• 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 9051 - 9060 of 7209467 results
favorite_border
favorite
Z -- Medical Clinic Addition and Alteration at Malcolm Grow Medical Center, AAFB, Camp Springs, MD
Notice ID f75639e5a3f266861aa2f7bd34b98ad1

This Procurement is being advertised Unrestricted for Full and Open Competition The NAIC Code is 233 Work includes but is not limited to the following The addition to the Malcolm Grow Medical Center will provide necessary spaces for four clinic functions currently housed in temporary quarters The Addition consists of a twostory steel framed and brick and stucco clad exterior building with a total of approximately 33000 square feet for the clinic and approximately 1000 square feet for the connector between the existing Malcolm Grow Hospital and the new facility The Estimated Cost Range is between 5M 10M Award will be made to the offeror who represents to the Government the best value based on Technical Factors Past Performance and Price It is anticipated that the solicitation will be availabe on or about 8 January 2002 The government will not distribute hard copies of the solicitation The solicitation may be obtained at httpesolnavfacnavymil Potential offerors will be responsible for downloading a copy of the solicitation and for monitoring the site for any amendments The closing date and time for receipt of proposals will be on or about 8 February 2002 The Date and Time for the PreProposal Conference will be provided in the solicitation All technical and contractual inquiries must be submitted in writing to the Contract Specialist via email The email address of the Contract Specialist can be found below Telephone inquiries are prohibited The successful offeror must be registered in the Department of Defense Central Contractor Registration CCR Database Offeror not already registered are encouraged to do so at wwwccrgov or by phone at 18882272423

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM WASHINGTON
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
S -- Transfer Heating Fuel From Military Family Housing, Brunswick Gardens and Harpswell Housing to McKeen Street Housing
Notice ID ef7e8f2dd37560f909783975714e052b

The Contractor shall provide unless otherwise specified all labor supervision tools materials equipment and transportation as necessary to transfer fuel from Navy Housing located in Brunswick Gardens Wherry Housing and the Harpswell Housing to the McKeen Street Area Family Housing Housing is located in Harpswell and Brunswick Maine The fuel shall be pumped out of the tanks to be emptied then transported and delivered into the tanks to be filled as identified herein All equipment vehicles and personnel used in the performance of this work shall conform to all Local State Federal and Department Of Transportation regulations governing the pumping and transport of heating fuel The fuel being transported will be heating oil 1 or 2 or a mixture of the two All work shall be accomplished during normal working hours 0700 1530 Monday Friday excluding Federal Holidays Work performed outside normal working hours or on weekends and holidays may be performed with prior approval from the Contracting Officer The Contractor may be required to walk through and clear snow to gain access to fuel tanks The tanks to be pumped out are located outside The tanks to be delivered to are inside buildings with limited space between the top of the tank and the ceiling The Contractor shall not leave any equipment on Government property during nonworking hours unless approved by the Contracting Officer The estimated cost range is between 25000 and 100000 The response date shown is an estimated date PROSPECTIVE CONTRACTORS MUST REGISTER IN THE CENTRAL CONTRACTORS REGISTERATION DATABASE PRIOR TO AWARD OF A CONTRACT OFFERORS ARE FURTHER ADVISED THAT FAILURE TO REGISTER IN THE DOD CENTRAL REGISTERATION DATABASE MAY RENDER YOUR FIRM INELIGIBLE FOR AWARD Registration can be accomplished on wwwccr2000com This contract will be issued as 100 percent small business setaside Replies to this notice are requested for NAICS Code 454311 Heating Oil Dealer Contractors The Government intends to issue this solicitation through the use of the Internet Notification of any changes to this solicitation amendments shall be made only on the Internet and the official Plan Holders list will be maintained on and can be printed from the Internet site All prospective bidders must register as planholders on the Internet EBS Website for this project Each company must indicate its name address phone number and Email address identify whether the firm is Prime Sub or Supplier and indicate whether firm is a Small Business Small Disadvantage Business or Large Business or if firm is a Womanowned Business Plan Centers are also required to register It is therefore the Contractors responsibility to check the below listed address daily for any posted changes to solicitations plans and specifications The address for downloading this solicitation from the Internet is httpesolnavfacnavymil Download from the Internet is free of charge However some plans and specifications will take a considerable amount of time to download For technical questions concerning the subject project please contact Brett D Burnham at 2079211638 See solicitation for proper address for delivery of bids Quote results may be obtained on the Internet Site 24 hours after Opening Quotes will be considered from all responsible registered sources

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM MID-ATLANTIC
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Y -- Renovate Two-Story Housing, Phase IV
Notice ID d193c38db814cc6e5d834069d3c6c7c0

RENOVATE TWOSTORY HOUSING PHASE IV MARINE CORPS BASE CAMP LEJEUNE NORTH CAROLINA SOL N6247002R3312 The anticipated issue date for the solicitation has been delayed Plans and specs will be available on OR ABOUT 01 February 2002 The estimated date for receipt of offers is on OR ABOUT 15 March 2002 The solicitation may be downloaded free of charge from ESOL httpesolnavfacnavymil Please be sure to register for the solicitation from ESOL in order to automatically receive amendments and notices A planholders list can be obtained from the ESOL site to registered users IMPORTANT TechnicalContractual and FOIA related inquiries should be directed in writing to OICC 1005 Michael Road Camp Lejeune NC 28547 or via facsimile 910 4515629 Attention Theresa M Crump

