• 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 9071 - 9080 of 7209467 results
favorite_border
favorite
61--Power Supply
Notice ID eeddc34567e5126a7f775d3226804832

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT MECH
  • Notice Type Solicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
47--Hose,Air Breathing
Notice ID 032941efa66a6350b70d5658340b412d

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT MECH
  • Notice Type Solicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
13--NSN: 1377-01-244-2678 INITIATOR, CARTRIDGE ACTUATED SCOT, INC. P/N: 6035100-01
Notice ID 7270b3b0de7da05c0613bdca769ba29c

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT MECH
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
13--RR129A Chaff Cartridge, Option Exercise
Notice ID 27c5e0be65f480c1ebadb8d02bc05aa8

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT MECH
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
20 -- MARINE CHARTER FOR THINGS (MSCDRYVOY)
Notice ID 681e52caecc4afbc7ba495fbc74fbe68

2 JAN 2002 THIS IS THE MILITARY SEALIFT COMMAND SEALIFT PROGRAM MANAGEMENT OFFICE WASHINGTON DC SUBJ RFP N0003302R5228 USGCPACIFIC OCEAN REF A SF1449 B MSC DRYVOY 99 REV 1 699 VOYAGE CHARTER FOR US JONES ACT COMPLIANT SELFSUSTAINING RORO OR RORO LOLO COMBINATION VESSELS PREFERENCE FOR VISA PARTICIPANTS TO BE GIVEN IN ACCORDANCE WITH SECTION IIIA3 OF THE VOLUNTARY INTERMODAL SEALIFT AGREEMENT VISA AT 66 FEDERAL REGISTER 1093810948 DATED 20 FEBRUARY 2001 MSC SEALIFT PROGRAM MANAGEMENT OFFICE CODE PM52P REQUESTS PROPOSALS FOR A VESSEL CAPABLE OF MEETING THE TRANSPORTATION REQUIREMENTS DESCRIBED BELOW REFERENCES BELOW APPLY TO THE BOX LAYOUT OF REF A AND REF B WHICH ARE INCORPORATED BY REFERENCE AVAILABLE FROM THE MSC WEB SITE HTTPWWWMSCNAVYMILN10CONTHPHTM UNDER LIBRARY OF COMMON DOCUMENTS OR UPON REQUEST WHICH SHALL BE THE CHARTER FORM OF ANY CONTRACT RESULTING FROM THIS SOLICITATION I STANDARD FORM 1449 BOXES 5 SOLICITATION NO N0003302R5228 6 SOLICITATION ISSUE DATE 2 JAN 2002 7 FOR SOLICITATION INFORMATION CALL CHARLES S WEINER 2026855826 8 OFFER DUE DATE 1000 EST 4 JAN 2002 9 ISSUED BY MILITARY SEALIFT COMMAND SEALIFT PROGRAM MANAGEMENT OFFICE PM52P BLDG 210 RM 275 914 CHARLES MORRIS COURT SE WASHINGTON NAVY YARD DC 203985540 CODE N00033 FAX 202 6855852 OR ALTERNATE 202 6855850 14 METHOD OF SOLICITATION RFP 18A PAYMENT WILL BE MADE BY COMMANDER MILITARY SEALIFT COMMAND N86 WASHINGTON NAVY YARD BLDG 157 914 CHARLES MORRIS COURT SE WASHINGTON NAVY YARD DC 203985540 II DRYVOY BOXES 1 VESSEL REQUIRED JONESACT COMPLIANT US FLAG SELFSUSTAINING RORO OR RORO LOLO COMBINATION VESSELS CAPABLE OF TRANSPORTING THE CARGO DESCRIBED BELOW IN ACCORDANCE WITH CARGO LISTED MAJORITY OF CARGO IS 295 PIECES OF ROLLING STOCK AND 14 MILVANS WITH CHASSIS 309 PIECES TOTAL CONTRACTOR TO FURNISH ALL LASHING AND CARGO TIEDOWN POINTS MINIMUM SPEED LADEN IN MODERATE WEATHER IS 14 KNOTS VESSEL TO PROVIDE ACCOMMODATIONS FOR A MINIMUM OF FOUR 4 GOVERNMENT PERSONNEL TUGBARGE COMBINATIONS ARE NOT ACCEPTED UNDER THIS RFP 2 CARGO DESCRIPTION APPROXIMATELY 42495 SQ FT 10 CHOP OF MILITARY EQUIPMENT CARGO INCLUDES 295 PIECES OF ROLLING STOCK AND FOURTEEN MILVANS LOADED ON CHASSIS HAZMAT LOADED IN FIVE 5 CONTAINERS MOUNTED MILVANS ARE 151 INCHES HIGH PACKING LIST WILL BE AVAILABLE UPON REQUEST 2A LOAD FREEIN 2B DISCHARGE FREEOUT 3 LOADING PORTSPLACES USGC 4 LAYTIME 2 DAYS TOTAL SSHINC 5 DISCHARGING PORTSPLACES PACIFIC OCEAN 6 LAYDAYS 0203 FEBRUARY 2002 AVAILABLE FOR LOAD 03 FEB 2002 7 TERMSCONDITIONSATTACHMENTS ADDED DELETED OR MODIFIED IIIJ CHANGE SSHEX TO SSHINC ADD VD LOADING AND DISCHARGING FIOSS WITH OWNERFURNISHED LASHING GEAR ADD VG POSITION REPORTS ATTN CAPT JA SMITH EMAIL CAPTSMITHMSCNAVYMIL OR FAX 2026855887 SDOMSCNAVYMIL TIMPICKERINGMSCNAVYMIL CARGOMSCHQMSCNAVYMIL POSITION REPORTS REQUIRED 0600 AND 1800 DAILY VI CHANGE DATE OF CLAUSE TO MAY 2001 VII CHANGE DATE OF CLAUSE TO DEC 2000 X CHANGE DATE OF CLAUSE TO OCT 2000 XJ INTERNET HOME PAGE ON THIRD TO LAST LINE IS CHANGED TO HTTPWWWCUSTOMERSERVICEDDNBCOM XII CHANGE DATE OF CLAUSE TO MAY 2001 AND ALTERNATES I AND III TO OCT 2000 III INSTRUCTIONS TO OFFERORS OFFERORS SHALL USE THE GUIDELINES SET FORTH IN PART X FOR SUBMISSION OF OFFERS HOWEVER AT A MINIMUM OFFERS MUST CONTAIN THE FOLLOWING 1 LUMPSUM PRICE AND DEMURRAGEDETENTION RATE 2 SPEED OF ADVANCE SOA LADEN AND DETAILED ITINERARY 3 LOAD CAPACITIES OF SHIPS GEARCRANES THAT WILL SERVICE THE ASSIGNED CARGO SPACES 4 LISTING OF CARGO HANDLING EQUIPMENT ON SHIP EG FORKLIFTS SPRE

