• 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 9151 - 9160 of 7209467 results
favorite_border
favorite
X -- LODGING ACCOMODATIONS WITH CONFERENCE ROOM AVAILABILITY
Notice ID cd002196074f08485f99f88bd88e3491

THIS MODIFICATION IS BEING ISSUED TO EXTEND RECEIPT OF PROPOSALS UNTIL JANUARY 10 2002 100 CST OFFERORS ARE REQUESTED TO FAX THEIR PROPOSALS ONLY TO THE FAX NUMBER SHOWN AT THE BOTTOM OF THE SYNOPSISSOLICITATION OFFERORS MUST PROVIDE INFORMATION WITH REGARD TO THE DATES THEY PROPOSE THOSE OFFERORS SUBMITTING AN INITIAL PROPOSAL MUST RESUBMIT THEIR PROPOSAL This is a combined synopsissolicitation for commercial items prepared in accordance with the format in 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 document incorporates provisions and clauses which are in effect through Federal Acquisition Circular FAC 200101 The NAICS is 72110 and the Small Business Size Standard is 5 million The General Services Administration Project Management Center of Expertise intends to block single occupancy sleeping rooms procure meeting space and meals for their 4th Annual Project Management National Workshop PROPOSED DATES March 38 2002 March 1015 2002 March 1722 2002 Note above dates are NOT in order of preference MEETING ROOMFOOD AND BEVERAGE REQUIREMENTS Monday 6pm 8pm Awards ReceptionCash Bar light refreshments Tuesday 8am 5pm General Session for 300 Crescent rounds of 6 Continental Breakfast set up inside room by 7am 8am 5pm 4 breakout rooms for 75 ppl each rounds of 6 12n 130 pm Lunch in separate room Wednesday 8am 5pm General Session for 300 Crescent rounds of 6 Continental Breakfast set up inside room by 7am 8am 5pm 4 breakout rooms for 75 ppl each rounds of 6 12n 130 pm Lunch in separate room Thursday 8am 3pm General Session for 300 Crescent rounds of 6 Continental Breakfast set up inside room by 7am 8am 3pm 4 breakout rooms for 75 ppl each rounds of 6 12n 130 pm Lunch in separate room Mid morning and afternoon breaks will be provided daily time not established Provide catering menu price list for reception continental breakfasts lunches and refreshment breaks Indicate discount off menu prices if applicable The following event specifications for hotels considered must meet the following criteria HOTEL LOCATION AND ACCOMMODATIONS 1 Within Manhattan Borough New York City New York 2 Accommodate both meeting and lodging needs in the same establishment 3 Single occupancy rate to be within Government per diem allowance 19800night 4 Hotel located in safe welllighted area 5 Rate must be offered three 3 days pre and post the proposed conference dates above to allow for optional tours of Federal buildings LODGING Sunday 2550 rooms Monday 250 rooms Tuesday 250 rooms Wednesday 250 rooms Thursday 100125 rooms requirement changed by modification 1 1 Reservations will be made through a group rooming list to be provided 3 weeks prior to conference start however individuals will pay own lodging 2 Rooms equipped with sprinkler system in each sleeping room 3 Individual sleeping rooms to be equipped with telephone data ports 4 No additional charge for double occupancy ie

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R6 CONSTRUCTION ACQUISITION BRANCH
  • Notice Type Special Notice
  • Published Date 2002-01-04 14:00:00+09
Notice ID 305962ec6cafe77f1057d83cbd1fe1dc

REQUIREMENTThe US Government is seeking to lease approximately 2894 rentable square feet yielding 2724 usable square feet of contiguous office and related space along with 3000 square feet of wareyard in Orlando Florida Space can be a prime commercial office district or light industrial area with attractive prestigious surroundings with a prevalence of modern design tasteful rehabilitation in modern use or new construction Office space flex space and light industrial space configurations will be considered LOCATION Offered properties must be located in St Petersburg Florida within the following delineated areas WEST Interstate 4 SOUTH State Road 530 NORTH Highway 50 EAST US Highway 192 REQUIRED All services supplies utilities and tenant alterations are to be provided as part of the rental consideration Space must be ready for occupancy on December 1 2002 LEASE TERM Term is 5 years 3 years firm with the Government having cancellation privileges after 3 years OWNERSAGENTS To submit a location for inspection please contact the following office by Tuesday January 22 2001 EQUIS CORPORATION ATTN MR JAMIE PUDDICOMBE 100 NORTH TAMPA STREET SUITE 2940 TAMPA FLORIDA 33602 TELEPHONE 813 2297900 FAX 813 2290044

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier PUBLIC BUILDINGS SERVICE
  • Office PBS R4 OFFICE OF LEASING
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
70 -- WebSENSE Enterprise for Cisco PIX
Notice ID 6696a1b48e9c6705fec426e42e6e2f61

