• 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 9141 - 9150 of 7209467 results
favorite_border
favorite
84 -- Scarves for Cadet Flight Suit
Notice ID 80f182c706fdae200429f99ddc1bdbf3

The closing date of this solicitation has been extended to Jan 23rd This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR Subpart 126 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 This solicitation is issued as a Request For Quote RFQ solicitation number F0561102T0016 in accordance with FAR Parts 12 13 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 The North American Industrial Classification System NAICS number is 314911 and the business size standard is 500 employees This requirement is set aside 100 for small business CLIN 0001 Scarf with Falcon design for wear with the Cadet Flight Suit Color Type 2 Pimento Manufactured in accordance with USAFA Purchase Description 34 LSLGU 178 This Purchase Description is attached to this solicitation Quantity 1450 each Unit Price Total Amount Packaging requirements Unit pack of 1 each per package Bar Code Label requirement Each package must have a 10 ABWLGLC approved barcode stock number and brief description A sample will be supplied to the successful awardee with the purchase order Delivery requirement FOB for this RFQ is Destination Delivery is required no later than 1 MARCH 2002 The clause at 522121 Instructions to OfferorsCommercial Items with the following addenda applies to this solicitation FAR 522121f The provision at 522122 Evaluation Commercial Items applies to this acquisition The Government will award a contract resulting from this solicitation to the responsive responsible offeror with the lowest price offer A material sample must accompany the offer Offers shall include a completed copy of the provision at 522123 Offeror Representations and CertificationsCommercial Items with its offer The clause 522124 Contract Terms and ConditionsCommercial Items 5323233 Mandatory Information For Electronic Funds Transfer Payment The clause at 522125 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items applies to this acquisition Additional FAR clauses cited in the clause applicable to this acquisition are b12 13 14 15 DFARS 2522127001 Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items NOV 1995 applies to this acquisition with the inclusion of the following DFARS 2522047004 MAR 1980Required Central Contractor Registration DFARS 2522257000 Buy American Act Balance of Payments program certificate Sep 1999 522094 First Article Approval Government Testing a The Contractor shall deliver 1 unit of LotItem first within 5 calendar days from the date of this contract to the Government at the delivery address Block 15 SF 1449 Purchase Order for first article tests The shipping documentation shall contain this contract number and the LotItem identification The characteristics that the first article must meet and the testing requirements are specified elsewhere in this contract b Within two calendar days after the Government receives the first article the Contracting Officer shall notify the Contractor in writing of the conditional approval approval or disapproval of the first article The notice of conditional approval or approval shall not relieve the Contractor from complying with all requirements of the specifications and all other terms and conditions of this contract A notice of conditional approval shall state any further action required of the Contractor A notice of disapproval shall cite reasons for the disapproval c If the first article is disapproved the Con

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA7000 10 CONS LGC
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
78 -- Parachuting Harness and Container systems
Notice ID 0ef3a4758ed9c8b7e31d97af87778385

This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR Subpart 126 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 This solicitation is issued as a Request For Quote RFQ solicitation number F0561102T0023 in accordance with FAR Parts 12 13 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 CLIN 0001 Talon Harness and Container system Color Custom Quantity 20 each Unit Price Total Amount Delivery requirement FOB for this RFQ is Destination 522116 Brand Name or Equal Aug 1999a If an item in this solicitation is identified as brand name or equal the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs The salient physical functional or performance characteristics that equal products must meet are specified in the solicitation b To be considered for award offers of equal products including equal products of the brand name manufacturer must 1 Meet the salient physical functional or performance characteristic specified in this solicitation 2 Clearly identify the item by i Brand name if any and ii Make or model number 3 Include descriptive literature such as illustrations drawings or a clear reference to previously furnished descriptive data or information available to the Contracting Officer and 4 Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements Mark any descriptive material to clearly show the modification c The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer d Unless the offeror clearly indicates in its offer that the product being offered is an equal product the offeror shall provide the brand name product referenced in the solicitation The clause at 522121 Instructions to OfferorsCommercial Items with the following addenda applies to this solicitation FAR 522121f The provision at 522122 Evaluation Commercial Items applies to this acquisition The Government will award a contract resulting from this solicitation to the responsive responsible offeror with the lowest price offer The clause 522124 Contract Terms and ConditionsCommercial Items 5323233 Mandatory Information For Electronic Funds Transfer Payment The clause at 522125 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items applies to this acquisition Additional FAR clauses cited in the clause applicable to this acquisition are b12 13 14 15 DFARS 2522127001 Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items NOV 1995 applies to this acquisition with the inclusion of the following DFARS 2522047004 MAR 1980Required Central Contractor Registration DFARS 2522257000 Buy American Act Balance of Payments program certificate Sep 1999 Offers must be received NLT Noon Mountain Daylight Time 24 Jan 2002 at Operational Contracting Office 8110 Industrial Drive Suite 200 USAF Academy CO 808402315 If no response is received by Jan 24 Noon MDT to the effect that comparable supplies are available that would be more advantageous to the Government than obtaining the above an acquisition of the Talon Harness and Container system will be made

