• 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 8971 - 8980 of 7209467 results
favorite_border
favorite
Y--Upgrade Aircraft Parking Apron, Phase II
Notice ID d470664f918ad4dd471e7998b4c10033

NA The Missouri National Guard desires a firm fixedpriced contract to remove approximately 28000 SY of existing concrete aircraft parking apron to include all associated earthwork new prepared subbase drainable base and storm water system Apron shall consist of 12 Portland cement concrete PCC nominal 8 stabilized drainable base course and 9 cement stabilized subgrade Other support requirements include the construction of a new 6 asphaltic concrete pavement roadway to include street lighting The testing management transportation and disposal of contaminated soil are anticipated Dewatering is anticipated as the water table in this area may vary from 6 to 8 below grade The new apron will include the installation of aircraft parking tie downs pavement stripping inspection and testing The contractor will provide all necessary controls to manage work crews on a pullback basis to allow for continuous operation of other aircraft parking aprons and taxiways All work will be subdivided into five 5 phases with separate performance periods The performance period for each phase is as follows Phase A 120 calendar days Phase BI 90 calendar days Phase B2 90 calendar days Phase C1 and C2 210 calendar days There may be a wint er shutdown period which may consists of up to four 4 months December through March The winter shutdown period will not count as part of the performance period The location of this project is Rosecrans Memorial Airport 139th Airlift Wing St Josep h Missouri The estimated magnitude of construction is between 5000000 and 10000000 The North American Institute Classification System NAICS is 234110 The small business size standard including affiliates is no more than an average of 275M revenue for the previous three years The PreBid Conference is currently scheduled for 1100 AM central time on January 16 2002 at Rosecrans Memorial Airport St Joseph MO Bldg 26 Civil Engineering Contractors shall be registered through Cent ral Contract Registration CCR in order to receive an award Information on obtaining registration is available on the web at httpwwwccr2000com FAR Provision 5222238 identifies requirements for filing the VETS100 report Any contractor who has not met its Veterans Employment Reporting Requirements VETS100 is not eligible for award Contractors may file their VETS100 report online by accessing httpvets100cudenveredu or by calling 7034612460 The solicitation to include any amendmen ts drawings and specifications may be viewed and printed by accessing httpwwwuspfomoorg If there is a problem accessing the web site to view the specification and drawings contact Lisa Heislen and a CD with the drawings and specifications will b e made available to you at no cost This is an unrestricted procurement All responsible sources may submit a bid which shall be considered by the agency

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7NJ USPFO ACTIVITY MO ARNG
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
28--Tear Down Analysis of T-700 Cold Section Module of Engine from Blackhawk UH-60 Helicopter, Series A
Notice ID bf5b73c8357a171ecbcf9ab65a688e30