DESC The General Services Administration Federal Technology Service Region 3 Philadelphia intends to solicit for WebSENSE for Cisco PIX software The software requirements consist of the following Clin 001 WebSENSE Enterprise for Cisco PIX on NT PN WSPIXNTX6000CP12 QTY 1 Clin 002 Premium Group Emerging Productivity Issues PN PG1PXNTX6000CP12 QTY 1 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 proposal RFP GS03T02R0004 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9712 This procurement is under NAICS 511210 POP begins and delivery is required on 030102 Items shall be shipped to Defense Commissary Agency 1300 E Avenue Fort Lee VA 23801 The proposal must include evidence that would demonstrate your ability to successfully deliver items and begin period of performance by 030102 Offerors are reminded to include a completed copy of the provision at 522123 Offeror Representations and Certifications Commercial Items JUN 1999 with its offer Clause 522124 Contract Terms and Conditions Commercial Items MAY 1999 is hereby incorporated by reference Clause 522125 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items MAY 1999 is hereby incorporated by reference paragraphs and subparagraphs a b 1 5 11 12 13 14 15 20 apply to this solicitation and any resultant contract GSAM Clause 55221271 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items MAR 1998 is hereby incorporated by reference clauses 55221570 55222870 55222970 55223270 apply to this solicitation and any resultant contract A firm fixed price contract will be awarded Signed and dated offers must be mailed faxed or emailed to the General Services Administration FTS MidAtlantic Region 100 Penn Square East 8th Floor Philadelphia PA 19107 ATTN Sheila Mallory at or before 400 PM EDT on 011002 Contact Sheila Mallory Customer Service Representative at 215 6563202 email address sheilamallorygsagov FAX 215 6566235

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA FAS AAS REGION 3
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
D -- Software Enhancements & Maintenance
Notice ID 2e6fbfeaaa973783857c2ae5f5169714

The US Department of Agriculture Food Safety and Inspection Service FSIS is amending this solicitation to extend the due date until January 15 2002 at 330 pm est

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOOD SAFETY AND INSPECTION SERVICE
  • Office USDA, FSIS, OAS PCMB
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
30 -- Primary Actuator appl to F100/PW229 Engine
Notice ID 321a7f532e12da2ff02271d3e44eda99

The Air Force intends to contract for the acquisition of Primary Actuators appl to the F100PW229 Engine SizeDimensions 12 inches long circumference 2 inches FitFormFunction Controls fuel nozzles opening and closing actions Predonimant Material of Manufacture Titanium A 3 years requirements type contract is contemplated Basic period will 1 year with two 1 year ordering periods or options Basic year will for a quantity of 73 ea 2nd year will be for 44 each and the 3rd year will be for 44 each Approved source is MFG Code 52661 Pratt Whitney East Hartford CT NSN 3040014599290NZ PN 4085022 Quantity In order to be considered for award offerors must be approved sources prior to award

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Z -- Civil Engineering Operations and Maintenance of the Operations Facilities at Schriever AFB, CO
Notice ID 84058be67a4139e43cb68e5982283784

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA2550 50 CONS PKP
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
D -- Mission Communications Operations & Maintenance (MCOM)
Notice ID c66d7f3902c0a69b5c0cdf030c246c57

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA2550 50 CONS PKP
  • Notice Type Special Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
V -- COMMERCIAL TRAVEL SERVICES
Notice ID 1170a338b2141428c9646023e46a5c75

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA2543 460 CONS
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
76 -- Book Lease Plan
Notice ID 14560493210fc61d7238161bd248ebc5

Sources sought for library book lease plan Adult subjects Annual new book allowance is 960 books with a core collection of 800 books Plans should include options for top ten bestseller books returns and an option to add a percentage of the books to the base library permanent collection Offerors shall provide a firm fixedprice for above items Shipping charges if any must be included in unit price Submit quotes to the 7th Contracting Squadron 381 3rd street Dyess AFB Tx 79607 attn SSgt Kathryn Elliott Facsimille submissions will be accepted 915 6964078 Electronic submissions may be emailed to kathrynelliottdyessafmil Quotes are be to in by 15 Jan 02 Any questions can be directed to the POC at 915 6962160

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4661 7 CONS CD
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
D -- On-Line Subscription
Notice ID d2075b7d59762718b536b77c8a596344

The Food and Drug Administration FDA Center for Food Safety and Applied Nutrition CFSAN has a requirement to provide on an asrequired basis IP Web access to FCN Publishing newletters and guides such as Food Chemical News 1997Present Food Chemical News Daily 1998Present Pesticide and Toxic Chemical News 1997Present Food Chemical News Guide and Pesticide Chemical New Guide These subscription renewals are required to keep abreast of current events in the food industry of regulations published by other federal and state agencies and of concerns in the area of food science and technology This requirement is being awarded on a sole source basis to FCN Publishing Washington DC Therefor no solicitation will result

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09