• 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 8961 - 8970 of 7209467 results
favorite_border
favorite
S--Construct, own and Operate a new transmission line, tap, and substation to serve Pueblo Chemical Depot Disposal Facility.
Notice ID bfdcaf119c225e5e769b64d1204f3ef3

NA DESCRIPTION OF WORK The US Army Corps of Engineers Omaha District intends to contract through Sole Source procurement the construction operation and ownership of a new transmission line tap and a substation to serve the Pueblo Chemical Depot Dispos al Facility PUCD The subject transmission line tap and substation will be owned operated and maintained by West Plains Energy WPE a Division of Utilicorp United Service is currently provided to PUCD by contract with WPE The project site is loca ted in Northeast corner of the PUCD adjacent to the future site of the chemical demilitarization facility at the Southwest corner This project is to be constructed prior to the future weapons demilitarization facility advertisement as a part of the chem ical demilitarization support project The Contractor shall provide all labor materials and equipment necessary to install a 115kV transmission line tap and substation originating from an existing WPE transmission line running NorthSouth along the ea stern edge of the PUCD The transmission line is 115 kV wood pole Hframe construction 9 structures plus a single steel pole tap structure The length of the line is approximately 7440 feet from the first to the last structure over a relatively flat terrain The transmission line begins at the first structure located north of the substation Sufficient cable shall be left at the first structure to permit WPE Utilicorp United to extend the line south to the substation dead end structure The trans mission line shall extend eastward to the last structure before tapping the existing 115 kV Department of Transportation Line owned by WPE The tap pole shall be located and installed with the approval of WPE Connection between the tap pole and the exis ting 115 kV line shall be by WPE The tap is approximately midspan between two structures of the existing line WPE shall provide the power Remote Terminal Unit RTU and antenna for the tap pole for operation of the two 115 kV motor operated switches mounted on the tap pole The motor operators and the switches are to be provided as a part of this contract The contractor shall install the RTU and antenna The contractor shall coordinate location of the power feed to the pole with WPE and shall c omply with WPE requirements The 115kV transmission line shall extend to a new substation installed owned and operated by the constructor that steps voltage down to 132kV required to power the Pueblo Chemical Depot Disposal Facility The substation sha ll include a115kV structures b high voltage bussing c 115kV circuit switchers d 115kV circuit breakers e two 12016OMVA OAFA cooled 115kV primary to 132762kV secondary power transformers f 15kV metal enclosed switch gear g conduit grou nding h fence i grading and access road and j other items necessary to own operate and maintain the substation The awarded contractor shall coordinate with the Pueblo Chemical Depot PUCD facilities engineering office and the Corps of Engineer s resident Office prior to commencement of any construction Contractor access to G Block area is restricted and personnel access will require escorts and safety training The current NAICS code applicable to this solicitation is 234920 The applicable small business size standard is 275 million dollars gross receipts over a three years

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W071 ENDIST OMAHA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Z--DESIGN/BUILD MILITARY HOUSING IMPROVEMENT/REPLACEMENT PROJECT, TINKER AIR FORCE BASE, OKLAHOMA
Notice ID f02c9b0001fd4785460ce01e65b2f7d2

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W076 ENDIST TULSA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
61--Fabricate and Supply One Static Frequency Converter (Static Start) System and Appurtenances
Notice ID 2045af6f4c828cb1b6afed5cb71f081e

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W074 ENDIST SAVANNAH
  • Notice Type Solicitation
  • Published Date 2002-01-03 14:00:00+09
Notice ID 8c280401054300e7402e0bd6dafe41d5

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W07V ENDIST N ORLEANS
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Y--Narrows Powerhouse Generator Rewind Units 1-3
Notice ID b4b50fb239134da6e2a0331eaff6eade