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA7000 10 CONS LGC
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
A -- Technical Support Services for Asphalt Pavement and Coatings Team
Notice ID e678d2b8a075a4eeea116f334873a481

This Modification is to change the response date from January 28 2002 to February 04 2002

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL HIGHWAY ADMINISTRATION
  • Office 693JJ3 ACQUISITION AND GRANTS MGT
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
W -- Lease Modular Ofices
Notice ID 6e5a6988bf1b67fe11e74c5ea587fbba

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4861 99 CONS LGC
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
36 -- High Performance Vapor Degreasing System
Notice ID de2fcd80f85cd0b6b2def8264a39fcc7

The Naval Aviation Depot at the Marine Corps Air Station Cherry Point NC has a requirement for the procurement and installation of a high performance vapor degreasing system This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR subpart 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation A quotation is being requested and a written solicitation will not be issued Solicitation number M0014602QN041 is hereby issued as a Request for Quotation The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200101 and Defense Acquisition Circular 9827 This acquisition is 100 setaside for Small Business and is under the North American Industry Classification System code 333298 with a small business size standard of 500 employees This requirement is for a firm fixed priced contract BRAND NAME OR SIMILAR for the following item Nomenclature Vapor Degreaser Brand name designation Model HPD2420 High Performance Degreasing System Source Greco Brothers Incorporated 1 Greco Lane Providence RI 029092616 Quantity One 1 Each ESSENTIAL CHARACTERISTICS The unit shall be provided with the following minimum characteristics 1 CoSolvent Process The degreaser shall be capable of degreasing aircraft engine components using a cosolvent or single solvent process utilizing 3M Hydrofluoroether materials HFE7100 HFE71DE and solvating agents 24 and 70 from Petrofirm 2 Dual Sump The degreaser shall be a dual sump type consisting of a boil chamber and a rinse chamber The working inside dimensions of each sump shall be at least 24 inches long by 20 inches wide by 18 inches deep 3 Construction All internal surfaces shall be constructed of stainless steel compatible with the process fluid and shall be seamlessly welded and leak free Exterior surfaces shall be of coated or non coated metal that is compatible with the 3M Hydrofluoroether materials The footprint of the degreaser shall not exceed 130inches by 60 inches 4 Refrigeration Equipment or material containing Class 1 Ozone Depleting Substances ODS shall not be used in the system The system shall be capable of maintaining primary refrigeration from 3545 degrees F and secondary refrigeration to minus 20 degrees F or colder The secondary refrigeration shall create a blanket of cold air across both sumps at least 8 inches deep The unit shall have separate refrigeration systems to supply both primary and secondary cooling The refrigeration capacity shall at a minimum exceed the heaters capacity by 110 The system shall be a standalone unit and shall not require mechanical ventilation for safe operation 5 Filter System Both sumps shall be equipped with a recirculating filtration system to clean the fluid to 5 microns absolute in the boil sump and 1 micron absolute in the rinse sump The filter flow rate shall be compatible with the pump provided The filters shall be standard size and readily available Both filters shall have shutoff valves 6 Ultrasonics Both sumps shall have a 3842 kHz sinusoidalsweep wave type ultrasonic generator The power shall be adjustable from 050 watts per gallon of fluid capacity The transducers shall be mounted opposite the heaters 7 Freeboard Ratio The unit shall have a freeboard ratio of at least 1251 8 Water Separator The system shall be equipped with a water separator sized for a minimum residence cycle time of 5 minutes 9 Spray Wand The tank shall be equipped with a stainless steel spray wand system A spare set of spray nozzles shall be provided with the unit 10 Cover The unit shall be equipped with a leak proof stainless steel cover to prevent vapor loss into the room when the process is unattended or when the process is not used The cover shall be secured when in th

