• 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 9181 - 9190 of 7209467 results
favorite_border
favorite
10--Parts Kit, Hydraulic Pump
Notice ID 68f20c8c52203096a143b3c79502ea62

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W4GG HQ US ARMY TACOM
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
58--Depot and Site Support for AN/USC-28(V), AN/FSC-115, and AN/GSC-63
Notice ID 77a9e8342490851fa40bf2deaaf285d7

NA PART U S Government Procurements Subpart Supplies Equipment and Material CLASSCOD 58Communication Detection and Coherent Radiation EquipmentPotential Sources Sought OFFADD US Army CECOM Acquisition Center Ft Monmouth NJ 077035008 SUBJECT 58Depot and Site Support for ANUSC28V ANFSC115 and ANGSC63 CONTRACT DAAB0799CA253 DUE 01182002 POINT OF CONTACT John J Coumeri COR 732 5329343 CONTRACTING OFFICER John M Adamitis 732 5323473 DESCRIPTION Contract DAAB0799CA253 was awarded on 7 April 1999 in accordance with FAR 63021 The contracts period of performance includes one base year and six option years extending to March 2006 Option Period 3 is to be exercised on 1 March 20 02 This Market Research is being conducted to satisfy the requirements of AFARS 51063031e The aforementioned contract provides contractor support for the Satellite Communication Set SCS and DSCS ECCM Control Subsystem DECS systems as described herein The contract involves both depot level and resident site support services and materials necessary to provide the ongoing depot level engineering support depot storage and issue and depot repair and overhaul including redeployment of overhauled upgraded systems for the ANUSC28V ANFSC115 DECSCC and ANGSC63 DECSRC and their respective component repairable assemblies In addition the contract provides resident site support through Field Maintenance Technicians FMTs for the subject equipment deployed worldwide The services of seven 7 full time FMTs and two 2 part time FMTs as floaters for option years to perform fault isolation corrective action engineering support and testing is required The FMTs are required to support s ite personnel for the subject systems worldwide The Contractors Systems Engineering Staff provide analytical support to the FMTs onsite problems and duplicate and suggest corrective action for system anomalies reported by the FMTs In addition all d epot maintenance repair rebuild overhaul and redeployment required to correct anomalies is accomplished The Government did not acquire a Level III drawing package to be used for indepth troubleshooting and engineering analysis of system problems an d anomalies Furthermore the proprietary nature of much of the technical data precludes the availability of such drawings ie a complete data package support for the systems for which this contract is intended The Government does not own the offlin e automatic test equipment automatic test programs test program test adapters operator instructions manual test equipment test fixtures or manual test procedures necessary to fault detect and fault diagnose items submitted for depot repair and over haul Nor does the Government own the engineering data required for the development of either automatic or manual test procedures Respondents to this Market Research must provide level of effort and dollar estimates to acquire a full understanding of th e design of the equipment As part of the written response a respondent must be able to prove to the Government how depot level and field problems can be identified and corrected without the aid of detailed design drawings A written response must inclu de evidence of the respondents ability to support the described equipment Responses should be sent to CDR USACECOM ATTN AMSELLCCOMSDN Ft Monmouth NJ 07703 For further information contact either Mr John Coumeri at 7325329343 or Mr Jim Acerra at 7325329298 The deadline for response to this notice is 18 January 2002 EMAILADD johncoumerimail1monmoutharmymil EMAILDESC support for ANUSC28V ANFSC115 and ANGSC63

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09
Notice ID 66c86e4710b88562966aafb044fe0fd0