NA This is a combined synopsissolicitation for commercial parts and service prepared in accordance with the format in Subpart 126 as supplemented with additional information included in this notice The solicitation may also be viewed at our web site htt pwwwuspfomoorg under solicitation number DAHA2302T0024 however it is a duplicate of this notice Solicitation document and incorporated provisions and clauses are current through Federal Acquisition Circular 200101 This request is being soli cited on an unrestricted basis under SIC code 7699 Note If contract is issued under another Government contract clauses and provisions contained in Government contract will take precedence Contract performance is thirty days from date of contract award Statement of Work follows Tear down and quote for analysis of T700 Cold Section Module from engine of Blackhawk Helicopter Model UH60 Series A Part number of Cold Section Module is 6035T02G01 Module Serial is GEC006624 Contractor wil l be required to pick up Cold Section Module at MOAVCRAD Shop 2501 Lester Jones Avenue Springfield MO 658039513 and return to the same location Contractor will be responsible for supplying shipping containers for transport of the module to and from contractors facility Contractor is to completely disassemble clean and evaluate for cost to repair If Government determines it is not cost effective to repair the module the Contractor shall reassemble the equipment and return to Springfield MO Time allocated for the tear down evaluation and quotation for repair is 30 days from date of contract award Work shall be performed in accordance with DMWR 5528402482 No repair shall be performed on module until Agency has been notified of cost and Contractor has been given a Notice to Proceed Agency reserves the right to exercise option to repair module in accordance with FAR Clause 522175 Proposal for repair of Cold Section Module is to be provided in the following format Labor hours X labor rate prevailing wage rates are applicable for a total cost for labor Contractor will provide an itemized list of repair parts with price each for a total cost Total cost of labor and parts shall be provided to Agency for a firmfixed price Note The Agency reserves the right to provide any required parts Submitted repair proposal shall include a technical statement of discovery and work that is to be performed Past performance proposal shall include three references of similar work This should include description of work points of contact and telephone numbers Only Contractors who are FAA Turbine Repair Facility will be considered Include a completed copy of the provision at FAR 522123 Reps and Certs FAR 522124 Contr act Terms and Conditions FAR Clause 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders of Commercial Items applies Also FAR 5222221 DFARS 2522257007 FAR 5222226 FAR 5222235 FAR 5222236 FAR 52222 37 FAR 5222241 FAR 5222242 and FAR 5223234 It is mandatory that Contractors are central contractor registered CCR Web site for CCR is httpswwwccrdlscdlamilccrinqscriptsoleisapi2DLLCCRinqIsapidbNormalTARGETSEARCHTXT Prop osals are due Monday January 14 2002 at 1000 hours CST It is acceptable to mail fax or email proposals If emailing proposals send to patsyhuthmongbarmymil Fax number is 5736389992 Mailing address is USPFOMO Attn NGMOPFC Pa tsy Huth 7101 Military Circle Jefferson City MO 651011200

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7NJ USPFO ACTIVITY MO ARNG
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
62--Light Sets Towed with Power Unit
Notice ID 777db00214ace135d545c27b8f6f23fb

NA 1This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR subpart 126 as supplemented with additional information included in this notice 2This solicitation DAKF06T0011 is under simplified Acquisition Procedures FAR Part 13 IMPORTANTOnly offerors who are registered in the Central Contractor Database are eligible for award reference DFARS Clause 522047004 or see web site httpwwwcc r2000com The solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 9723 1This announcement constitutes the only solicitation quotations are being requested 3 The proposed purchase order will be 100 setaside for small business the NAICS code is 335129 and the small business size standard is 500 employees 4 The agency need is for the following Item 0001 4 Each Light Sets Towed with Power Unit 4 1000 watts rated floodlights 4 metal halide lamps rated 110000 lumens with a lamp life of 10000 hrs 30 extended threesection telescoping tower 6000 w atts generator wired fro 120240 volts single phase Trailer mounted with Diesel Generator Power Unit Trailer can be towed with any model tactical vehicle Light set is used to provide light for tactical construction operations during period of limited v isibility 5 FOB Destination is required to DOLCentral Receiving Point Supply Division Wickersham Chiles Bldg 330 Fort Carson CO 80913 5 6 The following clauses are applicable to this acquisition 522121 Instructions to Offerors 522122 Evaluation Commercial Items 522123 Offeror Representation and Certifications Commercial Items 522124 Contract terms and ConditionsCommerc ial Conditions and 522125 Contract Terms and Conditions required to implement Statutes or Executive OrdersCommercial Items The following additional FAR clauses cited are applicable to this acquisition and are cited by reference 5222221 Prohibition of Segregated Facilities 5222226 Equal Opportunity 5222235 Affirmative Action for Disable Veterans and Veterans of the Vietnam Era 5223233 Payment by Electronic Funds TransferCentral Contractor Registration 522257001 Buy American Balance of P ayment Program 2258721 Contracting with Qualifying Country Sources Defense Federal Acquisition Regulation DFAR Clause 2522127001 DEV Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitio n of Commercial Items applies to this acquisition to include the following additional applicable clauses 2522127001 Buy American Act and Balance of Payment Program 41 USC 10a 10d ECO 10582 7 Quotations are due 14 January 2002 12PM Quotations shall be submitted to the following address Directorate of Contracting 1850 Mekong Street Fort Carson CO 809134323 Faxed quotes will be accepted our fax number is 719 5264490 Please indic ate you CAGE code and Payment Preference Credit Card or payment by finance 8The anticipated award date is 16 Jan 2002 9 For information regarding this Request for Quotation please contact Tyrone Wescott at 719 5266613

