• 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 9171 - 9180 of 7209467 results
favorite_border
favorite
28 -- 7th Stage Compressor Case
Notice ID 8bb002c35e1d3d3915c7713841e8a577

287th Stage Compressor SOL F3460102R0100 DUE 21 FEB 2002 OCALCLBDBB TINKER AFB OK 731453015 For additional information contact Rosie SparksLDBB4057348757 Item 0001 NSN 2840012051301NZ PN 4062439 NOUN 7th Stage Compressor Case QTY 31 ea Function Supports the start bleed system borescope plugs and 6th stage stators PREDOMINANT MATERIAL AMS 4972 or AMS 4973 Titanium Applicable to F100220 ENGINE Destn Tinker Air Force Base Ok 731453032 Delivery 31 EA starting 30 JAN 2003 THIS IS A SOLE SOURCE ITEM PROCURED FROM THE ACTUAL MANUFACTURE The approximate solicitation issue date will be 22 JAN 2002 Written procedure will be used for this solicitation To United Technologies Corp East Hartford Ct 061181888 No telephone requests Only written or faxed requests received directly from the requestor are acceptable All responsible sources solicited may submit a bid proposal or quotation which shall be considered Authority 10 USC 2304C1 Justification Supplies or Services required are available from only one or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6302 Interested persons may identify their interest and capability to respond to the requirement or submit proposals This notice of intent is not a request for competitive proposals However all proposals received within forty fivedays thirty days if award is issued under an existing basic ordering agreement after date of publication of this synopsis will be considered by the Government 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement Specifications plans or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government Note An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer but to communicate contractor concerns issues disagreements and recommendations to the appropriate government personnel When requested the Ombudsman will maintain strict confidentiality as to source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process Interested parties are invited to call the Ombudsman at 405 7363273 DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS See Note s 222326

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
16 -- Butterfly Valve
Notice ID a87a14c6ec34e511b474663eeaa83886

REPAIROVERHAULPreSolicitation Notice 17 Description Services NonPersonal Repair Overhaul The contractor shall provide all labor facilities equipment and all material to accomplish the repairoverhaul andor modification test packing and packaging and return to the government in accordance with the work specifications contained in the contract the line items of Air Force equipment listed below A firm fixed price minmax requirements type contract is contemplated An Initial Production Evaluation and PreAward Survey may be required The item and estimated quantities are as follows CLIN 0001 NSN 4810012206060TP PN 1210002 Noun Butterfly Valve Application C130 Aircraft Qty Min 27 Max 81 each CLIN 0002 Over and Above as required CLIN 0003 Data and Reports IAW DD Form 1423 This solicitation is to obtain requirements type repairoverhaul contract with 100 contractor furnished material The approximate IssueResponse Date will be 15 Jan 01 Deliveries are to be at a rate as follows CLIN 0001 30 Days ARO and Reps each per month No telephone requests Only written emailed or faxed requests received directly from the requestor are acceptable All responsible sources solicited may submit a bid proposal or quotation which shall be considered Reply Fax Number is 4057394417 ATTN Meredith GentryLIDIA Electronic procedures will be used for this solicitation Local Note B Evaluation Note While price will be a significant factor in the evaluation of offers the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation Local Note C Ombudsman Note An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer but to communicate contractor concerns issues disagreements and recommendations to the appropriate government personnel When requested the Ombudsman will maintain strict confidentiality as to source of the concern The Ombudsman does not participate in the evaluation of proposals or in the source selection process Interested parties are invited to call the Ombudsman at 405 7363273 DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS Command Note B Revised CBD Note 23 Note Award will be made only if the offeror the productservice or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 522091 The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION For qualification informationsource approval requests contact the Small Business Office OCALCBC405 7392601

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- Operation of the Base Library
Notice ID f0303679df72d0a5b44135eb75f07c1b

