• 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 8921 - 8930 of 7209467 results
favorite_border
favorite
R -- Evidence-based Practice Centers (EPCs)
Notice ID f4694abc0fcb7dd105833fe32aa63229

The Agency for Healthcare Research and Quality AHRQ of the US Department of Health and Human Services DHHS is soliciting proposals for a fiveyear reimbursable contract to continue the work and expand the impact of the Agencys Evidencebased Practice Centers EPCs Program a flagship program within AHRQ Work required under this contract will be obtained on an asneeded basis through issuance of Task OrdersUnder the new EPC Program EPC II tasks will address a variety of assignments such as development of brief and comprehensive evidence reports and technology assessments related to clinical and behavioral topics organization and financing topics health care systems of delivery and special cost effectiveness studies The reports and assessments will be systematic reviews that are based on rigorous comprehensive syntheses and analyses of relevant scientific literature emphasizing explicitly detailed documentation of methods rationales and assumptions Evidence reports and technology assessments may require systematic reviews and analyses of effectiveness andor cost effectiveness of established medical management of specified clinical conditions established or new technology assessments clinical preventive medicine established and new uses of complementary and alternative therapies and established or new strategies to organize and finance health care EPCs also may be directed to undertake methodological research develop evidencebased academic curricula on methods and processes for performing systematic reviews and assessments and other special projects Periods of performance for completion of evidence reports and technology assessments will vary ranging from 30 days up to 12 months depending on the complexity of the topic depth of review required and programmatic need EPCs will be expected to have the methodological competence and management flexibility to satisfy a range of single and multiple tasks that need to be performed concurrently Offerors are expected to have methodological expertise in the assessment of a broad range of scientific data including results from social sciences and behavioral research controlled trials diagnostic studies technology assessments and epidemiologic research To evaluate offerors methodological expertise the information set out below must be included in each proposal Specifically offerors process for 1 identifying scientific questions within a given topic that are of the greatest importance with respect to clinical practice or policy 2 identifying specific types of evidence that would be appropriate to answer important questions related to a given topic 3 identifying and the criteria for selecting sources of evidence including strategies for describing explicit details of the literature review to facilitate future updates of evidence reports 4 evaluating individual studies for issues that may affect the validity of individual study results including consideration of both internal and external validity 5 synthesizing results of data from multiple individual studies and 6 conveying results from syntheses in ways that communicate readily to relevant audiences for each evidence report or technology assessment In addition to systematic literature reviews and analyses an EPC may be tasked to 1 perform special analyses such as metaanalysis cost effectiveness analysis decision analysis 2 perform special cost effectiveness studies 3 update EPC reports and assessments 4 undertake methods research 5 collaborate with academic medical centers payors and employer groups nonprofits and other private sector entities in for example developing evidencebased curricula providing training opportunities to junior faculty Fellows etc from other academic institutions in how to conduct systematic reviews and assessments or in conducting educational sessions on interpretation and understanding of research

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
66--Monitors, Frost-Point/Dew-Point, Compressed Air, Semi-Portable
Notice ID e9c396197420acb878372f0d99571cf2

The Naval Sea Systems Command NAVSEA is preparing a Draft Commercial Item Description AAXX171 Title Monitors FrostPointDewPoint Compressed Air SemiPortable and a draft Inactivation for New Design for MILM24144 NAVSEA intends to draft specifications and standards to accommodate a variety of design solutions and processes and to encourage a broad vendor base The draft documents are posted on the following webpage for review and comment httpwwwnavseanavymilspecsstandards Documents for review are under GovtInd Review THIS IS NOT A SOLICITATION

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
Notice ID 27000d48a3ca284c9d5b05aef5eb0714

No Description Provided

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS REGION 7 ACQUSITION CENTER
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
14--J- MAINTAIN/REPAIR PATRIOT SYSTEMS
Notice ID d647938422e3f296db10517ed6080d6b

