• 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 9001 - 9010 of 7209467 results
favorite_border
favorite
16 -- SYNTHSIZER, ELECTRICAL FREQUENCY
Notice ID bc650b3064c591fa72320c60cad78a85

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
R -- Professional, Administrative, and Management Support Services
Notice ID 12b5cc13d04d15975a4da8fc121f1788

Special Note Reference Orginial CBDNet Submission No 5154K2 Dated December 20 2001 Subject to availability of funds the United States Agency for International Development to Honduras USAIDHonduras intends to post a request for proposals for technical assistance to establish the strategic results required to ensure a successful initial implementation by Honduras justice sector institutions particularly the Judiciary of the new Criminal Procedures Code CPC The CPC as approved by the National Congress in December of 1999 and published into law in May of 2000 is due for full implementation nationwide on February 20 2002 Contract work should build upon andor be incorporated into sector activities as currently supported by USAID pursuant to a multiphase work plan the Interinstitutional Road Map for CPC implementation developed in consultation with an Interinstitutional Commision for Criminal Justice Reform established in 2000 The resulting Contract will be for an 18 monthperiod USAIDHonduras will seek proposals from qualified US firms to deliver the services described above This procurement is a full and open competition The issuance date of the RFP is expected to be approximately 011502 The closing date for submission of the proposals to be specified in the RFP will be approximately thirty 30 days thereafter The NAIC code for this procurement is 541990 To obtain a copy of the RFP write or telefax to the below address with the solicitation number company address and phone number of contact person To ensure timely receipt of solicitation amendments and provide the maximum response time please also provide telefax number if available Phone requests will not be honored The preferred method of distribution of USAID Acquisition and Assistance AA information is via the Internet By exception USAID can provide solicitations on a 35 floppy disk Microsoft 97 format via email or in hard copy You are encouraged to access the solicitation via the Internet as this eliminates possible delays associated with mailing in general and particularly from overseas Missions You must confirm in writing to the contact person noted below that you have received this solicitation through the Internet As the recipient of this solicitation document you are responsible for ensuring that you have received it from INTERNET in its entirety USAID bears no responsibility for data errors resulting from transmission or conversion processes Further be aware that amendments to solicitations are occasionally issued and will be posted on the same Internet site from which you downloaded the solicitation Generally the Agreement Officer will issue amendments to all those who have sent in the written confirmation of solicitation receipt However USAID does not guarantee that an amendment will be issued to you directly based upon written confirmation that you have downloaded the solicitation from the FBO Site

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID/HONDURAS
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
G--Residential Community Corrections Center Services
Notice ID 3b6eb03ffa41d67621c141a5435b889c

No Description Provided

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
G -- Residential Comprehensive Sanctions Center services
Notice ID e3476b98d38f160e5553362656eb6600

RFP 2000679WR for the Greater Sacramento California area is hereby amended to exend the closing date to April 1 2002The Federal Bureau of Prisons is seeking concerns having the ability for providing residential Comprehensive Sanctions Center CSC services for male and female Federal offenders within a 60mile radius of Sacramento California which includes Sacramento Placer El Dorado San Joaquin Solano Yolo Colusa and Sutter County Residential services include care custody control accountability and treatment including subsistence The services described shall be in accordance with the Federal Bureau of Prisons Statement of Work This is a firmfixed unit price requirements type contract The services are estimated to be 80 male and 20 female The estimated number of inmate days for the base period is 54825 Estimated number of inmate days for option years 12 and 3 is 27375 respectively The estimated closing date of the solicitation is April 1 2002 All responsible sources may submit a proposal which will be considered by this agency No collect calls will be accepted No telephone requests or written requests for solicitation will be accepted

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
G -- Residential Comprehensive Sanctions Center services
Notice ID 9f426fc1c1858e5d0175be7c1f9b666d

RFP 2000679WR for the Greater Sacramento California area is hereby amended to exend the closing date to April 1 2002The Federal Bureau of Prisons is seeking concerns having the ability for providing residential Comprehensive Sanctions Center CSC services for male and female Federal offenders within a 60mile radius of Sacramento California which includes Sacramento Placer El Dorado San Joaquin Solano Yolo Colusa and Sutter County Residential services include care custody control accountability and treatment including subsistence The services described shall be in accordance with the Federal Bureau of Prisons Statement of Work This is a firmfixed unit price requirements type contract The services are estimated to be 80 male and 20 female The estimated number of inmate days for the base period is 54825 Estimated number of inmate days for option years 12 and 3 is 27375 respectively The estimated closing date of the solicitation is April 1 2002 All responsible sources may submit a proposal which will be considered by this agency No collect calls will be accepted No telephone requests or written requests for solicitation will be accepted