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office MILITARY SEALIFT COMMAND
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
19--19-Commercial Boat Building Candidates for Building United States Naval Academy's Sail Training Craft (STC)
Notice ID c7075554086065a2c35ef7dc4dbbd02d

The purpose of this Modification is to change the response date for the United States Naval Academys Sail Training Craft announcement that was originally posted on 13 DEC 2001 The new response date is 11 JAN 2002 The following is the originally posted information incorporating the response date change The Naval Sea Systems Command seeks interest from manufacturers of sailing craft and sailboats for a scheduled procurement in FY02 Companies capable of building sailboats of rugged and proven construction meeting the characteristics and capabilities described below and at the following web site are encouraged to respond The web site is planned to be available 12 December 2001 The address is httpwwwboatsdtnavymil Click on the USNA 44 STC button that will appear on the home page for the information The existing United States Naval Academy USNA Sail Train ing Craft STC is 44 ft in length 12 ft 5 in in beam draws 7 ft 3 in and displaces about 28000 lbs the canoe body is 7 ft 6 in deep The rig measures as follows P5075 ft E16 ft I585 ft J1858ft Please refer to the web site stated above to view a draft specification and preliminary drawings and other details Be advised that this design may not be used modified reproduced released displayed or disclosed for any purpose other than production of boats under US Government contract without the prior written permission of the Naval Sea Systems Command The USNA STC is not a commercial sailboat but will be used for professional development and training for USNA midshipmen As such the USNA STC will have capacity for a crew of ten and will be capable of ocean transit and extended motoring with diesel auxiliary The craft will be raced under O RCIMS rating rules The craft will be provided with a head galley dining area berthing for five crew and ample stowage both below and above decks The expected service life of the hull rig and major components and fittings will be twenty years based on a yearly usage rate of 1000 hours Normal preventative maintenance repair and replacement procedures will be employed to ensure the craft are available for their entire service life All elements of construction joiner work systems equipment and fittings will be rugged reliable and capable of withstanding the effects of daily heavy use All systems including propulsion auxiliary and electrical will be designed selected and installed to meet commercial standards that reflect the highest quality for the intended use and service life and as required by the specification An extensive list of Government Fu rnished Equipment GFE including navigation and communication electronics sails and anchoring docking and safety gear will be installed and must be provided for in terms of weight space stowage electrical needs etc GFE will be provided for contractor installation for first craft and the GFE for the following craft will be installed by the Government after delivery The schedule for craft construction assuming contract award in 2Q FY02 March 2002 will require launch of the first article before the end of FY02 Sep 2002 The contract will be signed for 7 craft and two options to be exercised in FY03 and FY04 for 9 boats and 8 boats respectively Please indicate your interest in bidding on the Request for Proposals by responding to this sources sought announcement The Request for Proposals is planned to be released in Jan 2002 The response to this reque st may be in any format and will not be returned nor will compensation be provided for any response to this announcement Proprietary information submitted and conspicuously identified will be protected in accordance with DFARS 2522277016 Due to recent mail problems in the Washington DC area the preferred method of response to this announcement is via email Email response to Richard D Braendel II at braendelrnavsean

