• 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 9091 - 9100 of 7209467 results
favorite_border
favorite
A -- Development and Commercialization of the WorldWide Weather Workstation (W4)
Notice ID 0a66e039f6f20b7a43ecd23c44722ada

The Forecast Systems Laboratory FSL of the National Oceanic and Atmospheric Administration NOAA is actively seeking licensees andor CRADA partners to collaborate on the development and commercialization of the WorldWide Weather Workstation W4 It is the intent of FSL to collaborate with industry on certain technical aspects of the system such as data broadcast via satellite and end user requirements analysis The W4 system is designed to meet the forecast needs of developing nations or for forecast situations where no data access is available The system is designed to use a satellite broadcast or the internet to disseminate atmospheric data at continental or regional scales To reduce hardware costs to the user while providing a high level of system performance both the server subsystem and the user subsystem will utilize PC Linux platforms The W4 system is based on the FSL developments for the AWIPS system that has allowed major improvements in National Weather Service offices throughout the country W4 uses a series of scales just as the AWIPS system does that will allow a display to be compatible with the size and type of the weather feature that is being studied Important workstation features such as roam and zoom predefined sets of procedures sets of forecast products designed for a specific type of storm family graphics and toggle capabilities for displayed products are available All data can be broadcast using technologies such as VSAT Very Small Aperture Terminal systems or other low bandwidth solutions The Forecast Systems Laboratory has done innovative groundbreaking work on data compression particularly using wavelet transform compression that will allow a full set of data to be transmitted over a 128 kbps satellite link Application of these data compression techniques will be applied both to satellite observations and imagery and gridded Numerical Weather Prediction model data sets There will be only a very small reduction in data resolution after decompression at the receiver side of the process The significant improvements in efficiency of transmission will contribute to decreasing the operational costs of using the system For world areas where internet connectivity is available an internet version of W4 is also available FSL is interested in working with a commercial collaborator under the auspices of the Federal Technology Transfer Act 15 USC 3710a to transfer this technology to the private sector There are many potential areas such as emergency response regions remote military field sites and branch weather forecasting offices within developing countries that could benefit from this technology FSL will negotiate royalties and licenses for this technology arising from a CRADA partnership or Memorandum of Agreement The private company or companies forming this partnership with FSL would assist in the research and development of the product and would be responsible for documenting marketing and maintaining the W4 system networks that would be implemented This technology will be demonstrated in the NOAA FSL booth 111 at the AMS Conference and Exhibit to be held in Orlando FL during the week of January 14 2002 Additional technical information has also been published on the W4 web site httpwwwidfslnoaagov Discussions will be held en mass with all candidate partners regarding the specifics of this new technology to be defined within the CRADA or licensing agreementPartner selection criteria will include technical expertise and experience with similar technologies experience in marketing past experience in partnering with a government research organization and the resources and funding available to successfully bring this technology to market Parties interested in scheduling a demonstration at the AMS Conference and Exhibit should contact William B Bendel at 303 4976708 fax 303 4976758 bendelfslnoaagov or stop by the NOAA FSL booth The potenti

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Sources Sought
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
H--Support for Conducting Systems and Performance Surveys of National Atmospheric Deposition
Notice ID b5182b9a6e435883c1edc3a346269ed5

The Environmental Protection Agency

  • Department/Ind.Agency ENVIRONMENTAL PROTECTION AGENCY
  • Subtier ENVIRONMENTAL PROTECTION AGENCY
  • Office HEADQUARTERS ACQUISITION DIV (HQAD)
  • Notice Type Award Notice
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
84 -- PlasticDisposableAprons
Notice ID c380db99a4a9fb70e21ea6b675686482

Simplified acquisition procedures will apply to this five month standing quote having an estimated dollar value of 8580000Plastic disposable aprons must be in accordance with the GSA item purchase description Estimated five month quantity is 11000 HD FOB Destination prices All responsible sources may submit a request for quotation RFQ which will be considered This RFQ can be accessed on the internet 1Go to httpwwwepsgov 2 Click on FBO for vendors 3 Find GSA and click on dates posted and 4 On 132002 find and download this RFQ Submit RFQ in hardcopy via fax or mail to Contracting Officer

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS REGION 7 ACQUSITION CENTER
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Z -- Maintenance/Service Agreement for P1000 Access Control System
Notice ID 1a2203599c6400b7cd7b707282a64b95

