considered by this agency Request solicitation package from address above ATTN AMSAMACLSH FAX Number 2569557737 The most recent representative unit price and quantity relative to this acquisition is NSN 5950004812766 Award date 22 Aug 89 Qty 115 each Unit price 1276 The Government provides this price history without assuming th e responsibility for any resulting conclusions or interpretations that may be made The price history is provided for informational purposes only and should not be relied upon as a basis for offerbid Numbered Notes 1 and 26

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-RSA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
59--VARIOUS PATRIOT WEAPON SYSTEM SPARE PARTS
Notice ID 06b59517fcf24b781b2a1e2662bcf9eb

NA ATTENTIONFORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO ATTN AMSAMACLSH JEANIE CLARK CONTRACTING OFFICER 2569559241 You may FAX or Mail your request to ATTN AMSAMACLSH JEANIE CLARK FAX Number 2569557737 EM AIL jeanieclarkredstonearmymil TELEPHONE REQUEST WILL NOT BE ACCEPTED System PATRIOT PRON D1285114 Nomenclature Circuit Card Assembly NSN 5999013265725 PN 1145031829 and Quantity 5 five PRON D1285164 Nomenclature Circuit Card Assembly NSN 4935011560332 PN 114507469 and Quantity 7 seven PR ON D1285194 Nomenclature Chassis Assembly NSN 1440011281374 PN 114502829 and Quantity 14 The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of solicitation however solicitation will not close prior to the closing date stated above Destination to be furnished Delivery schedule 110 days after contract award Offerors must be approved and qualified Foreign Firms are reminded that all requests for solicitation must be processed throug h their respective embassies The Government does not possess sufficient documentation to acquire this item from other than the qualified sources A technical data package which defines all engineering and quality requirements are not available This p roposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources Suggest that small business firms or others interested in subcontracting opportunities in connect ion with this procurement makes contact with the firms listed Restricted Source is Lockheed Martin Corp Missile and Fire Control Orlando 5600 W Sand Lake Rd Orlando FL 328198907 All responsible sources may submit a quotation which shall be co nsidered by this agency Request solicitation package from address above ATTN AMSAMACLSH FAX Number 2569557737 The most recent representative unit price and quantity relative to this acquisition is NSN 5999013265725 Award date 24 May 01 Qty 13 each Unit price 229714 NSN 4935011560332 Award date 28 Sep 00 Qty 6 each Unit price 2434700 and NSN 144001128137 Award date 30 Jan 91 Qty 22 each Unit price 2800145 The Government provides this price history withou t assuming the responsibility for any resulting conclusions or interpretations that may be made The price history is provided for informational purposes only and should not be relied upon as a basis for offerbid Adequate drawings specifications or o ther technical data are not available and will not be furnished See Numbered Notes 22 and 26

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-RSA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
52--MEASURING TOOLS, CRAFTMEN'S
Notice ID bf97d0b09253788b11e1061ef90295b8

TACOMROCK ISLAND

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W4GG HQ US ARMY TACOM
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
58--Head Tracked Sensor Suite (HTSS)
Notice ID 9b8c861985f1458d9de32f5062f40330

