• 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 9101 - 9110 of 7209467 results
favorite_border
favorite
Y -- Indefinite Delivery Indefinite Quantity Multiple Award Construction Contract (MACC) for Commercial and Institutional Buildings
Notice ID 3f72aa95e7e12f275205f08382f2797b

Final Notice The Final Notice posted December 31 2001 is amemded as follows 1 The minimum guarantee is changed from 25000 per awardee to 50000 per awardee 2 The recommended small business subcontracting goals are amended as follows The Veteran Owned Small BusinessService Disabled Veteran Owned Small Business category has been separated out The original combined goal of 3 is changed to show a separate 3 goal for Veteran Owned Small Business and a separate 3 for Service Disabled Veteran Owned Small Business The recommended goal for Other Small Business is changed from 21 to 18 THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICED BASIS INVITING FULL AND OPEN COMPETITION The procurement consists of one solicitation with the intent to award three or more Indefinite Delivery Indefinite Quantity IDIQ Construction Contracts to the proposers whose proposals conforming to the RFP will be most advantageous to the Government resulting in the Best Value cost or price and other factors considered AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE THE GOVERNMENT INTENDS TO AWARD WITHOUT DISCUSSIONS THEREFORE OFFERORSS INITIAL PROPOSALS SHOULD CONTAIN THE OFFFERORS BEST TERMS FROM A COST OR PRICE AND TECHNICAL STANDPOINT The Government reserves the right to award only one contract covering the project identified in the RFP if the minimum guarantee of funds is not available for three or more awards This is an indefinite delivery indefinite quantity IDIQ contract with no preestablished fixed contract prices The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative who will issue written Task Orders to the Contractor Award of Task Orders will be on a firm fixed price basis The work to be acquired under this solicitation is for Commercial and Institutional Buildings Work will consist of construction design build for new construction renovation alteration and repair and associated work at various locations within Arizona California Nevada New Mexico Oregon Idaho Montana Utah Washington and Alaska However it is anticipated that the majority of the work will be performed in California Type of workprojects may include but are not limited to administration buildings hospital and medical buildings auditoriums fire stations garages office buildings hangars laboratories and parking structures The NASIC Code is 23332 The annual size standard is 275 million Individual Task OrdersProjects may also require incorporation of sustainable features Multiple design teams may be proposed on individual task orders to satisfy a variety of NASIC 23332 projects projected to be awarded during the term of the contract ArchitecturalEngineering AE firms their subsidiaries and affiliates that were involved at the RFP or design stage of a project may not be proposed or used on the relative project The Contractors architectengineering team shall accomplish all discipline coordination The Government shall not coordinate the work for the contractor Projects assigned to the IDIQ contracts use the Solution Order Concepts approach to scope and price the work After award of the initial contracts each awardee shall be provided a fair opportunity to be considered for each task order except under those circumstances described in FAR 16505 b2 Award factors will vary depending on the unique requirements for each task order and may be competed on the basis of price best value or technically acceptable lowprice selection procedures The subsequent task orders may be performance oriented tasks requiring minimal design may occasionally be complex construction requiring design development for designbuild construction or a combination of both They will be scoped by the GovernmentContractor Team and may not have traditional pl

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM SOUTHWEST
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
Notice ID 9e6c1d99f780f946091c682cde18e885

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVFACSYSCOM SOUTHWEST
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
Y -- DESIGN-BUILD TWO-PHASE FOR BACHELOR ENLISTED QUARTERS (P-002), MARINE CORPS SUPPORT ACTIVITY, KANSAS CITY, MISSOURI
Notice ID ea6f251a0adf51f616b43133bc1b5c77