NA THIS IS A COMBINED SYNOPSISSOLICITATION FOR COMMERCIAL SERVICES prepared IAW FAR 126 FAC 9046 and supplemented with additional information as included in this notice This Request for Proposal RFP is advertised for multiple award Time and Material type contract with base year and four option years 01 FEB 2002 thru 31 JAN 2007 on an unrestricted basis for SIC Code 3761 Guided Missiles and Air Defense Equipment The Directorate of Contracting FT Bliss TX has a requirement for a Patriot Equipment Maintenance contract while various patriot units rotate on 6month deployments The government will provide all technical operating manuals and may or may not provide spare parts The contractor will provide special tools and test equipment Services shall be performed in accordance with the best commercial practices and to the standard specified in the technical operating manuals for the following Patriot Missile Equipment 1 Communications Relay Group 2 Antenna mast Group 3 Electri c Power Plant III w 150KW 4 Launcher Stations 5 Missile Round Trainers 6 Empty Missile Round Trainers 7 Air Conditioner Sub Assemblies 8 PACW Umbilical Wrapping 9 Info Coordination Central 10 Engagement Control Station 11 Radar Set 12 Spare Parts Materials SECURITY CLEARANCE required for personnel involved in Classified or Secrete work SUBCONTRACTING PLAN Other than small business offerors shall submit a subcontracting plan INSPECTION The contractor shall establish a quality control program which will indicate a method for inspection INSURANCE The contractor shall obtain and maintain the minimum kinds and amounts of insurance during performance as specified by Far 283072 and contemplated by FAR 522285 andor 522287 Interested business shall include the information at FAR 522123Offeror Representation and Certifications for Commercial Items with their DUNS Cage Tax Identification Numbers and be Electronic Funds Transfer and Central Contractor Registration comp liant FAR 522121 FAR 522124 FAR 522125 FAR 522452 Alt 1GFP apply to this acquisition Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR 12 Offerors not in possession of the refe renced clauses in text may obtain them at httpacqnetsardaarmymil Department of Labor Wage Determination 942511 REV 19 for the El Paso area applies Required Wage Rates are listed at wwwcealsusacearmymil FAR 522122 Evaluation will be based on PAST PERFORMANCE Performance References MANAGEMENT Subfactors Quality Control Plan Government Property Control Plan Compliance with Solicitation TECHNICAL CAPABILITY Subfactors Classification of service employees Ability to obtain Spare Parts Maintenance Plan and Phase in Plan PRICE Basis for Prices Factors are listed in descending order of importance with Past Performance as the most important Subfactors are listed in descending order of importa nce Award will be negotiated IAW FAR 15 and best value continuum All responsible sources are invited to express their interest to this solicitation Responses to Solicitation DABT5102R0005 are due not later than 18 JAN 02 430 PM Offer must be in writing and must include a signature Faxes will be accepted at 9155680836 For Instructions Addendum to FAR 52212contact the Contract Specialist Beth Moronese 9155684479

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC-FT BLISS
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
83 -- Vinyl coated cloth upholstery fabric
Notice ID bec8f9f829d0885134720466489c52a2

Small business sources sought for vinyl coated cloth upholstery fabric Small business dealers must provide products from small domestic manufacturers Item Purchase Descriptions are found in files 8305002421032 8305002622764 8305002623290 8305002865564 8305002865565 8305002865566 8305002865567 8305007022863 8305007108535 8305007229411 8305009654693 Interested parties please respond via email toandyfainergsagov or call 8179788683 Email messages are preferred No requirements at this time A solicitation will issue in the future

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS REGION 7 ACQUSITION CENTER
  • Notice Type Sources Sought
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
70 -- INTENT TO AWARD
Notice ID ce00a81ff0e3f6d0f64dd2e0df3e6e09

The General Services Administration intends to issue a contract to Science Applications International Corporation under the authority of FAR 63021 through solicitation number 6TSA02JMT0069 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 9714 Only one responsible source and no other supplies or services will satisfy agency requirements This procurement is to obtain Other Direct Costs on a Schedule buy modification to an existing contract that cannot be separated from the procurement This modification procurement is for Redstone Arsenal AL The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6302 Interested persons may identify their interest and capability to respond to the requirements This notice is not a request for competitive proposals All information received by close of business 1102002 will be considered by the government A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the government Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement Inquiries will only be accepted by FAX at 8168233277 or email

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
C -- RENOVATE COMMON AREAS, BUILDINGS 11 & 46 AT VA MEDICAL CENTER, NORTH CHICAGO, ILLINOIS
Notice ID 3aa6fa4ed4c9764211acc1a096e1c1c8