NA The work consists of the following a Design manufacture shop test prepare and load for shipment deliver fob destination and unload three complete sets of stator coils and all accessories specified herein b Disassemble and remove three generat or units including the exciter equipment air housing upper bracket and rotor c Remove old stator coils d Remove the generator medium voltage power cables and potheads e Furnish and install new medium voltage power cables and potheads f Inst all and test three new stator windings and accessories specified herein g Inspect clean and test three generator stator cores h At the option of the Government restack three 3 stator cores and refurbish the existing laminations i At the option of the Government design manufacture shop test prepare and load for shipment deliver fob destination and unload 3 complete sets of the stator laminations and vent duct spacer and all accessories specified herein j At the option of the Governme nt remove three 3 old stator cores k At the option of the Government install and test 3 stator cores l Inspect clean and test three generator rotors m Furnish spare parts n Reassemble generators o Furnish manufacturers representat ive onsite services to supervise the installation of the generator stator coils p Furnish manufacturers representative onsite service to perform startup commissioning and testing of two generators q Perform all work required to comply with the site operations environmental protection and safety and health provisions as specified herein The estimated value of the proposed work is between 100000000 and 500000000 Specifications will be available on the Vicksburg Consolidated Contracti ng Office Web Page at httpwwwmvkusacearmymilcontract and on compact disc at no charge Hardcopies will not be available The CDROM may be requested electronically by registering on our homepage or mailing your request to VCCO at 4155 Clay Stree t Vicksburg MS 391833435 Source selection for this procurement will be conducted on a best value basis therefore submittal of technical and price proposals is required The Technical Criteria will require the offeror to submit a substantial amount of documentation The Government reserves the right to make award without discussions based solely upon initial offers and without the opportunity for revised proposals If award is not made on initial offers discussions will be conducted in accordance with FAR Part 15 Accordingly each initial offer should contain the offerors best terms from a quality and pricecost standpoint If however revised proposals are requested they will be evaluated against the same criteria as the initial proposals The Governments primary objective in selecting an awardee is to make a Best Value determination by employing a subjective assessment of each offer that seeks to balance all of the stated evaluation factors against the offerors proposed integration of th ose factors in its offer Award will be made to that responsive and responsible offeror whose proposal is determined to be most advantageous to the Government cost and other criteria considered Thus in making the overall Best Value decision the Gove rnment will consider the value of each proposal in terms of the technical and past performance offered for the estimated cost The contract could therefore be awarded to other than the low final offeror if it is determined to represent the greatest val ue to the government however the total cost is significant in that the Government may not be capable of awarding a contract simply because the proposal cannot be afforded Proposals will be evaluated based on the following evaluation criteria EVALUATI ON CRITERIA Proposal Evaluation Proposals must clearly demonstrate an understanding of this solicitation as presented by the Offeror Offe

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W07V ENDIST VICKSBURG
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
S--MOWING & TRIMMING SERVICES AT TUTTLE CREEK LAKE PROJECT, MANHATTAN, KS (785) 539-8511
Notice ID 09c9b12bea2365fcc725e31b66b44820

NA The work and services consist of Mowing and Trimming in park areas The services shall consist of a prework conference meetings and furnishing labor and equipment as specified for mowing and trimming at Tuttle Creek Lake Project Manhattan Kansas in accordance with the Performance Based Work Statement NOTICE TO QUOTERS Mowing and trimming procurements utilized by the Tuttle Creek Lake Project Kansas City District Corps of Engineers encompass the mowing of roadsides open fields and developed areas such as campgrounds picnic areas etc This proc urement includes limited amounts of cutting by hand where obstructions rocks stumps or steepness prevent access by machinery Provisions may be included for partial area mowings Slopes requiring equipment with a low center of gravity and good stabili ty may be included Trimming around signs along guardrails around buildings trees and park equipment may be required Vendors must bidquote on all items and entire quantities contained in the basic contract period and all renewal options to be con sidered Bidsquotes received not complying with this requirement will be considered nonresponsive and will be rejected All vendors must be registered through the Central Contractor Registration CCR This is a flood control project Occasional rete ntion of floodwaters may inundate portions of the public use areas other areas or access roads thereto being serviced by this contractpurchase order In the event that inundation materially affects the scope of work the Contractor will be requested t o submit a pricing proposal covering the unserviceable or affected portion of work in order that an equitable adjustment to contractpurchase order price can be negotiated and an adjustment made in accordance with the appropriate contract clause entitled Changes Payment for services not performed as a result of conditions stated above will be initially withheld until execution of an equitable adjustment can be made by contract modification The Contractor shall furnish proof of required insurance in th e form of a copy of the insurance policy or a binder issued by the insurer Proof of proper insurance shall be delivered to the Contracting Officers Representative either at the prework conference or prior to starting work on the first day of the serv ice period Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that the inf ormation is reasonably obtainable In no event shall failure to inspect the site constitute grounds for a claim after contract award Solicitations will be provided upon request by contacting CYNTHIA A CLARK at 816 9833805 or via email at cynthiaaclarknwk02usacearmymil Questions regarding technical requirements may be addressed to DALE LARSON 785 5398511 ext 18 NOTE Please reference DOD DFAR CLAUSE 2522047302 REQUIRED CENTRAL CONTRACTOR REGISTRATION Prospective contractors must be registered with CCR prior to contract award The CCR web page address is wwwccr2000com or one may telephone 18002272423 for the CONTRACTOR REGISTRATION ASSISTANT CENTER

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W071 ENDIST KANSAS CITY
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
J -- USCGC POLAR SEA (WAGB-11) FY02 Drydock and Repairs
Notice ID d521bc28750878705035414b3460dd34

This is a notice to alert contractors that the solicitation issue date has moved by a week The solicitation will now be issued on or about January 8 2002 with a proposal closing date of February 8 2002 Period of performance will commence 15 May 2002 and conclude 6 August 2002 The entire solicitation will be posted to the following website wwwepsgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Y--CONSTRUCT SHOWER/TOILET FACILITIES AT CANTON, EUFAULA, AND TENKILLER LAKES, OKLAHOMA
Notice ID ff13bb99766b8d49a47d1cc104a5e3c7

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W076 ENDIST TULSA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
Notice ID c7abdac321698cbce298eb32a58fd4f6