The US Department of Agriculture Agricultural Research Service Plum Island Animal Disease Center Orient Point New York intends to negotiate on a sole source basis for a MaintenanceService Contract with Johnson Controls Security Solutions 777 Terrace Avenue Hasbrouck Heights NJ 07604 for a Johnson Controls P1000 Access Control System This notice is neither a request for quotations nor a solicitations of offers Based on the requirements for the above system the Government intends to solicit and negotiate with one source under the authority of FAR 6302 A determination by the Government not to compete this proposed requirement on a full and open competitive basis upon receipt of responses to this notice is solely within the discretion of the Government No formal solicitation package is available Only written responses will be accepted and must be received within five 5 calendar days of the date of this notice The Government anticipates an award date on or about January 9 2002 The Government will not be responsible for any costs in the preparation of responses to this announcement

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier AGRICULTURAL RESEARCH SERVICE
  • Office USDA ARS NEA AAO ACQ/PER PROP
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
W -- Ice Debris Removal from Rock Creek & Sandy Creek in Murray County, Oklahoma
Notice ID e03ed84f830022c856b51949e3b59198

EQUIPMENT RENTAL with operators Hydraulic Excavator Crawler mounted with thumb 4 required 3200 HR Wheel Loader with grapple bucket 2 required 1550 HR Crawler Tractor 2 required 1550 HR 10 wheel or 18 wheel 40 CY dump truck 3 required 2300 HR Skid Steer Loader 4 required 3200 HR 8 laborers with 8 chain saws 6400 HR Performance time is 80 working days Estimated price range is between 750000 and 1000000 This procurement is set aside 100 for small business The North American Industry Classification Code is 562119 Other Waste Collecltion 10 million Bid packets may be obtained by faxing a request to 405 7421295 No telephone requests will be accepted Bid packets will also be available at the site showing scheduled for 1030 am on January 31 2002 at the NRCS Office 1117 W 2nd Sulphur Oklahoma Bids may be mailed to USDA NRCS 100 USDA Suite 206 Stillwater OK 740742655 or hand carried to USDA NRCS 100 USDA Suite 203 Stillwater OK Bids must be recieved before 200 pm on February 11 2002 562119

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
L -- Maintenance Agreement on FUJI Equipment
Notice ID 0b1a4272af208973483e699c463f486e

Maintenance Agreement covers standard onsite maintenance for 18 each Fuji Pictro Printers with extended parts coverage Also covered is Travel labor and parts excluding water filters donor paper trays cabinets and doors Covered up to 10000 prints actuation units per year Principal period of maintenance is 0900 hours 1700 hours Wash DC Monday Friday excl US Govt holidays Response onsite in the DC Metro area within 8 business hours Period of performance 14 January 2002 through 31 December 2002 Maintenance provided must be by a FUJI certified technician All sources interested in acquiring the solicitation may fax a request to Karen Edgar at 3142638024 no telephone requests will be accepted All contractors must be registered in the Central Contractor Registration CCR to be eligible for an award

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier NATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)
  • Office NATL GEOSPATIAL-INTELLIGENCE AGENCY
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
X -- Biometric Consortium
Notice ID 02de65a92dfc43726508db9fb1ce9cd3

The National Institute of Standards and Technology NIST has a requirement for conference services for the Biometric Consortium to be held in Washington DC on February 1115 2002 Through competitive procedures it has been determined that the Hyatt Regency Crystal City Hotel in Arlington Virginia is the only vendor available on the dates required with the needed space available The Government shall award a fixedprice purchase order to the Hyatt Regency Crystal City Hotel for meeting space food services audiovisual equipment FAR clauses and provisions referenced in this announcement may be downloaded from HTTPwwwarnetgovfar This procurement is authorized by Federal Acquisition Regulation FAR Part 13 Simplified Acquisition Procedures The procurement document and incorporated provisions are those in effect through FAR Circular 9727 FAR 522121 Instructions to OfferorsCommercial Items FAR 522124 Contracts Terms and ConditionsCommercial Items FAR 522125 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items are applicable to this acquisition This is not a request for quotations A solicitation package is not available

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
  • Office DEPT OF COMMERCE NIST
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
A -- Statistical and Clinical Coordinating Center for Autoimmune Disease Clinical Trials (SACCC-ADCT)
Notice ID 8888577c1e5475d76988364c81f0149b