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office COMMANDING OFFICER
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
38 -- Anode String
Notice ID 3a4c899275e12383ace4b42f772c188f

See attached solicitation for details NOTE ONLY RETURN SF 1449 AND PRICING PAGES IF YOU ARE LOW BIDDER YOU WILL BE ASKED TO SUBMIT ANY OTHER INFORMATION NEEDED

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
J -- Drydock/Repair of USCGC ANTHONY PETIT
Notice ID fba41273825beab358d5ec7065f68a9c

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
68--LIQUID OXYGEN FOR LANGLEY RESEARCH CENTER
Notice ID 5210ae8041bf88fda73c6a572851c7b1

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Y -- PY''99 NEW MALE DORMITORY-PHASE B-CARL D. PERKINS JOB CORPS CENTER, PRESTONSBURG, KENTUCKY
Notice ID 5b8699095c1b44d93a202a1252133e4e

17 The work to be performed involves construction of 32473 sq ft of dormitory space consisting of fortyfour 44 sleeping rooms laundry rooms lounges studies showertoilet areas and general office space utilizing environmental systems consisting of plumbing heating ventilation and air conditioning and structural elements such as masonry and gypsum wall systems metal frame truss systems asphalt shingles and concrete floor with carpet and tile covering at the Carl D Perkins Job Corps Center located in Prestonsburg Kentucky The estimated period of performance for construction is scheduled for 421 calendar days from receipt of notice to proceed through completion of the project The estimated cost range is from 1000000 to 5000000 Plans and specifications will be available on January 24 2002 ONLY from the firm of DCT Design Group Ltd 246 Walton Avenue Lexington Kentucky Contact Mr Duane Culp at 859 2554444 ext 200 for additional information regarding this project Collect calls will not be accepted It is emphasized that requests for plans and specifications MUST be in writing and submitted to DCT Design Group Ltd at the time of request to ensure proper handling Requests will be limited to the issuance of one 1 complete set per request fro any interested party Plans and specifications will be made available for pickup at the AEs office or may be arranged for delivery at an additional charge Any additional shipping andor handling charges must be prepaid and COD requests will not be accepted All requests will be answered on a firstcome firstserve basis until supplies are exhausted For requests made after the supply is exhausted the Contracting Officer may determine whether payment of a fee is warranted The nonrefundable fee shall not exceed the actual cost of duplication of the IFB documents plus a shipping charge will be required in order to obtain the IFB document A prebid walkthrough is scheduled for February 6 2002 at 1000 am local time at the Center This will be the only opportunity to review the job site prior to submission of bids The Bid Opening Date is scheduled for February 25 2002 at 1000 am local time at the AEs office The North American Industry Classification System NAICS code is 233320 The Small Business Size Standard is 275 million This is a 100 Small Business SetAside acquisition HUBzone small disabled veterans womanowned small disadvantaged businesses 8a businesses and small businesses are encouraged to apply Further small businesses are encouraged to apply for HUBzone certification Information regarding HUBzone certification can be found at httpwwwsbagov See Numbered Notes 1

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
C -- U.S.Courthouse, El Paso, TX
Notice ID 3bdac63bd14e93e112a78316a6acd548

SUBJECT CNew Courthouse El Paso TXSOLICITATION NO GS07P01UHC0007 POC Lisa B Byrd Contracting Officer Phone 8179782714 Fax 8179786152 Email lisabyrdgsagov TYPE Modification to a Previous Presolicitation Notice Solicitation No GS07P01UHC0007 Classification Code CArchitect and Engineering services Set Aside NA CONTRACTING OFFICE ADDRESS General Services Administration Public Buildings Service PBS Western Area 7PWE 819 Taylor Street Room 12A01 Fort Worth TX 761026105 The firm of BPLW Architects and Enginners Inc in Albuquerque NM along with their Lead Designer Antoine Predock has been selected to provide the design services for the new US Courthouse in El Paso TX

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R7 - NON-PROSPECTUS PROJECTS
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09