• 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 8951 - 8960 of 7209467 results
favorite_border
favorite
99 -- FABRICATE 1500 LB CONCRETE SINKERS
Notice ID af702b0acaa3bc6071050cc1fd409e08

Fabricate 400 1500 lb concrete sinkers according to specifications and drawings to USCGC Greenbrier Natchez MS The USCGC Greenbrier has 30 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 March 01 2001 Contractor shall furnish all labor materials transportation and equipment to fabricate and deliver 400 1500lb concrete sinkers to the USCGC Greenbrier 44 44 L E Barry Road Natchez MS 39120 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 LB CONCRETE SINKERS
Notice ID 4fa89f6acdab6e6b5cfd1dfc24ab5bf2

Fabricate 400 1500 lb concrete sinkers according to specifications and drawings to USCGC Kankakee Memphis TN The USCGC Kankakee has 35 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 March 02 2002 Contractor shall furnish all labor materials transportation and equipment to fabricate and deliver 400 1500lb concrete sinkers to the USCGC Kankakee 2 Auction Ave Memphis TN 38105 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
61--Voltage Transformer
Notice ID 47057b165db76882d2796827cd501b1b

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
61--Voltage Transformer
Notice ID 66e0f40cde3477cd7ae9bec80886f360

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
99--Banking Serviced Based on the Payments Cleared Financing Arrangement
Notice ID 1db96a48196c99953e0cafd3179faaac

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
D -- GLOBAL ENTERPRISE MANAGEMENT SUPPORT (GEMS)
Notice ID f8117c703bd5708a020efae41f4f0c98

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
  • Office TELECOMMUNICATIONS DIVISION- HC1013
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
J--Portal Shield Biological Detector Systems OCONUS Contractor Logistics Maintenance Support
Notice ID c60b95637bd9c7377a381915d579f9bf

NA The Department of Defense DOD Program Executive Office for Chemical and Biological Defense PEOCBDhas a requirement to obtain comprehensive followon Contractor Logistics Maintenance Support for the currentlydeployed Portal Shield Biological Detector Systems during fiscal year 2003 beginning on 1 October 2002 The Government requires complete logistics maintenance operation and training support of the systems at selected locations outside of the continental United States OCONUS The Government also requires that the selected contractor manage all of the cost scheduling and technical requirements associated with maintaining and operating the systems The Government desires to identify any interested sources that may wish to submit proposals for that support and it intends to issue a draft Request for Proposals RFP to those interested vendors that identify themselves for that purpose The interested vendors may then submit draft technical proposals without cost or prices to fulfill that requireme nt in response to the draft RFP Once all draft technical proposals are received the Government shall evaluate the various draft technical proposals in arriving at definite technical approach which shall be expressed in a final Request for Proposals The final RFP is expected to be issued in sufficient time for the resultant contract to be awarded not later than 30 September 2002 The North American Industrial Classification System NAICS code is 811219 and the small business size standard is 509 mill ion in annual gross revenues All interested vendors must identify themselves in writing by company name address individual point of contact telephone number and fax number to arrive at the following address not later than 530 PM local time on 18 Janu ary 2002 Joint Vaccine Acquisition Program JVAP Project Office Attn USASMDCCM Mr H Harting Contract Specialist 1436 Porter Street Fort Detrick Maryland 217025041 Interested parties may direct their questions to the assigned Contract specia list Mr Harting at telephone 3016192175 fax 3016195069 or email address HarryHartingDETAMEDDARMYMIL

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-RSA
  • Notice Type Sources Sought
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
S--Maintenance and Repair of Roll-up Doors at various military installations, Island of Oahu, Hawaii.
Notice ID b43767993bf40812bbed0a6e6f1dc35a

NA This will be a firmfixed price requirements type contract for maintenance and repair of manual electric and grille rollup doors at various military installations Island of Oahu Hawaii Period of Performance is 1 May 02 through 30 Apr 03 with 1 prepr iced 5month option period This procurement is a 100 percent small business set aside A firm is considered to be a small business if its average annual gross receipts for the past three years do not exceed 50 million NAICS 561790 Other Services t o Buildings and Dwellings Issue Date is on or about 25 Jan 02 Telephone requests will not be honored Requests for solicitations may be made in writing to Directorate of Contracting USAGHI Attn Alice Yamamoto fort Shafter HI 968585025 via fa x at 808 4386535 or email to aliceyamamotoshafterarmymil Ensure your request clearly identifies the email address or US postal address to which solicitations should be sent in addition to point of contact phone number and fax number Solicit ations will be sent via electronic transmission or through US postal service Solicitations will be issued through email or via 3 ½ inch disk or compact using MS Word files This is a recurring requirement Services are currently performed under separ ate contract Current contractor is Neil Engineering Company PO Box 9171 Wichita KS 672770171 Current contract is a base with three one year options and the estimated contract price is 56459000 Forward any questions via email to kathypa carroshafterarmymil or facsimile to Kathy Pacarro at 8084386563 Note Current solicitation may contain changes to items and descriptions and quantities See Note 1 100 percent set aside for small business