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC-FT CARSON
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
D--Maintenance Agreement for Computerized Radiology Equipment located at Fort Drum, NY 13602
Notice ID 9f67e5524e434b1aceec8424168a6604

NA 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 proposals are now being requested and a written solicitation will not be issued Solicitation DAKF3602T0010 is issued as a Request for Quotes Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Regulation The NAICS code applicable to this order is 42145 Size standards 100 Service s required as listed below Provide all labor parts material and equipment necessary to perform semiannual preventive maintenance tests to include repairs and service for the FUJI Computerized Radiography Machine MakeModel FUJI FCR 5000 and components for the period of 1 Febr uary 2002 through 30 September 2002 Equipment to be covered includes FCR5000 Mdl No 9682615 FMDPL Mdl No 0623253 QA 771 WS Mdl No H0TIY VIDEO CAPTURE SYSTEM Mdl No 3AMU0 12000 GATEWAY Mdl No 3AMV2 IDT 741A Mdl No 9703313 IDT 741A Mdl No 973303 551 PS Mdl No HDUSH 12000 GATEWAY Mdl No 3GHUT HOWTEK DIGITIZER Mdl No D012198CD4 FCR 5000R Mdl No 9722850 QA 771 WS Mdl No HOTID CONTRACTOR MUST BE AN AUTHORIZED FUJI TECHNICIAN AND BE ABLE TO PROVIDE CERTIFICATION PAPERS Services are required at US Army Meddac Activity MT Belvedere Drive Fort Drum NY 13602 The following clauses and provisions are applicable to this acquisition 522121 Instructions to OfferorsCommercial 522123 Offeror Representations and CertificationsCommercial Items returned with your offer 522124 Contract Terms and Condition s Commercial Items 522125 Contract Terms and Conditions required to Implement Statues or Executive Orders 2522127001Contract Terms and Conditions required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial It ems DEC 2000 All offers are Due to Directorate of Contracting Bldg T45 West Street Fort Drum NY 13602 NLT 1600 on 17 Jan 02 POC for this is solicitation Sherry Breton 3157725441 This procurement is estimated under 100000 and will be issued as an unrestricted procurement All responsible sources may submit a quote which will be considered The quotes must be supplied in hard copy form to the Directorate of Contracting Fort Drum NY no electronic quotes will be accepted

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC-FT DRUM
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Z--Gulf Intracoastal Waterway, Texas, High Island to Bastrop Bayou in Galveston and Brazoria Counties, Texas, Erosion Protection.
Notice ID 07d5089cb7dcb30969be4a62a08651f0

NA The work consists of approximately 19000 linear feet of cellular concrete mattresses to be installed to protect the shoreline fronting placement areas along the Gulf Intracoastal Waterway GIWW Contractors will bid on five 5 typical sections to accom plish the work within a specified reach of the GIWW Initial mobilization and demobilization will be paid for as lump sum and subsequent mobilization and demobilization will be paid for by the unit price per mile This contract will be issued as an Indef inite Delivery Type contract not to exceed Fiscal Year 2002 for issuance of Task Orders against the base contract The plans and specifications will be provided on compact disc CD to obtain a copy of the CD you must register at Galveston Districts we bsite at wwwswgusacearmymilct Subcontracting goals for the Galveston District are 614 Small Business 91 Small Disadvantaged Business 50 WomanOwned 25 Hubzone Small Business and 30 ServiceDisabled VeteranOwned Small Busine ss The estimated cost range is between 1 million and 5 million

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office US ARMY ENGINEER DISTRICT GALVESTON
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
R -- U.S. Treasury Department Government Debt Issuance and Management Advisors, Emerging Markets - Worldwide
Notice ID 4f37a670fe8e02dfb7e8a1dda5b66d24