NA The US Army CommunicationsElectronics Commands Night Vision and Electronics Sensors Directorate CECOMNVESD is issuing this announcement to solicit comments questions on the draft Broad Agency Announcement BAA and Statement of Work SOW for the d evelopment and fabrication of two sensor systems for the Head Tracked Sensor Suite HTSS program which will provide the vehicle commander of armored and infantry vehicle with increased situational awareness on future battlefields A separate Broad Agency Announcement will be made to solicit proposals at a future date TBD SUBMITTAL OF COMMENTS QUESTIONS Comments and questions on the Draft Broad Agency Announcement and Statement Of Work are due on or about February 6 2002 See httpabopmonmoutharmymil for specific date and must be submitted in three copies three se parate electronic media on either CDROM or Iomega Zip PC100 disks in Microsoft Office software Word Excel Project etc format or pdf format to Mr David Moody CECOM Night Vision and Electronics Sensors Directorate Fort Belvoir VA 220605806 Comments and questions will be considered and addressed in the final BAASOW TYPE OF CONTRACT The Government anticipates the use of an Other Transactions type agreement Offerors may propose alternate contract types provided that the alternative is supported in the proposal and the Government agrees The objective of the HTSS program is for the development and prototype fabrication of sensor systems which will provide the vehicle commander of present and future armored and infantry vehicle with increased situational awareness on the battlefields The H TSS program will develop a sensor suite to provide vehicle commanders with a daynight 360o x 110o 20 o to 90 o dome of situational awareness SA coverage enabling optical connectivity with the dismounted infantry in closed hatch operations for the u rban fight HTSS is slaved to the movement of the commanders head employs the Low Power Uncooled InfraRed LPUIR FLIR provided as GFE that is image fused with Image Intensified I2 imagery for optimum performance and to see battlefield pointers has a coded high power laser pointer to direct fire for other vehicles or dismounted soldiers uses an eyesafe laser rangefinder to facilitate target location and has an onboard intrusion detection system to provide the crew SA in the immediate vicinity of t he vehicle to protect from a dismounted attack HTSS will be integrated into the SA network assisting the commander in quickly locating enemy targets enabling coordinated fires with other force assets and providing enhanced close combat operations Contracts POC Ms Debbie Gilligan CECOM Ft Monmouth NJ 732 5725454 deborahgilliganmail1monmoutharmymil Technical POC Mr David Moody CECOM Night Vision and Electronics Sensors Directorate Fort Belvoir VA 7037041123 davidmoodynvlarmymil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
J -- Vehicle Maintenance and Repair
Notice ID a0dee3e79a9b45dbef27227f10db99c7

A solicitation for vehicle maintenance and repair for light medium and heavy duty vehicles for Ft Riley Kansas service area will be issued January 02 2002 Solicitation number BPA6FBF02001 is being issued as a request for quotations RFQ The BPA will be for a period of two years See note 1 All responsible sources may submit a quotation which shall be considered

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS AUTOMOTIVE CENTER
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
T -- Photographs for the 2004-05 Occupational Outlook Handbook
Notice ID 0f38692c5a54a4d8ad70696d151ccb70

November 1 2001 Statement of Work This statement of work is associated with a requisition for about 175200 photographs 8 X 10 black and white glossy depicting workers in various occupations to be published in the 200405 edition of the Occupational Outlook Handbook the Federal Governments premier career guidance publication The photographs should reflect a mix of workers by gender and race as well as persons with disabilities The list of occupation titles for which photos will be included in the 200405 edition of the Occupational Outlook Handbook are attached This list of titles is subject to change Occupations for which we have photos from a previous contract are indicated by a Yes in the Photo column We expect to receive an additional 2025 photos from the previous contract However we still may need a photograph of some of those occupations indicated by a Yes in the Photo column as well as some of the 2025 photos from the previous contract that we still have not received Photographs for the 200405 Occupational Outlook Handbook OOH Number OOH Title Photo W001 Accountants and auditors Yes W002 Administrative services managers W003 Advertising marketing promotions public relations and sales managers W004 Budget analysts W005 Claims adjusters appraisers examiners and investigators W006 Occupational health and safety specialists and technicians Yes W007 Computer and information systems managers Yes W008 Construction managers W009 Cost estimators Yes W010 Education administrators W011 Engineering and natural sciences managers W012 Farmers ranchers and agricultural managers W013 Financial analysts and personal financial advisors Yes W014 Financial managers W015 Food service managers W016 Funeral directors Yes W017 Human resources training and labor relations managers and specialists W018 Industrial production managers W019 Insurance underwriters W020 Loan counselors and officers W021 Lodging managers W022 Management analysts W023 Medical and health services managers W024 Property real estate and community association managers W025 Purchasing managers buyers and purchasing agents W026 Tax examiners collectors and revenue agents Yes W027 Top executives W028 Architects except landscape and naval W029 Landscape architects W030 Surveyors cartographers photogrammetrists and surveying technicians Yes W031 Drafters W032 Engineering technicians W033 Engineers W034 Aerospace engineers W035 Agricultural engineers Yes W036 Biomedical engineers Yes W037 Chemical engineers W038 Civil engineers W039 Computer hardware engineers Yes W040 Electrical and electronics engineers except computer Yes W041 Environmental engineers W042 Industrial engineers including health and safety W043 Materials engineers W044 Mechanical engineers W045 Mining and geological engineers including mining safety engineers W046 Nuclear engineers W047 Petroleum engineers W048 Artists and related workers Yes W049 Designers W050 Actors producers and directors W051 Athletes coaches umpires and related workers Yes W052 Dancers and choreographers Yes W053 Musicians singers and related workers W054 Announcers W055 Broadcast and sound engineering technicians and radio operators W056 News analysts reporters and correspondents W057 Photographers W058 Public relations specialists Yes W059 Television video and motion picture camera operators and editors Yes W060 Writers and editors W061 Clergy W062 Protestant ministers Yes W063 Rabbis W064 Roman Catholic priests Yes W065 Counselors W066 Probation officers and correctional treatment specialists W067 Social and human service assistants W068 Social workers W069 Actuaries Yes W070 Computer programmers Yes W071 Systems analysts computer scientists and database administrators Yes W072 Computer software eng