NA This is a Request for Information only The government intends to acquire approximately 2000 Low Rate Initial Production Applique V4 computers and the platform unique installation kits installation services training site operation field support and maintenance of these systems by modification of an existing LRIP contract This acquisition for the PM Force TwentyOne Battle Command Brigade and Below FBCB2 is to complete the ongoing training and sustainment efforts leading the Programs IOTE and to achieve the First Digitized Corps These FBCB2 LRIP AppliqueV4 computer systems support implementation of the Armys objective of digitizing the battlefield This procurement is to be acquired on a sole source basis as a modification to contract DA AB0700DE501 with TRW Tactical Systems Systems and Information Technology Group Carson CA TRW is the incumbent on this LRIP effort which will end FY03 TRW is the software developer under a separate Systems Engineering and Integration contract T he modification is to be made to the existing IDIQ contract which consists of a base year and two option years This proposed option for FY03 LRIP FBCB2 Hardware Installation and Support Services will be Fixed Price Incentive FPI for the hardware and s elected services FFP for data and appropriate services with TM for selected support services and tasks Award is anticipated in November 2002 with initial deliveries of computer hardware in June 2003 with support services training and site operations beginning in January 2003 Installation will be at Ft Hood and Ft Lewis Sources capable of producing FBCB2 Applique V4 computer hardware systems vehicular installation parts installation of FBCB2 hardware and support services in the requirement time frame are being sought This is not a presolicitation notice that constitutes a Request for Proposal and is not to be construed as a commitment by the Government Responders are requested to provide sufficient detail for any computer system that they ar e currently manufacturing in order for the Government to assess whether that system meets or can be modified to meet the Governments technical performance capabilities and delivery requirements as set forth in this notice Proprietary information is n ot being solicited The Government will not reimburse contractors or responders to this notice for any costs incurred in responding to this notice or in subsequent exchanges of information Organizations having the expertise and capabilities to provide th e required FDC hardware and services in the quantities and timeframe required are invited to submit information discussing such capabilities Information submitted does not constitute a proposal but will be considered an open exchange of capabilities R esponses to this request must be received by 4 February 2002 Responses should be mailed to US Army CECOM Acquisition Center AMSELACCBRTKMAT Fort Monmouth NJ 077035008 Responses may also be emailed to AlexMatejkamail1monmoutharmymil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
A -- High Power Fiber Lasers
Notice ID ff3a7ccb357a20b47ad8d1a6b900eedc

Modification to BAA 0202 The deadline for receipt of full proposals for the initial round of evaluations has been extended from COB Thursday January 10 2002 to Thursday 4 pm local time January 17 2002 This BAA will remain open until COB October 15 2002

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEFENSE ADVANCED RESEARCH PROJECTS AGENCY (DARPA)
  • Office DEF ADVANCED RESEARCH PROJECTS AGCY
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
A--Submarine Escape, Rescue and Divers Safety Effectiveness Research and Development
Notice ID 4921466d0816b1d8f67b535a8657b21a

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVAL SURFACE WARFARE CENTER
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Y--AZ RRP-CIBO 10(1), Goose Loop Road, Cibola National Wildlife Refuge HUBZONE CONSIDERATION
Notice ID ecb6ff4de7ac1f1a7b2207d7cdf048fd

THIS IS A MODIFICATION TO THE INITIAL NOTICE POSTED TO FEDBIZOPPS ON DECEMBER 21 2001 BY ISSUE OF THIS MODIFICATION THIS PROCUREMENT IS ADVERTISED AS A TOTAL HUBZONE SMALL BUSINESS SETASIDE PRESOLICITATION NOTICES ARE BEING SENT TO FIRMS ON THIS AGENCYS MAILING LIST CONCURRENTLY WITH THE PUBLICATION OF THIS SYNOPSIS OFFERS RECEIVED FROM CONCERNS THAT ARE NOT HUBZONE SMALL BUSINESS CONCERNS WILL BE REJECTED This project consists of minor embankment construction and gravel surfacing on 315 miles of roadway for the Goose Loop Road Cibola National Wildlife Refuge La Paz County Arizona Estimated price range is between 100000 and 500000 Based on the largest schedule principal work items include lump sum contractor testing 900 cubic yards of unclassified borrow 174 stations of road reconditioning 12670 ton roadway aggregate method 2 and associated survey and staking culverts sign installation and traffic control THIS ACTION IS BEING CONSIDERED FOR A TOTAL HUBZONE SMALL BUSINESS SETASIDE Prime Contractors who are HUBZone small businesses and who intend to submit a bid for this solicitation MUST submit the following by email to contractsroadcflhdgov or by telefax to 3039695971 for receipt by close of business 430 pm local Denver time on January 3 2002 1 a positive statement of your intention to submit an bid for this solicitation as a Prime Contractor 2 date of HUBZone small business certification 3 statement of bonding capability to include single and aggregate totals and 4 listing of experience in work similar in type and scope to include contract numbers project titles dollar amounts and points of contact with their phone numbers All of the above must be submitted in sufficient detail for a decision to be made on availability of interested HUBZone concerns Failure to submit all information requested will result in a contractor being considered not interested in this solicitation A decision on whether this will be pursued as a HUBZone small business setaside or on an unrestricted basis will be posted as a modification in Federal Business Opportunities on January 4 2002 The Department of Transportation DOT Office of Small and Disadvantaged Business Utilization OSDBU has programs to assist minority womenowned and disadvantaged business enterprises to acquire shortterm working capital and bonding assistance for transportationrelated contracts This is applicable to any eligible prime or subcontractor at any tier The DOT Bonding Assistance Program enables firms to apply for bid performance and payment bonds up to 10 million per contract The DOT provides an 80 guaranty on the bond amount to a surety against losses Loans are also available under the DOT Short Term Lending Program STLP at prime interest rates to provide accounts receivable financing The maximum line of credit is 500000 For further information and applicable forms concerning the Bonding Assistance Program andor the STLP please call 800 5321169

