• 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 8941 - 8950 of 7209467 results
favorite_border
favorite
Y--Passenger Processing Facility, Fort Benning, GA
Notice ID 7b63bbe7c3835caf9c97e8539b45c905

NA SIC Code 1542 NAIC 233320 FSC Code Y125 All Questions Lynne Roahrig 9126525293Fax 5828 NOTE Any prospective bidderofferor interested in obtaining plans and specifications for this solicitation must register on our website at h ttpebssasusacearmymil Contractors may view andor download this solicitation and all amendments from the internet after solicitation issuance Plans and specifications will be issued on Compact Disk CDROM and will be provided free of charge CDs will be issued to prime contractors and plan rooms on a first come first serve basis Only 50 CDs will be issued Paper copies of this solicitation will not be available Description of Work This solicitation is for the design permitting sit e preparation and construction of a one story masonry building with standing seam metal roof to accommodate passenger processing for approximately 1500 soldiers and airfield control functions Facility to include pallet scale vehicle scale vehicle wash rack aircraft staging area secure staging area material handling equipment storage and operations administrative space Support facilities shall include entrance road exterior lighting paving and electric service This project shall be designe d by registered architects and engineers employed by or subcontracted by the successful contractor This project will be procured using the twophase designbuild selection procedures set forth in FAR 363 In Phase I offerors will receive a request for proposal letter including the project description submittal requirements and evaluation factors for both phases No more than five offerors will be invited to participate in Phase II The Government anticipates that the Phase II documents will be issu ed on or about 01 Mar 02 Proposals shall include sufficient detailed information to allow a complete evaluation Offerors are reminded that while the Government may elect to consider data obtained from other sources the burden of proof of acceptability rests with the offeror Phase I Factors Factor 11 Past Performance Factor 12 Technical Approach Narrative Factor 13 Relevant DesignBuild Experience Phase II Factors Factor 21 Building Function and Aesthetics Factor 22 Building Systems Factor 23 Site Design Factor 24 Management Plans and Schedules Factor 25 Sustainable Design Considerations There are no options under consideration at this time however the need for opt ions will be reevaluated upon completion of the Phase Two RFP solicitation preparation and prior to the Phase Two Requests for Technical and Price Proposals being issued The estimated cost of the project is between 1000000000 to 2500000000 Net work Analysis will be required This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 This solicitation will be issued in electronic format only and will also be available on or about January 22 2002 on the internet at httpebssasusacearmymil Notification of amendments will be through use of the Internet No additional media CDROM floppy disks faxes etc will be provided It is the contractors responsibility to check the Internet address provided below as necessary for any posted changes to this solicitation and all amendments For additional information or assistance please contact Lynne Roahrig Contract Specialist 9126525293

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W074 ENDIST SAVANNAH
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
10--SOF Team & Information Automation Facility, Fort Bragg, North Carolina
Notice ID c112aa368c306d91d8e718d6c5fea88c

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W074 ENDIST SAVANNAH
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
Notice ID a683dd5b9214b855a4ddb6c1f83eb9fd

NA The subject announcement for design of the new Command and General Staff College at Fort Leavenworth for the Kansas City District U S Army Corps of Engineers is modified to delete paragraph 3a4 under SELECTION CRITERIASpecialized experience and tech nical competence Experience with Classroom XXI requirements will not be evaluated

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W071 ENDIST KANSAS CITY
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Z -- Long Beach, NC - HVAC Hydronic System Repair at USCG Station Oak Island
Notice ID 8bf46f2e2273c4f047d004ffb1559b19