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
81 -- Corrugated fiberboard containers
Notice ID 72fe8f3c25cbc6ad645de737cd35a7ad

The USDA Animal and Plant Health Inspections Service APHIS Plant Protection and Quarantine PPQ Waimanalo HI intends to procure on a as needed basis an estimated 11000 corrugated fiberboard containers and inserts used for shipping pupae for the emergency medfly projects in Hawaii A sample is required for government testing and approval Upon approval of the sample delivery shall be on a as needed basis FOB Fruit Fly Rearing Facility Waimanalo HI For specifications please call Jason Wilking 6123702217 NAICS Code 322211 A firm fixed unit price is required within the quote for the established range of quantities as outlined in the specifications A blanket purchase arrangement will be awarded the expected period of performance will be from date of award through Sept 30 2002 Simplified procurement procedures will be used as well as commercial item acquisition regulations per FAR 12 THIS IS A COMBINED SYNOPSISSOLICITATION for commercial items prepared in accordance with the format in Subpart 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 9727 Applicable FAR clauses are incorporated by reference Prompt Payment 522491 484 Fixed price 522431 887 Small Disadvantaged Business Concert 522191 Notice of price Evaluations preference for HUB Zone Small Business Concern 522194 Instruction to Offerors Commercial Items 522121 1000 EvaluationCommercial items 522122 1097 Offeror Representations and Certifications 522123 1098 Contract Terms and ConditionsCommercial Items 522124 498 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items 5221251098 THIS IS A 100 SMALL BUSINESS SET ASIDE ALL RESPONSIBLE SMALL BUSINESS BUSINESSES MAY SUBMIT A QUOTATION FOR CONSIDERATION Award will be made to the technically lowest priced responsive responsible offeror that conforms to all the requirements of the solicitation Technical acceptance will be determined by the sample submitted by each offeror as to conformance to the specification Proposals are due by Monday January 14 2002 230 PM CST Proposals may be faxed to 6123702136 with signed original forwarded by mail to USDA APHIS Purchasing Butler Square West 5th Floor Minneapolis MN 55403 Referenced FAR clauses can be accessed for review on the Internet at the following web site httpwwwarnetgovfar All offers must be signed Offers should include tax payer identification number and DUNS number and business size

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier ANIMAL AND PLANT HEALTH INSPECTION SERVICE
  • Office MRPBS MINNEAPOLIS MN
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09