THIS SOLICITATION NOTICE IS FOR INFORMATION ONLY THE PHASE I REQUEST FOR PROPOSAL RFP SOLICITATION WILL BE ISSUED ON DATES INDICATED HEREIN AND OTHER NECESSARY INFORMATION AS TO HOW TO OBTAIN THE SOLICITATION DOCUMENTS THIS SOLICITATION WILL BE SETASIDE COMPETITIVELY FOR THE SMALL BUSINESS ADMINISTRATION SBA PROGRAM UNDER SECTION 8a RESTRICTED ONLY TO ELIGIBLE 8a CONTRACTORS LOCATED IN THE PORTFOLIO OF THE SBAKANSAS CITY DISTRICT OFFICE MISSOURI The NAICS Code 233310 SIC Codes 1531 1541 Building Construction Industrial General Construction Contractors Size Standard NTE 27500000 applies to this project It is the intent and objective of the Government is to obtain services including all labor material transportation equipment and supervision required for the design and construction of a new 4165 SM Bachelor Enlisted Quarters BEQ for 98 twoperson rooms with semiprivate bathrooms in the standard 2x0 configuration for the Marine Corps The construction shall consist of a multistory reinforced concrete masonry building with wind load upgrades service elevator concrete foundation and floors and standing seam metal roof Building will include moment resisting steel frame with concrete masonry unit CMU infill walls split faced block exterior interior CMU walls twoway reinforced concrete slabs and open web steel joist roof support The project shall include laundry facilities dayroomslounges housekeeping areas service and support areas and public restrooms Fire protection and alarm systems elevator utilities mechanical HVAC with Direct Digital Controls DDC site improvements and OMSI manuals are required The facility will have interior hallways and will be constructed to Seismic Zone 2A standards The first floor interior hallway will be structurally reinforced to serve as a tornado shelter Building construction will include anti terrorismforce protection features including resistance to progressive collapse The estimated cost range is between 500000010000000 Comprehensive Interior Design CID is required for this project This includes loose furnishings appliances for modules and office furnishings with wall systems The contract does not include the design and purchase off GSA schedules or other Federal procurement sources and installation of these items Proposal shall include the cost of the complete interior design in your proposal Demolition of an existing BEQ Building 252 is required prior to construction of the new BEQ on the existing site Building 252 has tested positive for both lead and asbestos Site Improvements include but are not limited to parking paving curbs and gutters landscaping sidewalks fencing volleyball court and relocation of a tennis court Performance period for construction is 660 calendar days The solicitation will be formatted as a Request for Proposal RFP in accordance with the requirements designated by the Federal Acquisition Regulations FAR Part 15 for negotiated procurements utilizing Source Selection procedures of FAR 153 SOUCE SELECTION and FAR 363 TWOPHASE DESIGNBUILD SELECTION PROCEDURES This solicitation will consist of two 2 phases The Phase I PreQualification solicitation package will be available on or about 01242002 and will be available for viewing and downloading from the NAVFAC internet web site at httpwwwesolnavfacnavymil or at FedBizOpps Federal Business Opportunities internet web site httpwwwepsgovspgUSNNAVFACindexhtm under the location listed for the Engineering Field Activity Midwest Great Lakes IL As of 112002 the Commerce Business Daily will no longer be the official Government media and any procurement information is now available at the FedBizOpps internet web site Phase I solicitation document include the prequalification and technical submittal and will be evaluated to determine which offerors will ad

  • 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
Y -- DESIGN-BUILD TWO-PHASE FOR BACHELOR ENLISTED QUARTERS (P-002), MARINE CORPS SUPPORT ACTIVITY, KANSAS CITY, MISSOURI
Notice ID 8da288045705cd7b641cf1d03e54c107