NA Request for Sources Sought for Indefinite Delivery Indefinite Quantity IDIQ contract for INTEGRATED MODULAR MEDICAL SUPPORT SYSTEM 1 Purpose a The requirement is to provide an Integrated Modular Medical Support System IMMSS and components for the United States Army Medical Command MEDCOM Fort Sam Houston Texas Contract will be applicable for Army Medical Treatment Facilities MTFs th roughout the Continental United States CONUS and Overseas OCONUS Army Medical Treatment Facilities MTFs are those facilities which support the Army Medical Department mission The functional uses of the facilities are broad and cover such functions as but not limited to Hospitals medical and health clinics dental clinics veterinarian clinics administrative and logistical facilities as well as research training and medical warehouse functions IMMSS shall provide the Army medical facilities with an integrated modular componentized system to support medical functions b Contract is for a five year period to provide continuity of products and services to the MTFs 2 General Product Description a The IMMSS shall provide the following integrated componentized systems administrative and clinical workstations materials management and handling systems pharmaceutical modules laboratory systems and nurse station systems These products will enabl e the Army medical facilities to have product flexibility and interchange of subcomponents flexible system arrangements avoidance of replacement and product obsolescence due to the changing medical and high technology environment and mission Products p rovided must be compatible to and interchangeable with existing IMMSS components and systems as noted in para 2e below b IMMSS will be comprised of subcomponents which are modular and interchangeable from one component system to another without special tools Products will be mounted on adjustable panels horizontal rails and vertical wall supports A complete line of pr oducts must be provided to benefit the entire organization from the multioccupancy administrative offices doctors offices exam and treatment rooms pharmacy storage and dispensing medicalclinical laboratory configurations healthcare materials manag ement as well as nurses stations Components must be specifically designed to accommodate material movement and to perform in areas of large material flow such as patient care units c Integration of subcomponents between the component systems is required in order to provide total flexibility and standardization Component systems from different component manufacturers is allowed provided the subcomponents are directly interchangea ble For example drawers from an administrative component system shall fit into the pharmacy or nurse station component system without modification or custom adaptation d IMMSS vendors shall provide support services such as Design Services Warranty and Product Protection Services Restorative Services Project Management and Extended Installation Services Extended Installation Services shall include the ability to s upply integration coordination and the connection of utilities such as electrical plumbing medical gases datacommunication by certified licensed tradesmen Extended Installation Services shall also include limited construction required to support the componentssystems within the facility Vendors must demonstrate capability to provide sales service and support to all Army medical installations in CONUS and OCONUS locations to include normal warranty and transportation support services e The IMMSS system must be compatible and functional with Herman Miller systems currently installed 3 Specific IMMSS Product Capabilities a General interchangeable elements of all component systems The Integrated Modular Medical Support System shall contain the following common elements which can be utilize d in an integrated

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
X--Lodging for Operation Enduring Freedom - Airport Security
Notice ID 47db5d7ee3090bf2637b021f436703fa

NA This is a combined synopsissolicitation for commercial items This solicitation is unrestricted and has no setaside provisions The California National Guard intends to establish no more than three 3 prepriced Blanket Purchase Agreements BPAs with hotels throughout the state to satisfy lodging requirements for Operation Enduring Freedom Airport Security Preference is for a single vendor to cover all locations however ability to cover a minimum of 10 locations is required No brokered bids wi ll be accepted Period of Performance is from date of award anticipated to be 18 January 2002 to 30 September 2002 plus two oneyear options ALL BIDDERS MUST HAVE CENTRALIZED BILLING CAPABILITIES ie one bill submitted for payment covering all locati ons HOTEL REQUIREMENTS Single occupancy rooms or double occupancy with a common area Rooms must have at minimum a refrigerator and microwave Onsite restaurant Within 15 miles of respective airport Room rates must not exceed Government Per Di em Room rate will be inclusive of any surcharges energy charge etc Hotel shall be in compliance with all Federal State and local regulations and health and fire regulations Govt is responsible only for rooms requested by BPA call officer as desi gnated in agreement BPA call officer will make room reservations Room occupants are responsible for all charges incurred other than the room rate ie room service telephone movies etc LOCATIONS The following are current locations and personnel numbers ArcataEureka 1 each Crescent City 6 each Chico 1 each Fresno 4 each Sacramento North Highlands 2 each Oakland 1 each Rancho Cordova 9 each Bakersfield 3 each Inyo Kern 4 each Palm Springs 18 each San Diego 11 ea ch San Luis Obispo 5 each Santa Ana 6 each Santa Barbara 17 each Van Nuys 10 each Possible future locations requirements FresnoYosemite 1 each San Jose 54 each Sacramento 5 each Burbank 1 each Ontario 6 each Headcounts at any location may change up or down Evaluation will be based approximately equally on price amenities and location All vendors MUST be registered in the Central Contractor Registration CCR Duns Bradstreet CAGE Code Federal Tax ID numbers MUST be submitted with quote Quotes are due NLT 16 JAN 2002 by 300 PM at USPFO For California Contracting Office ATTN Stella Davis Hwy 1 Bldg 633 PO Box 8104 San Luis Obispo CA 934038104 Requests shall be in writing to the above address or fax requests to 805 5946348

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7MX USPFO ACTIVITY CA ARNG
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09