Provide all labor material equipment transportation and supervision required to repair HVAC Hydronic System at USCG Station Oak Island Long Beach NC The work shall include the following 1 Comb and clean copper condenser coils of existing 25 ton liquid chiller unit 2 Remove and replace with new all HVAC control valves for fan coil units FC1 through FC13 3 Remove and replace with new chiller 3way control valve 4 Insulate new valves and adjacent piping 5 Verify fan coil water flow and adjust to balance the hydronic piping system The following Unit items shall be included 1 During project when HVAC equipment is in heating mode provide as necessary temporary heating equipment to maintain minimum temperature of 78 degrees F in the Station Building spaces 2 When HVAC equipment is in cooling mode provide as necessary temporary cooling equipment to maintain a maximum temperature of 78 degrees in the Station Building spaces The period of performance is 90 calendar days after contractors receipt of the Notice to Proceed This procurement is estimated between 25000 and 100000 In accordance with the Small Business Competitiveness Demonstration Program this project is open to both small and large businesses The North American Industry Classification System NAICS Code for this procurement is 235110 formerly SIC Code 1711 The Small Business Size standard is 115 million The due date for quotes is approximately 02192002 This office does not issue solicitation or amendments in paper form All documents can be accessed at the websites httpwwwepsgov or httpwwwuscgmilmlclantceucleveland Offerors should register to receive notification of the solicitation and subsequent amendments if there are any Printing sources can be located at httpwwwuscgmilmlclantceucleveland ATTENTION Minority WomenOwned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT offers working capital financing and bonding assistance for transportation related contracts DOTs Bonding Assistance Program BAP offers bid performance and payment bonds on contracts up to 1000000 DOTs ShortTerm Lending Program STLP offers lines of credit to finance accounts receivable Maximum line of credit is 50000000 with interest at the prime rate For further information call 800 5321169 Internet address httposdbuwebdotgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Z -- Portsmouth, VA - Replace Industrial Roof at USCG ISC Portsmouth
Notice ID b981c23010f509f413cb008ce9ef6165

Provide all labor material equipment transportation and supervision required to replace the Industrial Building roof at USCG Integrated Support Center Portsmouth VA The work shall include the following Remove existing built up roof membrane and insulation down to bare metal and provide new polyisoboard insulation and modified bituminous roof system Dispose of built up roof edge flashing as asbestos containing material Paint existing metal parapet wall flashing and coping Paint rusted pipes ducts and support fames on roof Replace metal wind turbans and boiler stack vent Remove and reset all air intakes and power roof ventilators Provide new metal flashing for plumbing vents Project covers approximately 50000 sq ft of roof The period of performance is 112 calendar days after contractors receipt of the Notice to Proceed This procurement is estimated between 500000 and 1000000 In accordance with the Small Business Competitiveness Demonstration Program this project is open to both small and large businesses The North American Industry Classification System NAICS Code for this procurement is 235610 formerly SIC Code 1761 The Small Business Size standard is 115 million The due date for bids is approximately 02192002 This office does not issue solicitation or amendments in paper form All documents can be accessed at the websites httpwwwepsgov or httpwwwuscgmilmlclantceucleveland Offerors should register to receive notification of the solicitation and subsequent amendments if there are any Printing sources can be located at httpwwwuscgmilmlclantceucleveland ATTENTION Minority WomenOwned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT offers working capital financing and bonding assistance for transportation related contracts DOTs Bonding Assistance Program BAP offers bid performance and payment bonds on contracts up to 1000000 DOTs ShortTerm Lending Program STLP offers lines of credit to finance accounts receivable Maximum line of credit is 50000000 with interest at the prime rate For further information call 800 5321169 Internet address httposdbuwebdotgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Z -- USCG Air Station Detroit, MI
Notice ID 20739539e900a759dfa29aa7efebf092