A site visit will be held at 1000 on 14 January 2002 All prospective contractors are invited to attend Attendance is not mandatory as a prerequisite for submission of a proposal The name and SSN of personnel that will be attending must be submitted to the Contracting Office prior to 1200 11 January 2002 This information should be submitted by Email to jamesloefflerhollomanafmil Visit attendees will meet at the Visitor Center at Holloman AFB at 0945 on 14 January for the issuance of passes and escort to the facility Identification with photograph will be required for all attendees Valid registration and proof of insurance will be required for vehicles that will be driven on base

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4801 49 CONS PK
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- Operation of the Base Library
Notice ID 4347a3caa24ca3dfd340c956a8088e23

A site visit will be held at 1000 on 14 January 2002 All prospective contractors are invited to attend Attendance is not mandatory as a prerequisite for submission of a proposal The name and SSN of personnel that will be attending must be submitted to the Contracting Office prior to 1200 11 January 2002 This information should be submitted by Email to jamesloefflerhollomanafmil Visit attendees will meet at the Visitor Center at Holloman AFB at 0945 on 14 January for the issuance of passes and escort to the facility Identification with photograph will be required for all attendees Valid registration and proof of insurance will be required for vehicles that will be driven on base

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA4801 49 CONS PK
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
61 -- Battery
Notice ID 8a41e910f15099731c94f6217bbecd36

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
61 -- Battery
Notice ID ed101f2dd9f8b1a0a9ed4477e9544770

See solicitation for details NOTE ONLY RETURN SF 1449 AND PRICING PAGES IF YOU ARE THE LOW BIDDER YOU WILL BE CONTACTED TO SUBMIT APPROPRIATE PAGES

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
70 -- SOJT EQUIPMENT - TURKISH VENDORS ONLY
Notice ID d67eac3fe2285967b92e790f071ea5c6

ATTENTION POTENTIAL OFFERORS IMPORTANT INFORMATION CONCERNING ELIGIBILITY FOR AWARD OF THIS SOLICITATIONDUE TO ESTABLISHED ECONOMIC AGREEMENTS BETWEEN THE UNITED STATES GOVERNMENT AND THE GOVERNMENT OF TURKEY THE AIR FORCE INTENDS TO AWARD THIS SOLICITATION TO A BUSINESS CONCERN WITHIN THE COUNTRY OF TURKEY THEREFORE PROPOSALS FROM BUSINESS CONCERNS OUTSIDE OF TURKEY WILL NOT BE CONSIDERED THIS SOLICITATION CAN BE ELECTRONICALLY ACCESSED AT THIS SITE IT IS HIGHLY ENCOURAGED THAT YOU DOWNLOAD SOLICITATION DUE TO HARD COPY BEING UNAVAILABLE

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Z -- TWO RIVERS, WI - RENOVATE THREE (3) KITCHENS LOCATED AT USCG STATION TWO RIVERS, WI
Notice ID 0dc2d21f1f7a853a130c21d182061b8b