  • Department/Ind.Agency TRANSPORTATION, DEPARTMENT OF
  • Subtier FEDERAL HIGHWAY ADMINISTRATION
  • Office 6982AF CENTRAL FEDERAL LANDS DIVISI
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- Re-Programming MEPS
Notice ID c509126276fe20f7c760bd090f1b8b2f

Dear SirMadam The AHRQ is currently seeking information on the possibility of reprogramming the Medical Expenditure Panel Survey MEPS instrument currently in a DOS operating system into a Windows operating system Responses are welcome from and open to any member of an agency or organization who could directly or indirectly support this effort Responses are also welcome from the general public This Request for Information RFI is for planning purposes only Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract The AHRQ intends to issue a subsequent solicitation for the purpose of reprogramming the MEPS Computer Assisted Personal Interviewing CAPI instrument CAPI is a software program that allows for the administration of the MEPS interview on a laptop computer The RFI describes the background of the MEPS and its current computerized interview schedule Your input is invited for information purposes in the areas of systems design and selection promoting industry competition time frames for feasible completion and the overall concept of the design Specific questions and instructions for responding are provided in the RFI As mentioned all suggestions andor comments are for informational purposes only and will be used for defining the contractual requirements for this opportunity Your responses will not be used for contract selection All questions concerning the RFI should be directed to Darryl Grant at 301 5947189 or by email at dgrantahrqgov Written responses to this RFI are requested by February 4 2002 Responses should be directed to Darryl Grant by email or by mail at the following address Agency for Healthcare Research Quality Division of Contracts Management 2101 East Jefferson St Suite 502 Rockville MD 20852 Your interest in responding to this project is greatly appreciated Sincerely Darryl Grant DEPARTMENT OF HEALTH AND HUMAN SERVICES AGENCY FOR HEALTHCARE RESEARCH AND QUALITY REQUEST FOR INFORMATION The Center for Cost and Financing Studies within the Department of Health and Human Services DHHS Agency for Health Care Research and Quality AHRQ is issuing this Request for Information RFI to gather information from the private sector on a proposed opportunity The AHRQ requests comments on various aspects of this proposed opportunity Background The mission of the Agency for Healthcare Research and Quality is to support research designed to improve the outcomes and quality of health care reduce its costs address patient safety and medical errors and broaden access to effective services The research sponsored conducted and disseminated by the Agency for Healthcare Research and Quality provides information that helps people make better decisions about health care Within AHRQ the Medical Expenditure Panel Survey MEPS is conducted by the Center for Cost and Financing Studies CCFS The MEPS is a vital resource designed to continuously provide policy makers health care administrators researchers and others with timely comprehensive information MEPS is the most recent in a series of medical expenditure surveys that began in 1977 National Medical Care Expenditure Survey and was repeated in 1987 National Medical Expenditure Survey Since 1996 MEPS has been continuously in the field For most of these years the focus of the project has been on access to health care health insurance coverage and health care use and expenses In late 1999 however the AHRQ was reauthorized by Congress That legislation as well as our temporal budget submissions have expanded the role of the MEPS This expansion includes the following To identify the determinants of health outcomes and functioning Provide data to study the relationships between health care quality outcomes access use and costs Provid