Provide all labor material equipment transportation and supervision required to renovate shop spaces in the hangar building at USCG Air Station Detroit MI The work shall include demolition of interior walls ceilings plumbing and floor finishes to create new shop space in the existing hangar building Also included will be construction of new partition walls modification of plumbing HVAC sprinkler and electrical systems installation of floor finishes and painting of the walls to create the new shops Unit items to be included in the bid are 1 Provision of work crew down time based on one week due to possible USCG emergency operations and 2 Removal of approximately 8650 square feet of existing floor coating preparation of floor and installation of a new floor coating The period of performance is 125 calendar days after contractors receipt of the Notice to Proceed This procurement is estimated between 500000 and 1000000 In accordance with the Small Business Competitiveness Demonstration Program this project is open to both small and large businesses The North American Industry Classification System NAICS Code for this procurement is 233320 formerly SIC Code 1541 The Small Business Size standard is 275 million The due date for bids is approximately 02192002 This office does not issue solicitation or amendments in paper form All documents can be accessed at the websites httpwwwepsgov or httpwwwuscgmilmlclantceucleveland Offerors should register to receive notification of the solicitation and subsequent amendments if there are any Printing sources can be located at httpwwwuscgmilmlclantceucleveland ATTENTION Minority WomenOwned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT offers working capital financing and bonding assistance for transportation related contracts DOTs Bonding Assistance Program BAP offers bid performance and payment bonds on contracts up to 1000000 DOTs ShortTerm Lending Program STLP offers lines of credit to finance accounts receivable Maximum line of credit is 50000000 with interest at the prime rate For further information call 800 5321169 Internet address httposdbuwebdotgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
29 -- COUPLING, SHAFT, FLEXIBLE
Notice ID e1d36d1c7b30b5dd663b4782d935fafe

NSN 3010123450397 Coupling Shaft Flexible MFG MTU Cage code D8266 PN 5582500251 Quantity of one each US Coast Guard Vessel Class 87 foot Used on main diesel engine MTU Model 8V396 TE94 Substitute part numbers are NOT acceptable Delivery must be FOB Destination delivery to USCG Engineering Logistics Center Baltimore MD 212265000 NOTE NO DRAWINGS SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY Quotation shall include proposed delivery in days pricing for item individually packed marked and barcoded the company Tax Information Number and DUNS NumberAll responsible sources may submit a quotation which if timely received shall be considered by this agency Concerns that respond to this notice must fully demonstrate their capabilities to supply this part number by submitting 1 Verification that they are an authorized distributor of the OEM 2 Verification that they can obtain the required part from the OEM This is a combined synopsis solicitation for commercial items prepared in accordance with Subpart 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation proposals are being requested and a written solicitation will not be issued This solicitation and incorporated provisions and clauses are those in effect through FAR 2001 NAICS code for this solicitation is 333618 and the small business size standard is 1000 employees The following FAR clauses apply to this solicitation Offerors may obtain full text versions of these clauses electronically at httpwwwarnetgovfar FAR 522121 Instructions to OfferorsCommercial Items OCT 2000 522122 EvaluationCommercial ItemsPricing consideration and past performance are evaluation factors JAN 1999 FAR 522123 Offeror Representations and CertificationsCommercial Items DEC 2001 with Alt 1 included FAR 522124 Contract Terms and ConditionsCommercial Items MAY 2001 FAR 522125 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items MAY 2001 The following clauses listed in 522125 are incorporated 5222221 Prohibition of Segregated Facilities Feb 1999 5222226 Equal Opportunity EO 11246 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 29 USC 793 5222236 Affirmative Action for Workers withDisabilities5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 38 USC 4212 522251 Buy American Act Balance of Payments Program Supplies 41 USC 10a10d 5222513Restrictions on Certain Foreign Purchases EO 1272212724130591306713121 and 13129 5223234 Payment by Electronics Funds TransferOther than Central Contractor Registration 21 USC 3332 the time period mentioned in paragraph b1 of the clause is concurrent with the first request The following items are incorporated as addenda to this solicitation TAR clause 125221190 Bar Coding Requirements OCT 1996 TAR clause 125221390 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement OCT 1994 Copies of TAR clauses may be obtained electronically at httpwwwdotgovostm60 ATTENTION Minority Womenowned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT shortterm Lending Program STLP offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts Maximum line of credit is 500000 with interest at the prime rate For further information call 800 5321169 Internet address httposdbuwebdotgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
20 -- 41'' UT NAVIGATION CHAIR KITS
Notice ID 3545bb8cc45b07ad36da41e745595472