Provide professional engineering services to prepare the design development program submission preliminary drawings working drawings specifications including the cost estimates and construction period services to facilitate award of construction contracts at the North Chicago VA Medical Center for the general renovation of the common areas corridors dayrooms toilet rooms shower rooms etc in Buildings 11 and 46 This includes general refurbishing of corridors and day rooms and more extensive modifications of the toilet and shower rooms to ADA standards This will then be mainly architectural work with incidental electrical and mechanical design AE services under this contract includes but are not limited to A Design development plans three copies for review due in 30 calendar days after receiving the notice to proceed B Working drawings and specifications due in 30 calendar days after approval of the design development plans Drawings to be Autocad Release 14 no later than 14 files on CDR disc and the specification section in Microsoft Word97 not later than SR1 on CDR disc Also provide a reproducible set of drawings on 5mil polyester film C A cost estimate three copies due with the working drawings and specifications D Provide for three post bid meetings or job inspections other than the final inspection as requested by the Contracting Officers Technical Representative COTR E Conduct a final inspection and deliver a report within ten days F Incorporate installed variations and contract changes into the working drawings and provide asbuilt AutoCAD Files Estimated construction cost is between 250000 and 500000 Area of consideration is restricted to a 60 mile radius of the North Chicago VA Medical Center North Chicago Illinois This is 100 Set Aside for Emerging Small Business Submit two 2 copies of Standard Forms SF 254 and SF 255 with appropriate documentation by close of business February 1 2002 SF 254 and SF 255 are available for downloading at this site Selection criteria will be based on 1 Past performance on similar projects maintaining project schedules and project budgets 2 Overall engineering design experience and capability with architectural mechanical and electrical renovation projects 3 Qualifications of staff to be assigned with special emphasis on field personnel to be utilized 4 Knowledge in design and construction requirements and 5 Cost control effectiveness No bid packages are available This is not a Request For Proposal RFP The Engineer is Theodore Magin at 847 57819007 ext83572 NAIC 541310 applies Award is subject to the availability of funds

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 252-NETWORK CONTRACT OFFICE 12 (36C252)
  • Notice Type Sources Sought
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
J -- J--Maintenance on Elektra Linear Accelerator
Notice ID 8261b60fb527de1453bbbf4f6f110628

No Description Provided

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 256-NETWORK CONTRACT OFFICE 16 (36C256)
  • Notice Type Solicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
R -- Enterprise Architecture Support
Notice ID a94866c789e0f963403e01c30e8a8fb5

The US Patent and Trademark Office USPTO has a continuing requirement for independent objective and expert Enterprise Architecture EA technical services and support The estimated release date of the Request for Proposal RFP is January 22 2002 Proposals will be due approximately 30 days after release of the RFP The EA contractor will be expected to provide senior level technical expertise necessary to initiate develop facilitate implement and maintain a comprehensive EA methodology and structure at the USPTO It is expected that the contractor will advise and assist the USPTO in evaluating and incorporating emerging technologies standards and products into the USPTO enterprise infrastructure and will evaluate andor review technical architectures and designs for emerging automated information systems The contractor will also be responsible for providing technical support specifically related to application architecture activities including the development of strategies for the institutionalization of componentbased development the identification of component development opportunities and the development of strategies for the migration from CoolGen to Java and J2EE The contractor must be able provide senior level technical architects in the following disciplines Applications Application Integration Business Infrastructure Operations Security Data Storage Management Information Assurance PresentationUser Interface Desktop Developer ToolsIntegrated Development Environment IDE Distributed Computing and Search Systems This procurement will be conducted as a 100 HUBZone setaside The NAICS code is 541519Other Computer Related Services The USPTO expects to award a single contract as a result of this competition The USPTO intends to award the contract with a base period of performance of one year with four 4 oneyear option periods It is anticipated that the contract will be a labor hour type contract with task ordering provisions The anticipated annual level of effort for this requirement is 24000 hours for each year of the contract including options Businesses will be required to be located within the Washington DC metropolitan area to respond to the Governments advance 30 minutes requirement for meetings at the USPTO in Arlington VA Due to the advisory and confidential nature of the services involved the USPTO recognizes the potential of a significant organizational conflict of interest Therefore the USPTO intends to impose the following restrictions and restraints upon the EA contractor These OCOI restrictions include the prohibition of the winning offeror its parent any of its affiliates subsidiaries or successors in interest consultants and subcontractors from participating in any capacity in any USPTO procurements other than those activities in direct support of the EA contract throughout the duration of the EA contract including options plus an additional five years The EA contractor its parent any of its affiliates subsidiaries or successors in interest consultants and subcontractors of any tier will be prohibited from using any proprietary information obtained in support of the EA contract for the duration of the EA contract including options plus an additional five years or until the information becomes part of the public domain whichever comes latest The EA contractor will be required to certify annually that it its parent any affiliates subsidiaries or successors in interest consultant and subcontractors are in compliance with the USPTO OCOI requirements Solicitation documents will be transmitted to interested potential offerors via email To be placed on the solicitation mailing list please send the following information to jasontaylorusptogov company name point of contact mailing address and email address

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier US PATENT AND TRADEMARK OFFICE
  • Office DEPT OF COMMERCE PTO
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
S -- Guard Services for the Fairbanks Command and Data Acquisition Station, Fairbanks, AK
Notice ID 5f822a4c70e87276a6b06ccde0d15681

In accordance with FAR Part 144041c1 and 2 the above referenced solicitation is hereby cancelled due to inadequate specifications and modification of specifications Firms submitting bids in response to this invitation will be forwarded copies of the new solicitation when available For inquiries regarding this cancellation please contact Paul Reed at 2065266034

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09