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
V--OPERATION AND TRANSPORT OF A NASA DISPLAY, VIDEO, AUDIO EXHIBITS TRAILER TO DISPLAY SITES
Notice ID 21c617dd4cc1a45e65503564ae4f95af

THIS NOTICE CONSTITUTES AMENDMENT NO 1 TO THE COMBINED SynopsisRFO FOR OPERATION AND TRANSPORT OF A NASA DISPLAY VIDEO AUDIO EXHIBITS TRAILER TO DISPLAY SITES SUPPLEMENTED WITH ADDITIONAL INFORMATION CONTAINED IN THIS NOTICE Companies shall acknowledge all amendments in their offer This notice serves as the official amendment to the subject solicitation and a written amendment will not be issued The purpose of this amendment is to provide answers to questions received Q1 What is the weight of the NASA exhibit trailer A1 The NASA exhibit trailer weighs 57 000 pounds Q2 Is the contractor responsible for any public relations activities at the display sites If so how extensive are these activities A2 All contractor activity at display sites is considered public relations in support of NASA For example conducting tours throughout the Benefits of Space trailer and answering questions regarding the exhibits inside the trailer All interaction with the public should foster a pleasant learning atmosphere such that it always reflects favorably on NASA The contractor may be subject to requests for interviews from media for example TV radio newspaper etc Q3 Is a schedule of events available for 2002 tour A3 A 3month schedule is currently available for the Benefits of Space Touring Exhibit The schedule is attached for the period February 2002 through April 2002 The schedule will be updated to reflect other venues across the country as events are scheduled Q4 How many hours per day are the events Is the schedule so that the driver exhibit support person would work no more that 1012 hours per day A4 Event hours vary NASA coordinates with the event sponsors so that the hours worked by the driver and exhibit personnel do not generally exceed nine hours Q5 How many manhours does the installation dismantle require A5 Installation and dismantling of the exhibit take approximately 2 hours for setup and 2 hours take down Q6 Does the contractor provide insurance on the trailer A6 The trailer is owned and insured by the US government The tractor truck is owned and insured by the contractor Q7 Does the contractor provide event and liability insurance A7 The contractor provides standard insurance for the operation of a commercial vehicle Q8 Is security needed at any locations If so for how many hours A8 No The contractor is responsible for securing the property of the Benefits of Space Trailer Exhibit only Q9 Is a onsite visit required in any locations prior to set up As our staff has managed logistics for the Navy Recruiting Display at multiple venues though out the US we have found that we could ascertain all required information by working with show management officials A9 Onsite visits are not required Preevent coordination is normally handled via phoneemailfax Q10 Who pays for electrical hook up and service charges at display sites A10 NASA pays for electrical hook ups and any applicable service charges at display sites Q11 Is trailer apportioned for all 48 states A11 Yes Q12 What was the award value of the previous contract A12 Information regarding the previous contract must be requested through the Freedom of Information Act Office Q13 What was the number of exhibit events of the previous contract A13 The previous contract was for 60 exhibit events Q14 What level of expertise is required for the audiovisual exhibit A14 General operational knowledge of a DVD sound and audiovisual projection system is required for the audiovisual exhibit Q15 Will NASA train the driverexhibitor on the exhibit and type of operations required A15 Yes Q16 Will maintenance of the trailer ie tires brakes electrical etc be handled by NASA and will any of this type of maintenance on the road be covered as an additional item A16 NASA will handle as well as pay for all maintenance for the trailer as a separate covered ch

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
Notice ID 56ba1fb729bb4873c0fa921df49f9c37

No Description Provided

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS REGION 7 ACQUSITION CENTER
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
J -- AIR CONDITIONING MAINTENANCE
Notice ID e4d383990d91994026ecad2171017066

No Description Provided

  • Department/Ind.Agency VETERANS AFFAIRS, DEPARTMENT OF
  • Subtier VETERANS AFFAIRS, DEPARTMENT OF
  • Office 252-NETWORK CONTRACT OFFICE 12 (36C252)
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09