41 UT NAVIGATION CHAIR KIT QTY 65 EA DELIVERY TO BE ON OR BEFORE 21502 DELIVERY TO RECEIVING ROOM BLDG 86 US COAST GUARD 2401 HAWKINS POINT ROAD BALTIMORE MD 21226 REQUEST A COPY OF THE COMPLETE QUOTATION PACKAGE WITH DRAWING VIA FAX IN WRITING TO MS BLEDSOE NO LATER THAN 11 JANUARY 2002 NO PHONE CALLS PLEASE ALL RESPONSIVE AND RESPONSIBLE SOURCES MAY SUBMIT A QUOTE WHICH WILL BE CONSIDERED BY THIS AGENCY ATTENTION MINORITY WOMEN OWNED AND DISADVANTAGED BUSINESS ENTERPRISES DBES THE DEPARTMENT OF TRANSPORTATION DOT SHORT TERM LENDING PROGRAM STLP OFFERS WORKING CAPITAL FINANCING IN THE FORM OF LINES OF CREDIT TO FINANCE ACCOUNTS RECEIVABLE FOR TRANSPORTATION RELATED CONTRACTS MAXIMUM LINE OF CREDIT IS 500000 WITH INTEREST AT THE PRIME RATE FOR FURTHER INFORMATION CALL 8005321169 INTERNET ADDRESS httposdbuwebdotgov SEE NOTE 1

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
99 -- FABRICATE 1500 LB CONCRETE SINKERS
Notice ID 2c102c50efa60766959447956e853a59

Fabricate 600 1500 lb concrete sinkers according to specifications and drawings to USCGC PATOKA Greenville Mississippi The USCGC PATOKA has 40 square forms available for use and may be poured on site References American Society for Testing and Materials ASTM A36A36M Standard Specification for Carbon Structural Steel C15096 Specification for Portland Cement C3393 Spec for Concrete Aggregates C14390A Test Method for Slump of Hydraulic Cement Concrete C3996 Test Method for Compressive Strength of Cylindrical Concrete Speciments American Concrete Institute ACI ACI 318 Building Code Requirements for Reinforced Concrete Applicable Drawing USCG CEU DWG 62192D Standard Sinker 8th District oan Sheet 1 of 4 Requirements Releasing agents USE only environmentally safe releasing agents when pouring sinkers Contractor shall not pour directly on asphalt or concrete Tarpaulins or plastic sheeting must be provided to cover all asphalt and concrete during on site pours All pours shall be made between the hours of 0730 to 1530 Customer shall be notified at least 72 hours in advance of delivery or start of work Delivery of all sinkers must be made by Mar 1 2002 Contractor shall furnish all labor materials transportation and equipment to fabricate and deliver 600 1500lb concrete sinkers to the USCGC PATOKA 1797 Harbor Front Rd Greenville Mississippi 387020468 No deliveries are to be made on Saturdays Sundays or Federal Holidays Cured sinkers shall be within 3 or 10 of the design weight The contractor shall replace any sinker found to be out of tolerance weight at no additional cost to the Government A readymix concrete must be used and meet the following requirements The mix shall be designed to provide a minimum compressive strength of 3000 psi at 28 days Tests shall be made at the discretion of the Contracting Officer Cured concrete shall weigh no less than 140 pounds per bulk cubic foot of sinker Portland cement shall be in accordance with ASTM C 15 Type I or II Fine aggregate sand shall be in accordance with ASTM C 33 Course aggregate shall be Class 4M size No 7 graded from 12 inch to No 4 sieves or sizes No 67 graded from 34 inch to No 4 sieves in accordance with ASTM C 33 The slump of the concrete shall be at least 2 inches and will not exceed 5 inches as delivered The slump test shall be in accordance with ASTM C 143 Samples for slump determination will be taken from concrete during placing in the forms Slump test may be conducted at the Contracting Officers discretion Compressive Tests as required of specimens shall be in accordance with ASTM C 39 Tests will be made at 7B and 28 days from time of molding Six specimens will be broken from each batch of concrete tested 3 at 7 days and 3 at 28 days and their average strength represents the strength of the batch Compressive test may be conducted at the Contracting Officers discretion All workmanship placement and curing shall be in accordance with the applicable sections of ACI 318 Concrete shall be uniformly distributed within the forms by the use of vibrators or other means Finished concrete shall be free of voids planes or discontinuity or areas of honeycomb All concrete sinkers shall be allowed to cure for a minimum of three days before they are moved or stacked Contractor shall supply oneinch 1 diameter round stock steel which shall be placed in the concrete and used to life the sinker The steel shall meet the requirements of ASTM A36 Additionally the lifting eyes shall be shaped and positioned as shown on the applicable drawings Request for quotations are available by contacting Mr Frank Johnson 3145393900 x369