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office 0413 AQ HQ RCO-HI
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
91--Marine diesel fuel and unleaded gasoline for the Seward Army Recreation Camp and their charter boats.
Notice ID 94fd0f2afce22b0d17a85865588cf105

NA It is the Govenments intent to award a solesource contract to Shoreside Petroleum Inc located in Seward Alaska for the refueling of Governmentowned charter boats Refueling must occur at the dock Quantities are estimated on the useage from the prev ious summer season of 2001 and are as follows 120 gallons of unleaded gasoline and 76134 gallons of diesel fuel The period of performance for the refueling on an as needed basis will be from 01 APR 2002 through 30 SEPT 2002

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office 0413 AQ HQ CONTRACT
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
J--MAINTENANCE OF TWO (2) GENERATORS AND PARALLELING EQUIPMENT
Notice ID fde47c78db858892fdd0e2742d32224e

NA This is Amendment 0001 to request for Quotes DAMT0102T0040 maintenance of two 2 generators and paralleling equipment Date and time for receipt of quotes remain January 07 2002 Amendment 0001 is issued in response to the following questions submit ted by prospective offerors a Question Will there be an onsite inspection of the generators prior to 7 Jan 2002 Answer Yes if requested by offeror b Question In the solicitation package there is no reference to the following information Make M odel Serial of the Power Plant Engine Answer The make is ONAN model DFLC3386732Serial A000042639 A000042640 c Question Who is the current contractor and how long have they had the contract Answer There is not a current contractor d Question Are there any items in the proposed solicitation that are new and not in the current contract Answer No e Parag raph C1 Regarding the refueling of both 1000 gallon tanks a Is the contractor to provide the fuel or does the government Answer the Contractor b Is a per gallon price delivered for fuel acceptable Answer Yes c What does MTMC think the fuel consumption requirement in gallons to be for the period of the contract 500 Gal How does this compare with actual fuel consumption of each of the two previous years Answer In the past two years we have used 1000 gallo ns for past 2 years d How often does MTMC desire topoff of the fuel tanks Answer When tanks reach 12 f Paragraph C1 Regarding the weekly test of the generators 1 How many of the weekly tests are contractor personnel required to attend Answer None 2 What is the time interval that both generators run during the weekly test Answer 1 Hour 3 Are the generators designed to run simultaneously or staggered during the test period Answer Simultaneously 4 At what time of the day are the weekly generator tests normally conducted Answer Sunday at 100 pm g Paragraph C1 Regarding monthly service of the generators Will MTMC require a joint inspection upon the completion of the monthly and quarterly s ervice work Answer No just a copy of what was done h Paragraph C1 Regarding the quarterly service of the generators 1 Are the air fuel and oil filters required to be OEM Answer Yes 2 The solicitation requires the replace or repair of all of the above Please confirm that all of the above refers only to engine oil oil filters fuel filters belts cooling fan alternator starting batteries and crankcase breather Answer Yes refers only to above i Paragraph C11 Regarding the requi rement for 24 X 7 service a How many occurrences during the past two years were contractor personnel required to execute this portion of the contract Answer NA b What were the total numbers of hours required to be worked under emergency conditions Answer NA c Do you expect the past two years data to remain the about the same for 2002 Answer Yes d Is the 24X7 service to conduct corrective maintenance or refuel or both Answer No it is just in case have a power outage on generators do no t come up and after normal duties hours The corrective maintenance and refueling can be accomplish during normal duty hours e When this line is bid is this to be an hourly rate Answer Yes j Paragraph C1332 Regarding entrance and exit procedu res a Will entrance be required at all stages of DEFCONThreatcon Answer No b How much time is required for contractor personnel to obtain entrance passes Answer Contractors will be signed in by government representatives c Will they be requir ed to have NCR photo ID Awnswer No k There are no requirements for written reports of services performed and shortcomings and deficiencies found during tests or scheduled services Is this correct Answer There should be a written report anytime cont ractor comes to site 4 All other terms and conditions remain unchanged

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W0QF HQ SURFACE DEPL & DISTR CMD
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09