The US Treasury Department provides technical assistance and policy advice to senior government and central bank officials and market participants in nearly 30 countries We are recruiting candidates for positions as resident longterm and intermittent shortterm advisors in government debt issuance and management in countries throughout the world including Eastern Europe the former Soviet Union Southeast and Central Asia Latin America South America Africa and the Middle East This recruitment is for global assignments and significant international travel is required For resident longterm assignments we seek experts in domestic government securities issuance and management Experience in international bond markets is highly desirable Applicants for resident assignments ideally should have a combination of public and private sector experience in government debt management investment banking or financial advisory work For intermittent shortterm assignments we are seeking advisors with particular expertise in liability management policy and procedures legal framework for government securities market regulation custody clearing and settlement fixed income trading treasury operations and mortgage and other assetbacked finance For all positions management experience is desired Prior overseas work experience in challenging environments is a distinct advantage Foreign language skills are highly desirable While technical skills are essential the ability to gain the confidence of host government officials and provide sound but realistic advice to a sovereign government in an emerging market environment will determine ultimate success Candidates must be US citizens SALARY AND BENEFITS Salaries are negotiated in accordance with program regulations based on demonstrated salary history and the skills required The salary range is between 85000 to 130000 per year Successful applications will be subject to a background investigation at the appropriate level These positions are open and continuous until June 30 2002 To apply send cover letter resume or OF612 to US Department of the Treasury Office of Technical Assistance ATTN Recruitment Coordinator 740 15th Street N W 4th Floor Washington DC 20220 Please reference Solicitation Number IET20020011 on your resume or OF612 Only applicants to be interviewed will be contacted If you wish to be considered for this announcement and all future announcements for the Government Debt Issuance and Management Program you must state so in the cover letter to your application For application materials visit our web site at httpwwwtreasgovietformshtml and wwwepsgov search by solicitation number IET20010011 The US Government is an Equal Opportunity Employer NO PHONE CALLS PLEASE

  • 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 a875520608eace97a07e5c7653d8ed54

Fabricate 600 1500 lb concrete sinkers according to specifications and drawings to USCGC CHENA Hickman Kentucky The USCGC CHENA has 40 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 2002 Contractor shall furnish all labor materials transportation and equipment to fabricate and deliver 600 1500lb concrete sinkers to the USCGC Chena Hwy 94 at Hall St Hickman Kentucky 420500299 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
Notice ID e88a21a142b8d5da3af4bc6312adb196

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
16 -- Integrated Prime Vendor Program to provide consumables used in the maintenance,repair and overhaul of weapon systems
Notice ID fa786520e29c52533c219eea8f6897c8

The Defense Supply CenterPhiladelphia DSCP is issuing a Draft Solicitation to assist DSCP in obtaining market research information for planning purposes Any language in the draft solicitation that calls for the submission of specific forms of information egcertifications surge plan subcontracting plan should be disregarded when responding to the request The Industrial Prime Vendor IPV Program is designed to explore innovative logistics solutions and best commercial practices for providing consumables used in the maintenance repair and overhaul of weapon systems The IPV consolidates customer requirements beyond the original concept of single sites towards customer groupings by missionweapon system for consistency with existing customer organization structures The prime vendor will manage the various sources of supplycommercial DLA inventory DLA strategic sources to achieve the most cost effective support for the customer and DLA Where the IPV customer group is the plurality user the contractor will be responsible for the acquisition of the item to support the balance of DLA worldwide demand THE DRAFT SOLICITATION AND SCHEDULE OF ITEMS CAN BE ACQUIRED BY ACCESSING THE DSCP WEBSITE AT wwwdscpdlamilgigeneralipvsiteshtm All NSNs shown are for reference purposes only No pricing information should be provided in response to this request Responses should be provided no later than 30 days after issuance of the draft solicitation

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Special Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
31 -- Bearing, Ball, Annular
Notice ID 140cfd09e5522bb10bfee7e4f0227054

No Description Provided

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