THIS SOLICITATION NOTICE IS FOR INFORMATION ONLY THE PHASE I REQUEST FOR PROPOSAL RFP SOLICITATION WILL BE ISSUED ON DATES INDICATED HEREIN AND INCLUDES OTHER NECESSARY INFORMATION AS TO HOW TO OBTAIN THE SOLICITATION DOCUMENTS THIS SOLICITATION WILL BE SETASIDE COMPETITIVELY FOR THE SMALL BUSINESS ADMINISTRATION SBA PROGRAM UNDER SECTION 8a RESTRICTED ONLY TO ELIGIBLE 8a CONTRACTORS LOCATED IN THE PORTFOLIO OF THE SBAKANSAS CITY DISTRICT OFFICE MISSOURI The NAICS Code 233310 SIC Codes 1531 1541 Building Construction Industrial General Construction Contractors Size Standard NTE 27500000 applies to this project It is the intent and objective of the Government is to obtain services including all labor material transportation equipment and supervision required for the design and construction of a new 4165 SM Bachelor Enlisted Quarters BEQ for 98 twoperson rooms with semiprivate bathrooms in the standard 2x0 configuration for the Marine Corps The construction shall consist of a multistory reinforced concrete masonry building with wind load upgrades service elevator concrete foundation and floors and standing seam metal roof Building will include moment resisting steel frame with concrete masonry unit CMU infill walls split faced block exterior interior CMU walls twoway reinforced concrete slabs and open web steel joist roof support The project shall include laundry facilities dayroomslounges housekeeping areas service and support areas and public restrooms Fire protection and alarm systems elevator utilities mechanical HVAC with Direct Digital Controls DDC site improvements and OMSI manuals are required The facility will have interior hallways and will be constructed to Seismic Zone 2A standards The first floor interior hallway will be structurally reinforced to serve as a tornado shelter Building construction will include anti terrorismforce protection features including resistance to progressive collapse The estimated cost range is between 500000010000000 Comprehensive Interior Design CID is required for this project This includes loose furnishings appliances for modules and office furnishings with wall systems The contract does not include the design and purchase off GSA schedules or other Federal procurement sources and installation of these items Proposal shall include the cost of the complete interior design in your proposal Demolition of an existing BEQ Building 252 is required prior to construction of the new BEQ on the existing site Building 252 has tested positive for both lead and asbestos Site Improvements include but are not limited to parking paving curbs and gutters landscaping sidewalks fencing volleyball court and relocation of a tennis court Performance period for construction is 660 calendar days The solicitation will be formatted as a Request for Proposal RFP in accordance with the requirements designated by the Federal Acquisition Regulations FAR Part 15 for negotiated procurements utilizing Source Selection procedures of FAR 153 SOUCE SELECTION and FAR 363 TWOPHASE DESIGNBUILD SELECTION PROCEDURES This solicitation will consist of two 2 phases The Phase I PreQualification solicitation package will be available on or about 01242002 and will be available for viewing and downloading from the NAVFAC internet web site at httpwwwesolnavfacnavymil or at FedBizOpps Federal Business Opportunities internet web site httpwwwepsgovspgUSNNAVFACindexhtm under the location listed for the Engineering Field Activity Midwest Great Lakes IL As of 112002 the Commerce Business Daily will no longer be the official Government media and any procurement information is now available at the FedBizOpps internet web site Phase I solicitation document include the prequalification and technical submittal and will be evaluated to determine which offeror

  • 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
R -- Professional Editorial Assistantship Service
Notice ID 32fd744daff1e66d190f8cd52c6ba425

See attached RFQ

  • 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
59 -- WAA Receiver Interface Module (WRIF)
Notice ID d63092f205d5fb58f65ce084be2ee31f

The response date for this combined synopsis is corrected to read 22 January 2002 For information on this acquisition contact Ms Geraldine Nickerson at 4018321638 For further information about all NUWC Division Newport acquisitions visit our web site at httpwwwnptnuwcnavymilcontract

  • 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
favorite_border
favorite
66 -- FIBER-COUPLED VELOCITY LAER HEADS AND 6300 VELOCITY LASER CONTROLLER
Notice ID 2108d481588ed18dfff15384c18b5443

The National Institute of Standards Technology NIST has a requirement for 2 fibercoupled velocity laser heads and 16300 velocity laser controller The system should have modehop free wavelength tuning range and provide currentfrequency modulation for coherence control We need the modehop free wavelength tuning range in the Cband 15101580nm and Lband 15501630nm It is the intent of the Government to award this procurement on a sole source basis under authority of 41 USC253c1 with New Focus of San Jose Ca This procurement is being conducted per FAR Part 13 Simplified Acquisition Procedures NTE 100000 This synopsis is issued for information only No competitive solicitation is planned Information submitted in response to this notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Governments best interest and must address qualifications pertinent to this requirement These are the complete specifications and no RFQ is available All technical questions shall be addressed to Igor Vayshenker of NIST at 303 4973394 This RFQ will expire 11802

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
66 -- FIBER-COUPLED VELOCITY LAER HEADS AND 6300 VELOCITY LASER CONTROLLER
Notice ID 99ea4640cc9aa06d873e3067757b1742

The National Institute of Standards Technology NIST has a requirement for 2 fibercoupled velocity laser heads and 16300 velocity laser controller The system should have modehop free wavelength tuning range and provide currentfrequency modulation for coherence control We need the modehop free wavelength tuning range in the Cband 15101580nm and Lband 15501630nm It is the intent of the Government to award this procurement on a sole source basis under authority of 41 USC253c1 with New Focus of San Jose Ca This procurement is being conducted per FAR Part 13 Simplified Acquisition Procedures NTE 100000 This synopsis is issued for information only No competitive solicitation is planned Information submitted in response to this notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Governments best interest and must address qualifications pertinent to this requirement These are the complete specifications and no RFQ is available All technical questions shall be addressed to Igor Vayshenker of NIST at 303 4973394 This RFQ will expire 11802

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
A -- 8th Biennial Symposium
Notice ID a6099db88c42d0d5b50bbcf4053a576b