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office PROPERTY MANAGEMENT - CO
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Z--N241 FIRE SUPPRESSION/ALARM SYSTEM $ SEISMIC UPGRADE
Notice ID 4fec83f575763c6f59e19627139479d6

Addendum to RFO238060RLG The anticipated offer closing date is changed as follows From on or about March 7 2002 To on or about February 7 2002

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
58 -- TACLANE E-100 Encryption device
Notice ID bd8a1b895aa35493ca6924ab36cedb4c

The Air Force Special Operations Command 16th Contracting Squadron intends to solicit negotiate and award a sole source FirmFixed Price contract under Federal Acquisition Regulation FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures to General Dynamics Communication Systems for 3 each General Dynamics TACLANE E100 KG175 encryption devices part number ET590001 release 10 AC power adapter 3 year warranty on hardware and software CS help desk and new feature release 20 when available Equipment shall have a thoughput of 100Mbps interface with either an ATM or IP network and be fully compatible with FASTLANE ATM Encryptor communicate at multiple security levels one at a time using FIREFLY or preplaced keys PPKs and tunnel data from a higher security cryptographically isolated enclaves across enclaves of a lower security level or vice versa Equipment shall also have a Certificate to Operate CTO Certificate of Networthiness CNO and NSA Information System Security Organization Approval Certificate Additionally all labor tools materials transportation are to be included in the quote GSA items shall be noted as well as the GSA Contract Number Prospective bidders may bid on brand name or equal If bidding on or equal product contractor shall provide all necessary product literature as specified in FAR Clause 522121 and any equipment past performance reliability This information will be used to determine if product meets the minimum requirements Required delivery shall be on or before 60 days after receipt of award Place of delivery shall be 16 Communication Squadron 221 Lukasik Ave Bldg 90220 Hurlburt Field FL The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order FAR 522121 Instructions to OfferorsCommercial Items OCT 2000 It applies to this acquisition and is amended to read FAR clauses and provisions can be located via the Internet at httpfarsitehillafmil Submit signed and dated quotations on company letterhead or quotation form Quote shall include Certificate to Operate CTO Certificate of Networthiness CNO and NSA Information System Security Organization Approval Certificate in order to be considered The Government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 522122 Evaluation Commercial Items Jan 1999 which is incorporated into this Request for Quote with addendum to paragraph a as follows The following factors shall be used to evaluate offers i Past performance ii technical capability to include CTO CNO and NSA Certificates of the items offered to meet the Government requirement iii price The Government will make award to the responsible offeror whose offer conforms to the solicitation and is the greatest value to the Government considering the technical capability and past performance having significantly more weight than price Each offeror shall include a completed copy of the provisions at FAR Clause 522123 Offeror Representations and CertificationsCommercial Items MAY 2001 with the quotation Submit signed and dated offer to 16CONSLGCY Attn Michael Wenrick MichaelWenrickhurlburtafmil 350 Tully St PO Box 9190 Hurlburt Field FL 325449190 at or before 1600 400 PM CST 18 Feb 2002 The clause at 522124 Contract Terms and ConditionsCommercial Items May 2001 applies to this acquisition with the following addendum DFARS 2522047004 Required Central Contractor Registration Nov 2001 The clause at 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Dec 2001 applies to this acquisition and is incorporated by reference 5223233 Payment by Electric Funds TransferCentral Contractor Registration 31 USC 3332 A Firm

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4417 1 SOCONS
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
16 -- Repair/Overhaul of Stall Warning Shaker Assy NSN: 1680-00-928-2843, P/N''s 35A537 and 35A540
Notice ID 4d2f164f33b9811a6cd9e9ed0bd8ae22