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM MID-ATLANTIC
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
61--VMSSL Cables
Notice ID e59ad72d2d806f6f7a9215ad1cbb4dee

Coastal Systems Station Contracts Table of Awards

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVAL SURFACE WARFARE CENTER
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Q -- MEDICAL RECORDS CODING SERVICES
Notice ID a3f403a1a02a4f1201b7fe2e933e32d3

DESC I This is a combined synopsissolicitation for commercial items prepared in accordance with the format in Subpart 135 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 II This solicitation N0060002R0381 is being issued as a Request for Proposal RFP III The solicitation document and incorporated provisionclauses are those in effect through FAC 200103 and DCN 20011206 IV This solicitation is UNRESTRICTED All responsible sources may submit a proposal which will be considered Applicable NAICS 514210 V A list of Contract Line Item Numbers CLINS and their items are Base Period CLIN 0001 Inpatient Medical Records Coding CLIN 0002 OutpatientAPV Medical Records Coding Estimated Base Period beginning 01 February 2002 through 30 September 2002 plus three 3 one year Options in accordance with IAW the Statement of Work SOW IV Description of Requirement SOW is as follows The National Naval Medical Center MC Bethesda Maryland has a requirement for ICD CPT Coding Services to be contracted on an annual basis The services required by this contract are on an as needed basis and there are no guarantees implied or explicit as to any specific totals on the volume of work to be preformed Estimated volumes for base year and option years are projected as follows 7000 Inpatient Medical Records 12000 Ambulatory Procedures Physician Office Visits MC is a 245bed tertiary care military treatment facility with an average of 840 inpatient discharges and 1500 ambulatory procedure visits per month As a teaching and research medical center the case mix reflects a range of complex diagnoses and procedures supported by fortytwo specialty clinics and affiliations with other prestigious medical and research centers such as the National Cancer Institute and National Institute of Health The contractor Ktr is required to provide onsite coding and abstracting services for the following types of records inpatient medical records ambulatory procedure records outpatient clinic visits physicians office visits Hard copy documented medical records will be provided and such documentation can include Narrative discharge summaries physician and allied health personnel progress notes abbreviated medical records to include brief summary of chief complaint history and physical exams diagnoses procedures condition on discharge etc operative and procedure reports physicians orders consultations history and physical examinations laboratory pathology radiology and nuclear medicine reports etc The Ktr will be required to utilized the official version of the International Classification of Diseases Ninth Revision Clinical Modification issued by the US Department of Health and Human Services ICD9CM and Current Procedural Terminology Fourth Edition CPT4 published by the American Medical Association In addition the Ktrs staff are required to reference the official ICD9CM guidelines for coding and reporting approved by the cooperating parties American Hospital Association American Health Information Management Association Health Care Financing Administration now CMS the Centers for Medicare Medicaid Services and the National Center for Health Statistics the AHAs Coding Clinic for ICD9CM the AMAs CPT Assistant publication and National Naval Medical Centers Specific Coding Guidelines to ensure accurate assignment of codes The Ktr is required to supply their staff with the required reference materials such as current coding books and updates and to ensure their participation in ongoing continuing education on coding drgapc grouping EM and hepes principles Daily Productivity Reports are to be submitted to the MC site supervisor by Ktr personnel Daily productivity standards

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP FLT LOG CTR NORFOLK
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
99 -- PORTABLE TOILETS
Notice ID 580daa54e3148baeb9399028776d47e6

The Contractor shall provide all labor materials equipment vehicles and services necessary to provide rental and servicing of portable selfcontained toilets at various port locations in Western Washington in support of Commander Navy Region Northwest The contractor shall perform these requirements in accordance with all applicable guidance specifications and regulations provided herein or incorporated by reference The service area may include NAVSTA Everett Seattle various Seafair and special ship visits NAVSTA Bremerton Keyport Bangor Indian Island and other Naval facilities located in the State of Washington to meet the needs of the Commanding Officer Navy Region Northwest The Contractor shall provide portable toilets in the quantities specified in each delivery order and the necessary services vehicles and personnel Toilets shall be the manufacturers standard commercial products The portable toilets will be the primary sanitation facility for the site s or special event specified on each delivery order Performance of this service shall be in accordance with the requirements and standards described herein and all applicable regulations and mandates The contractor shall provide portable toilets on short term and long term basis and shall provide all vehicles and equipment required for delivery setup and servicing of portable toilets All vehicles and equipment shall meet local state and federal safety requirements Contractor shall provide maintenance and repair service to all portable rental units delivered and placed on site The Contractor shall repair the rental units as required ie replace locks hinges etc to maintain a serviceable condition of each unit Weekly service is required for short and long term rental units The contractor shall completely removal all waste debris and other contaminants from waste tanks seats doors floors walls and other exposed interior and exterior surfaces to include sweeping dusting mopping scrubbing and applying a commercial grade cleaner and disinfectant to interior surfaces The contractor shall provide an adequate supply of toilet tissue in sufficient quantity to last until the next scheduled service The waste tank shall be recharged with sufficient quantity of chemicals to ensure an odorless unit The base period of performance shall be from date of award or 01 FEB 2002 which ever is later through 30 SEP 2002 In addition the procurement includes two oneyear option periods Delivery is FOB destination to the activity cited in the delivery order