To address the present needs of the Government the Division of Allergy Immunology and Transplantation National Institute of Allergy and Infectious Diseases NIAID National Institutes of Health is requesting proposals to establish and manage a Statistical and Clinical Coordinating Center to provide support for the Autoimmunity Centers of Excellence and the Autoimmune Diseases Transplantation Consortium hereinafter referred to as the ACEs and the Consortium These programs design and conduct clinical trials to evaluate the safety toxicity and efficacy of 1 immunomodulatory and tolerogenic approaches to the treatment and prevention of autoimmune diseases and 2 stem cell transplantation for the treatment of multiple autoimmune diseases respectively Both programs also support the design and conduct of studies of the underlying mechanisms of these therapeutic approaches as an integral part of the clinical trials undertaken The purpose of this seven 7year contract is to 1 provide statistical leadership and clinical trial design expertise for the development implementation and analysis of clinical trials and studies of underlying mechanisms 2 establish and administer a reliable efficient and responsive system for the collection storage management quality assurance and reporting of study data including systems of patient registration and randomization for clinical trials 3 conduct clinical site monitoring and training in protocol implementation as well as data collection management quality control and reporting requirements 4 provide support for regulatory and technical functions and requirements associated with Investigational New Drug IND Applications and Investigational Device Exemption applications IDEs including adverse event reporting 5 prepare interim and final analyses of study data including reports and analyses for review by an independent NIAID Data and Safety Monitoring Board 6 coordinate and provide support of technical and administrative activities of the ACE Steering Committee the Consortium OperationsStudy Teams and NIAID Data and Safety Monitoring Boards and 7 provide for the distribution of study products if needed This proposed contract will be competed on a full and open basis RFP NIHNIAIDDAIT0223 will be available electronically on or about January 4 2002 and may be accessed through the NIAID Contract Management Branch CMB Homepage by following electronic address and instructions NIAIDCMB Homepage via the World Wide Web Access by httpwwwniaidnihgovcontract and select the RFPs linkAll responsible businesses may submit a proposal which will be considered by the Government This advertisement does not commit the Government to award a contract It is anticipated that one costreimbursement completion type contract will be awarded for a period of seven 7 years beginning onabout September 30 2002 NO COLLECT CALLS WILL BE ACCEPTED NO FACSIMILIE PROPOSALS WILL BE ACCEPTED

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
J -- Light Table maintenance
Notice ID b738ca9b793d037fd81cbe3f610f1f79

The National Imagery and Mapping Agency NIMA wishes to procure under a fixed rate LevelofEffort contract the following Maintenance repair and installation services on Image Processing Systems Imagery Interpretation Systems Mensuration Systems and their associated peripherals The Contractor will be responsible for providing at a minimum five 5 ElectromechanicalOptical Technicians Each will participate in the preventive and corrective maintenance of light tables stereoscopes comparators and associated components according to product specifications manufacturing instructions and diagrams They will examine the equipment to locate defects such as broken wires burnedoutdefective components following wiring diagrams or schematics using electronic test equipment and hand tools and making necessary repairs They will also provide calibration and alignment of the equipment In addition one 1 of the five will function as a working supervisor and in addition to the above will direct the work of the other technicians and have the overall responsibility for task completion Place of performance is NIMA facilities and other Intelligence Community offices within the Washington Metropolitan area with the base of operation being the Washington Navy Yard The Contractor shall provide their own transportation or use Privately Owned Vehicles POV to the various sites in the area Period of performance is 1 March 2002 through 28 February 2007 comprised of a oneyear base and four oneyear options This procurement is 100 setaside for small business The NAICS code is 81121 The contract will be subject to the Service Contract Act Award selection will be based on best value criteria consisting of facility clearance at TSSCI and employee clearances held at the TSSITK level and appropriate codeword clearance based on a full field investigation employees technical expertise company past performance and price Requests for solicitation copies of RPF NMA10002R0002 can be submitted to Cassandra Michael via email at michaelcnimamil All requests shall include the company size status All responsible sources may submit an offer which shall be considered by the agency No telephone requests will be accepted See note 1 26

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
R -- LOGISTIC ENGINEERING, CONFIGURATION MANAGEMENT, AND DEPOT SUPPORT SERVICES
Notice ID 1db7210fbd9ed19499b7866d112bbcf6

The contract number is corrected to read N6660498D4482 Our department no longer issues solicitations or amendments in paper form Instead they may be accessed at our web sitehttpwwwnptnuwcnavymilcontract We also provide electronic access in our Bid Room

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NUWC DIV NEWPORT
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09