Provide all labor material equipment transportation and supervision required to perform the following work in three kitchens located in one triplex building 1 Remove existing dishwashers and store for reinstallation 2 Move existing refrigerators to a location where residents can use during construction 3 Remove and dispose of existing kitchen cabinets and counter tops 4 Disconnect and remove existing electric ranges sinks garbage disposals and ceiling fixtures 5 Remove existing back splash materials from walls patch and prepare walls to receive ceramic tile back splashes and paint 6 Prepare and paint the ceilings Note Some items to be removed contain hazardous materials These items will be identified and disposal information will be furnished 7 Install new kitchen cabinets counter tops range hoods sinks faucets and garbage disposals 8 Reinstall existing dishwashers 9 Install additional GFCI receptacles and make all electrical and plumbing connections 10 Prepare and paint kitchen walls and ceilings 11 Prepare existing floors to receive new vinyl flooring and base 12 Install new vinyl flooring and base 13 Reinstall refrigerators and new electric ranges 14 Install new ceiling fanlight fixtures Remove construction related debris clean kitchens and make ready to occupy The period of performance is 90 calendar days after contractors receipt of the Notice to Proceed This procurement is estimated between 25000 and 100000 In accordance with the Small Business Competitiveness Demonstration Program this project is open to both small and large businesses The North American Industry Classification System NAICS Code for this procurement is 235990 formerly SIC Code 1799 The Small Business Size standard is 115 million The due date for quotes is approximately 02192002 This office does not issue solicitation or amendments in paper form All documents can be accessed at the websites httpwwwepsgov or httpwwwuscgmilmlclantceucleveland Offerors should register to receive notification of the solicitation and subsequent amendments if there are any Printing sources can be located at httpwwwuscgmilmlclantceucleveland ATTENTION Minority WomenOwned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT offers working capital financing and bonding assistance for transportation related contracts DOTs Bonding Assistance Program BAP offers bid performance and payment bonds on contracts up to 1000000 DOTs ShortTerm Lending Program STLP offers lines of credit to finance accounts receivable Maximum line of credit is 50000000 with interest at the prime rate For further information call 800 5321169 Internet address httposdbuwebdotgov

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Z--Remove existing shingles, felt, drip edge and replace with new, at building 452.
Notice ID 1259e167ce66b9d3b1bec5533e7d4c43

NA Furnish all plant labor materials and equipment to remove existing shingles felt drip edge and replace with new at building 452 Performance time is 45 days Bid date is approximate and is subject to change based on solicitation issue date The es timated cost range is between 25000 and 100000 This procurement is unrestricted NAICS code is 235610 and the size standard for a small business including its affilates is not in excess of 115 million in average sales or receipts for the preceedi ng three years Site inspection date will be announced with the solicitation package Telephone requests for solicitation packages will not be honored only written requests will be accepted All contractors are required to be registered in the Central Contractor Registration prior to award Therefore offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation You may register by calling 18882272423 or via the internet at httpccrgov

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC-CARLISLE BARRACKS
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Z -- CHAIN LINK FENCE REPLACEMENT & NEW MOTORIZED GATE AT USCG STATION PORT O''CONNOR, TEXAS
Notice ID 3950bf15ba5a2e1d0eb85079f977de3d

SYNOPSIS Provide all labor tools materials and equipment to remove and dispose of 1220 linear feet of chain link fence fabric post and foundation Furnish and install 1220 linear feet of 7 ft high chain link fence with 3 strands of barbed wire on top Remove and dispose of two swinging vehicular chain link gates and one personnel gate one 20 ft cantilevered chain link fence and one 42 in wide by 7 ft high personnel gate with barbed wire on top Also Furnish and install a complete vehicular slide gate operator system a complete communication telephone entry and access control system and an omnidircetional flood light Work shall be performed at US Coast Guard Station Port O Connor Texas The performance period is twentyone 21 calendar days from award date The estimated price range is between 25000 and 100000 Award will be made to the lowest responsible quoter The anticipated award date is February 19 2002 This solicitation is being issued pursuant to the Small Business Competitive Demonstration Program and is open to large and small business participation The North American Industry Classification System NAICS code is 235990 with a size standard of 115 million All responsible sources may submit a quotation which shall be considered by this agency No telephone requests for this solicitation will be accepted all requests shall be in writing and may be faxed to 305 2786696 Attn Odalys McGee or mailed to the above address ATTENTION minority Womenowned and Disadvantaged Business Enterprises DBEs The Department of Transportation DOT offers working capital financing and bonding assistance for transportation related contracts DOTs Bonding Assistance Program BAP offers bid performance and payment bonds on contracts up to 100000 DOTs ShortTerm Lending Program STLP offers lines of credit to finance accounts receivable Maximum line of credit is 500000 with interest at the prime rate For further information call 8005321169 Internet address hhposdbuwebdotgov

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