REPAIROVERHAUL OF THE STALL WARNING SHAKER ASSY A CRITICAL COMPONENT OF THE FLIGHT CONTROL SYSTEM FOR THE C141 AIRCRAFT DELIVERY REQUIRED 30 DAYS AFTER RECEIPT OF THE UNITS DIRECT SHIPMENT BASED ON GOVERNMENT DIRECTION AT THE TIME OF SHIPMENT CONTRACTOR MUST ESTABLISHED A CONSOLIDATED REPARABLE INVENTORY OF GOVERNMENT ASSETS GFM IS NOT AUTHORIZED CONTRACTOR FURNISHED MATERIAL ONLY PERIOD OF PERFORMANCE IS 24 MONTHS URGENT PRIORITY OF THIS REQUIREMENT DOES NOT PERMIT EXTENDED RFP DUE DATES QUALIFIED SOURCE LABINAL COMPONENTS CAGE CODE 25140 QUALIFICATION PROCEDURES ARE IN PLACE FOR ADDITIONAL SOURCES INTERESTED CONTRACTORS MUST HAVE IN THEIR POSSESSION A COPY OF THE OEMS REPAIROVERHAUL PROCEDURE TEST EQUIPMENT SPECIFIED BY THE OEM AND A DATABASE TO VERIFY THE RESULTS QUALIFICATION MUST BE COMPLETED PRIOR TO AWARD THIS IS AN URGENT REQUIRMENT THAT WILL NOT BE HELD UP FOR COMPLETION OF THE QUALIFICATION PROCESS

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
36 -- Module Pid Type Rae
Notice ID 67678bb9eba6c8efa8dba13ee7429137

The Bureau of Engraving and Printing BEP is requesting quotations from vendors for Module Pid type Rae systems model pn PDM10A repair part for VOC Abatement System used on 110 press stock no 2E026894 The simplified acquisition procedures set forth in FAR Parts 12 and 13 shall be used This is a combined synopsissolicitation This notice constitutes the only solicitation therefore a written request for quotation will not be issued This procurement is 100 set aside for small businesses see numbered note 1 The applicable NAICS formerly SIC code is 333293 and the associated small business size standard is 500 employees The request for Quotation RFQ number is RFQ 550240 The quantity is 6 each Delivery terms are FOB Destination to BEP Loading Dock at D Street between 13th and 14th Sts SW Washington DC Delivery is requested within 30 days after receipt of order The resulting purchase order shall be firm fixed price The basis for award shall be price alone All interested small businesses are requested to submit a written quotation which will be considered by the agency Quotations may be submitted on a SF 1449 or on company letterhead Quotations shall include the RFQ number the proposed unit price the proposed extended price any prompt payment discount terms company name point of contact address phone number fax number tax identification number DUNS number and size status ie small business disadvantaged business or woman owned business If this item is available under GSA schedule please provide the schedule number Quotations are due January 10 2002 100pm

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
J -- Maintenance of fire alarm systems
Notice ID c356c08b5e4cadce0469fea18060bd8b

The contractor shall furnish all plant technicians instruments tools replacement parts material and supplies required in performing all operations in connection with the calibration repair and maintenance service and emergency repair in for the Simplex 4120 Multiplex Systems located in 27 buildings throughout the Defense Supply Center Columbus 3990 East Broad Street Columbus OH Period of performance shall be for one year beginning the date of award with 4 oneyear options All electrical work shall conform to the applicable sections of the latest issue of the National Electrical Code and the National Electric Manufacturers Associations Standards Only qualified personnel with factory training and a minimum of three years of experience in the servicing of similar types of alarm systems shall be assigned to perform the inspection and maintenance work on the contract Qualified technicians shall have a National Institute for the Certification of Engineering Technologies NICET level II certification Qualification of all technicians to be assigned to work on this contract shall be submitted to the Contracting Officer with the bid Subcontracting any portion of this contract is prohibited unless specific approval is obtained in writing from the Contracting Officer Contractor shall maintain a local parts supply within fifty miles of DSCC sufficient to correct most system failures Parts not in stock shall be available within twentyfour hours at no additional cost to DSCC The Contractor shall be capable of accessing the Fire Alarm System by Modem and perform the following service functions Perform daily review of system status and inform dispatch service personnel if conditions warrant Perform control functions remotely including acknowledge status changes and manually activate and disable system points Perform reprogramming functions remotely This is an unrestricted procurement NAICS is 561621 Size standard 90 Million IMPORTANT NOTICE DFARS 2522047004 Required Central Contractor Registration applies Lack of registration in the CCR database will make an offeror INEGLIGIBLE FOR AWARD Email requests for this solicitation to LindaDodsondsccdlamil Please include your CAGE code in your request

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