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
A -- National Lung Screening Trial
Notice ID e3cb910eb33fcb3d1bc9e1f2c4907f94

The National Cancer Institute NCI intends to negotiate with the Screening Centers of the Prostate Lung Colorectal and Ovarian PLCO Cancer Screening Trial for the National Lung Screening Trial NLST The PLCO Screening Centers include the University of Pittsburgh Cancer Institute N01CN25511 Georgetown University N01CN25522 Henry Ford Hospital N01CN25512 University of Minnesota N01CN25513 University of Colorado Health Sciences Center N01CN25514 Straub Pacific Health Research Institute N01CN25515 Washington University N01CN25516 Marshfield Medical Research and Education Foundation N01CN25518 University of Utah N01CN25524 and University of Alabama at Birmingham N01CN75022 The National Lung Screening Trial is a special study within the Prostate Lung Colorectal and Ovarian Cancer Screening Trial to investigate lung cancer detection rates for single view chest xray CXR and spiral CT SCT in a population at high risk for development of the disease This solicitation is for the recruitment of 36000 smokers and former smokers over two years to an initial screen and two more annual screens For the coordination of the National Lung Screening Trial NCI intends to negotiate with Westat Inc N01CN25476 Study coordination includes meeting with the NCI personnel to review progress and resolve problems monitor progress and protocol adherence at screening centers and prepare monthly status reports coordinate conference calls and provide minutes maintain and update studyspecific information and NLST Manual of Operations and Procedures MOOP Authority 41 USC 253c1 as set forth in FAR 63021 See Numbered Note 22

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
81--"COMBINED SYNOPSIS/SOLICITATION" SIMPLIFIED DRIVER REUSABLE SHIPBOARD CONTAINERS
Notice ID c0db93d453fd2f3aded8bcc8b474b67b

This is a combined synopsissolicitation for noncommercial items prepared in accordance with the format in FAR Part 13 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 Solicitation number N0016402Q0064 applies and is issued as a request for quotation RFQ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 and DCN 20001213 The North American Industry Classification System NAICS Code for this procurement is 326199 and the business size standard is 500 employees This requirement is as follows CLIN 0001 Simplified Driver Reusable Shipboard Containers with strongbacks 2 each First Articles in accordance with NAVSURFWARCENDIV CRANE drawing 61 55778 Rev A CLIN 0002 Simplified Driver Reusable Shipboard Containers with strongbacks 15 each production in accordance with NAVSURFWARCENDIV CRANE drawing 6155778 Rev A CLIN 0003 Extra Strongbacks 17 each in accordance with NAVSURFWARCENDIV CRANE Drawing 6155778 Rev A pages 7 through 10 The reusable shipboard containers and extra strongbacks shall be delivered in one lot The contractor is required to produce the First Article and production quantity at the same facility All pieces of First Article units and production reusable shipboard containers shall be marked with the month and year of production and shall be clearly visible after opening the container To obtain the Drawing Package a request must be submitted to Ms Brenda L Bledsoe at the email address or telephone number listed below Delivery is required FOB Destination to Crane IN 47522 within 90 days after award Final inspection and acceptance will be at NSWC CRANE Selection for award will be based on price and past performance Quotes that are noncompliant with any material requirements of this solicitation may be rejected without further consideration for award All responsible sources may submit a quote that will be considered by the Agency A FirmFixed Price purchase order will be awarded using Simplified Acquisition Procedures The following provisions and clauses apply 522046 522094 522074 FILLIN 522096 522115 5221114 A30 DO 5221115 522191 FILLIN 522134 incorporating 5224734 5222221 5222222 5222225 FILLIN 5223223 5224215 5224217 522431 522461 5224616 522491 522498 522522 522531 2522047001 2522047003 2522047004 2522257000 2522257001 2522257002 252225700 9 2522257017 2522257035 2522257036 2522437001 Please provide your Commercial and Government Entity CAGE code and Contractor Establishment Code DUNS number To be eligible for award you must be properly registered in the Governments Central Contractor Registration CCR Offerors may obtain information on CCR registration and annual confirmation requirements by calling 18882272423 or via the Internet httpccrdlscdlamil or httpwwwccr2000com If a change occurs in this requirement only those offerors that respond to this announcement within the required time frame will be provided any changesamendments and considered for future discussions andor award Quotations may be faxed or emailed to Brenda L Bledsoe FAX 8128541841 email address bledsoebcranenavymil All required information must be received on or before 200 PM 011 702 Eastern Standard Time See Note 26

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC CRANE
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
20--Upgrade of Auxiliary Cubicles and Microprocessor Controllers
Notice ID 3a1fd5db27f5d1f3b4909def2103c930

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC CARDEROCK
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
59---Circuit Card Assemb
Notice ID f8512c91057dbff5a5611fa9fb79f0f2

NSN 7R5998013972434CS SPEC NR TDP VER 002 Qty 38 AY 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 nO DRAWINGS AVAILABLE 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