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
99 -- FABRICATE 1500 & 2000 LB CONCRETE SINKERS
Notice ID 0312bbe55b4e57e17b09d4e09173fe84

Fabricate 600 1500 lb concrete sinkers and 10 2000 lb concrete sinkers according to specifications and drawings to USCGC KANAWHA Pine Bluff Arkansas The USCGC KANAWHA has 25 square forms 1500 lb and 25 square forms 2000 lb available for use and may be poured on site References American Society for Testing and Materials ASTM A36A36M Standard Specification for Carbon Structural Steel C15096 Specification for Portland Cement C3393 Spec for Concrete Aggregates C14390A Test Method for Slump of Hydraulic Cement Concrete C3996 Test Method for Compressive Strength of Cylindrical Concrete Speciments American Concrete Institute ACI ACI 318 Building Code Requirements for Reinforced Concrete Applicable Drawing USCG CEU DWG 62192D Standard Sinker 8th District oan Sheets 1 of 4 and 2 of 4 Requirements Releasing agents USE only environmentally safe releasing agents when pouring sinkers Contractor shall not pour directly on asphalt or concrete Tarpaulins or plastic sheeting must be provided to cover all asphalt and concrete during on site pours All pours shall be made between the hours of 0730 to 1530 Customer shall be notified at least 72 hours in advance of delivery or start of work Delivery of all sinkers must be made by March 1 2002 Contractor shall furnish all labor materials transportation and equipment to fabricate and deliver 600 1500lb concrete sinkers and 10 2000 lb concrete sinkers to the USCGC KANAWHA 4101 Port Road Pine Bluff Arkansas 716117627 No deliveries are to be made on Saturdays Sundays or Federal Holidays Cured sinkers shall be within 3 or 10 of the design weight The contractor shall replace any sinker found to be out of tolerance weight at no additional cost to the Government A readymix concrete must be used and meet the following requirements The mix shall be designed to provide a minimum compressive strength of 3000 psi at 28 days Tests shall be made at the discretion of the Contracting Officer Cured concrete shall weigh no less than 140 pounds per bulk cubic foot of sinker Portland cement shall be in accordance with ASTM C 15 Type I or II Fine aggregate sand shall be in accordance with ASTM C 33 Course aggregate shall be Class 4M size No 7 graded from 12 inch to No 4 sieves or sizes No 67 graded from 34 inch to No 4 sieves in accordance with ASTM C 33 The slump of the concrete shall be at least 2 inches and will not exceed 5 inches as delivered The slump test shall be in accordance with ASTM C 143 Samples for slump determination will be taken from concrete during placing in the forms Slump test may be conducted at the Contracting Officers discretion Compressive Tests as required of specimens shall be in accordance with ASTM C 39 Tests will be made at 7B and 28 days from time of molding Six specimens will be broken from each batch of concrete tested 3 at 7 days and 3 at 28 days and their average strength represents the strength of the batch Compressive test may be conducted at the Contracting Officers discretion All workmanship placement and curing shall be in accordance with the applicable sections of ACI 318 Concrete shall be uniformly distributed within the forms by the use of vibrators or other means Finished concrete shall be free of voids planes or discontinuity or areas of honeycomb All concrete sinkers shall be allowed to cure for a minimum of three days before they are moved or stacked Contractor shall supply oneinch 1 diameter round stock steel which shall be placed in the concrete and used to life the sinker The steel shall meet the requirements of ASTM A36 Additionally the lifting eyes shall be shaped and positioned as shown on the applicable drawings Request for quotations are available by contacting Mr Frank Johnson 3145393900 x369

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