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP FLT LOG CTR PUGET SOUND
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
36 -- 3-Axis Vibration Test System
Notice ID ea5ec50a1f1b66124c8740d015ca75e6

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP FLT LOG CTR PUGET SOUND
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
16---Concentrator,Oxygen - And Similar Replacement Part
Notice ID a8a048949fa5fb02e74b505c6cd3f2cc

NSN 7R1660013893727LX Ref Nr 32610770101 Qty 48 EA Delivery FOB Origin The subject item requires Government source approval prior to contract award as the item is flight critical andor the technical data available has not been determined adequate to support acquisition via full and open competition Only the sources previously approved by the government for this item have been solicited The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source If you are not an approved source you must submit together with your proposal the information detailed in the a hrefhttpwwwnavicpnavymilsabssassascoverhtm US Navy Aviation Supply Office Source Approval Information Brochure This brochure identifies technical data required to be submitted based on your companys experience in production of the same or similiar item or if this is an item you have never made This brochure can be obtained by calling NAVICPP at 215 697 4243 If your request for source approval is currently being evaluated at NAVICPP submit with your offer a copy of the cover letter which forwarded your request for source approval Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation Please note if evaluation of a source approval request submitted hereunder cannot be processed in time and or approval requirements preclude the ability to obtain subject items in time to meet government requirements award of the subject requirement may continue based on Fleet support needs The NAVICP Commercial Item Identification Brochure is now available at a hrefhttpwwwnavicpnavymil07073homehtm httpwwwnavicpnavymil07home073htm Only approved sources will be considered for this item See also note 26 See Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
28---Linkage Assembly,Ac
Notice ID c6a3f7f67dda5ec10b2f991f6e5f24d5

NSN 7R2840014390494SN Ref Nr 6036T65G10 Qty 46 EA Delivery FOB Origin The subject item requires Government source approval prior to contract award as the item is flight critical andor the technical data available has not been determined adequate to support acquisition via full and open competition Only the sources previously approved by the government for this item have been solicited The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source If you are not an approved source you must submit together with your proposal the information detailed in the a hrefhttpwwwnavicpnavymilsabssassascoverhtm US Navy Aviation Supply Office Source Approval Information Brochure This brochure identifies technical data required to be submitted based on your companys experience in production of the same or similiar item or if this is an item you have never made This brochure can be obtained by calling NAVICPP at 215 697 4243 If your request for source approval is currently being evaluated at NAVICPP submit with your offer a copy of the cover letter which forwarded your request for source approval Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation Please note if evaluation of a source approval request submitted hereunder cannot be processed in time and or approval requirements preclude the ability to obtain subject items in time to meet government requirements award of the subject requirement may continue based on Fleet support needs The NAVICP Commercial Item Identification Brochure is now available at a hrefhttpwwwnavicpnavymil07073homehtm httpwwwnavicpnavymil07home073htm DRAWINGS ARE NOT AVAILABLE SEE NOTE 26 See Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
15---Duct Assembly,Branc
Notice ID 3a6ad1736a641cb87b784996aa8f234a

NSN 7R1560997766740SR Ref Nr 75A6671761003 Qty 5 EA Delivery FOB OriginNOTE The NAVICPPhiladelphia does not have manufacturing drawings of this item Material required is a highpressure hightemperature jet engine exhaust duct which is a safetyofflight missioncritical component of the AV8B Harrier flight control system The subject item requires Government source approval prior to contract award as the item is flight critical andor the technical data available has not been determined adequate to support acquisition via full and open competition Only the sources previously approved by the government for this item have been solicited The time required for approval of a new source is normally such that award cannot be delayed pending approval of a new source If you are not an approved source you must submit together with your proposal the information detailed in the a hrefhttpwwwnavicpnavymilsabssassascoverhtm US Navy Aviation Supply Office Source Approval Information Brochure This brochure identifies technical data required to be submitted based on your companys experience in production of the same or similiar item or if this is an item you have never made This brochure can be obtained by calling NAVICPP at 215 697 4243 If your request for source approval is currently being evaluated at NAVICPP submit with your offer a copy of the cover letter which forwarded your request for source approval Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation Please note if evaluation of a source approval request submitted hereunder cannot be processed in time and or approval requirements preclude the ability to obtain subject items in time to meet government requirements award of the subject requirement may continue based on Fleet support needs The NAVICP Commercial Item Identification Brochure is now available at a hrefhttpwwwnavicpnavymil07073homehtm httpwwwnavicpnavymil07home073htm See Notes 222526

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09