The National Cancer Institutes Cancer Information Service CIS intends to procure services exhibit space and agenda time from Baylor College of Medicine 1720 Dryden PMBC Houston Texas 77030 the sponsor of the 8th Biennial Symposium on Minorities the Medically Underserved and Cancer In conjunction with NCI purchasing the above services NCI will become a cosponsor of the symposium The purpose of the symposium is to strengthen the relationships between the Baylor Intercultural Cancer Council ICC and other major educational outreach and research organizations including NCI The CIS is responsible for supporting and encouraging the development of cancer information and education programs to minorities and the medically underserved at the local regional and national levels The Intercultural Cancer Council will provide the following to the Cancer Information Service 1 time during the symposium to present poster sessions focusing on the CIS Partnership Program 2 exhibit space to promote CIS publications 3 time during the symposium to hold 3 half day workshops 4 logo presence at ICC workshops and exhibits and 5 floor time to sponsor an ICC exhibit Baylor College of Medicine is the only known source to the National Cancer Institute that provides such a significant symposium with the visibility needed to Aclose the gap on health disparities including cancer in racial and ethnic minority and medically underserved populations in the United States The Symposium is one of the largest key national forums to showcase successful program strategies to reach minority and medically underserved people with cancer information There is no other source known to NCI that sponsors a symposium for this purpose and involves the number of national organizations involved with minorities medically underserved and cancer This is not a request for competitive proposal quotation However if any interested party is qualified to provide the above services it may submit a statement of capabilities The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the source is capable of providing the above services Capability statements must be received in the Contract Office by 100 PM EST on January 10 2002 Any questions regarding this procurement should be directed to Malinda Holdcraft Purchasing Agent at 301 4024509 A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-03 14:00:00+09
favorite_border
favorite
B -- Clinical Pediatric Cardiologist
Notice ID fcece27bf7cc00ebf56989f5715a659b

The National Heart Lung and Blood Institute intends to negotiate on a noncompetitive basis with the Childrens Hospital National Medical Center 111 Michigan Avenue NW Washington DC 20010 to provide a board certified pediatric cardiologist with demonstrated clinical experience and proven research expertise in the study of cardiovascular structure and function in vertebrate embryos Background Information The Laboratory of Development Biology is initiating a new project to identify novel gene and genetic pathway essential for mammalian heart development This gene discovery based project will entail using ultrasound imaging to conduct a high throughput screen for cardiovascular anomalies in mutagenized mice Mouse mutations identified in this manner will aid in the mapping and identification of novel genes that are essential for cardiovascular development Purpose and Objectives for the Procurement The specific objective of this research is the identification of recessive lethal mouse mutations that cause heart defects A clinical pediatric cardiologist with knowledge and research experience in cardiovascular developmental embryology will greatly facilitate the identification of novel mouse mutations causing cardiovascular anomalies of clinical significanceRequirements The pediatric cardiologist will help develop a protocol for the high through put screen and define the specific parameters to be analyzed Of particular importance is expertise in the use of various imaging modalities for the analysis of fetal mouse heart development and function and the ability to relate cardiovascular phenotypes in mouse models to clinical cardiovascular congenital anomalies and pathology The individual will assist in defining the screening protocol and train the person who will actually conduct the high through put screen at the Jackson Laboratory In addition the Pediatric Cardiologist will help analyze the ultrasound data gathered from the mutagenized mice and based on this evaluation determine which mutagenized mouse lines are to be brought back to NHLBI for further analysis The Pediatric Cardiologist will undertake a detailed analysis of cardiovascular structure and function using imaging modalities including MRI microCT microPET and Doppler echocardiography Government Responsibilities The Laboratory of Developmental Biology in DIR NHLBI NIH will provide all of the equipment computer hardware and software required for this project The work of this individual will be reviewed and approved by the Project Officer Reporting Requirements and Deliverables The pediatric cardiologist will present the progress to date on a monthly basis in a seminar style presentation to the laboratory and in particular will discuss the potential clinical relevance of any cardiovascular phenotypes observed amongst the mutagenized mice When appropriate the work will be written up as manuscripts for publication Period of Performance The period of performance is January 2002 through December 2002 This acquisition is being conducted under simplified acquisition procedures and is exempt from the requirement of Federal Acquisition Regulations FAR Part 6 Competition Requirements The North American Industry Classification System NAICS applicable to this requirement is 541710 This notice of intent is not a request for competitive proposals Interested parties may identify their interest and capabilities in response to this requirement The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement Responses to this announcement referencing synopsis number NHLBIPS2002025 may be submitted by mail to the National Heart Lung and Blood Institute Contra

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