• 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 9201 - 9210 of 7209467 results
favorite_border
favorite
58 -- International Satellite Communication System
Notice ID 1e031d24553c424fd3d303c8363add21

Amend presolicitation notice posted Dec 5 2001 International Satellite Communication System ISCS Sol 52DGNW291006 In Appendix B Representative Data Volumes are amended as follows LOTS A B 22000 Text Products total characters 10000000 LOTS A B 8000 GRIB Products total characters 35000000 LOTS A B 3500 T4 Fax Products total characters 50000000 See web site httpwwwrdcnoaagovamdindexhtml for requirement description Experiencecapability responses are due 2 pm EST Jan 17 2002 Please acknowledge this amendment in your proposal

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
H -- QSIT MEDICAL DEVICE INSPECTIONS
Notice ID 79fd31e1c8cc2ac1baa87b84494e5e51

The Food and Drug Administration intends to award sole source contracts to state agencies for Quality System Inspection Technique QSIT medical device inspections Individual performance periods of the contracts may range from 12 to 24 months The state agencies must have the authority and capability necessary to gain access to private commercial establishments in order to conduct regulatory inspections as defined in 21 CFR 820 See Note 22 The solicitation will be available on or about 212002 on the FedBizOpps website at httpwwwfedbizoppsgov Prospective offerors are responsible for downloading the solicitation and amendments It is the offerors responsibility to monitor the FedBizOpps website for the release of the solicitation and amendments Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and the Rehabilitation Act Upon request

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
99--Threat Image Projection X-Ray (TRX)
Notice ID cdee130777fc10faa4e10486e9333730

The Security Equipment Integrated Product Team SEIPT will acquire approximately 1500 Cellular Digital Packet Data CDPDCircuit Switch Cellular CSC accounts to facilitate the automatic transmission of data from Threat Image Projection XRay TRX systems at up to 450 US airports

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
99--Threat Image Projection X-Ray (TRX)
Notice ID 0c98e8e8653c8076257a1a2fe4ce473d

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
99--Threat Image Projection X-Ray (TRX)
Notice ID 8c917bfff49d149b0bd3365f7dce86e0

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
V -- Highway Transportation
Notice ID 30742d3cb5bc380e45d7d59f206339d0

HCR 442M5 AkronMetro Area to Various Points 0200 Miles Service runs from 02Mar02 to 30Jun05 Vehicle requirements One 1 Straight Truck 1200 cubes Service will be run on an as needed basis

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
66 -- MICRODYNE 1620-PCB DIVERSITY COMBINER
Notice ID ef27516783254e62fd5db749eb1b1c4b

POC Marilyn Hutchison US Geological Survey PO Box 25046 MS204B Denver CO 80225 Telephone3032369321 Fax3032362710email mhutchiusgsgov The US Geological Survey EROS Data Center Sioux Falls South Dakota has a requirement for an L3 Communications Microdyne 1620PC Diversity Combiner to be used in conjunction with two Microdyne 700MR Telemetry Receivers It shall be capable of accepting the 20 Mhz IF signals from the two 700MRs for diversity combining It shall also accept both receivers AGC and Logic signals and shall output two 20 Mhz PM demodulated video signals It shall accept a 5 Mhz reference signal It shall be equipped with the 758D Multi Mode Demodulator option including the 20Mhz VCO It shall have both a RS232 and IEEE488 communications port It shall have a predetection combining mode with a bandwidth of 15 MHz and impedance of 50 ohms and input level of 10 dBm or 15 dB and an input frequency of 20 MHz The AGC inputs shall have a voltage range of 0 to 10 volts and a common mode rejection and control signal rejection of less than 5 dB variation The logic inputs shall be TTL compatible It shall be capable of PM demodulation and shall have loop bandwidth options including 3 10 30100 3001000 and 3000 Hz The PM demodulator shall have an operating threshold of 14 dB carrier to noise ratio 2nd IF bandwidth and 6 dB signal to noise ratio in the phase lock loop It shall have BNC type connectors It shall be capable of operating on 120240 VAC 50400Hz and shall come with a power cord and rack slides so it can be mounted in a 19inch rack This requirement is considered a Brand Name or Equal product manufactured by L3 Communications Microdyne 491 Oak Road Ocala Florida Required delivery date is March 1 2002 Delivery is FOB Destination Quotes are due by COB January 18 2002 Interested parties may request a copy of the Request for Quotation by mail email or fax Telephone requests will not be accepted it is anticipated the Request for Quote will be available on or after January 7 2002

  • Department/Ind.Agency INTERIOR, DEPARTMENT OF THE
  • Subtier US GEOLOGICAL SURVEY
  • Office OFC OF ACQUSITION GRANTS-NATIONAL
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
A--Near Term Surf Zone/Beach Zone Mine and Obstacle Breaching
Notice ID cc19cecfa16bb142a48f045842379083

1 General Statement of Research Need The Organic Mine Countermeasures Future Naval Capabilities FNC seeks white papers describing technology concepts that will form the foundation for a near term circa 2006 Naval system for CountermineCounterobstacle CMCO application in the Surf Zone SZ and Beach Zone BZ operational environments These concepts must support the current naval amphibious warfare operations such as power projection Emphasis is placed upon the Naval requirements to a conduct breachingneutralization of light obstacles andor all mine types in the SZ and BZ environments and b safely navigate the cleared areas via amphibious landing craft Concepts should be able to be integrated with current and emerging mine countermeasures systems Concepts should include technologies to enable safe navigation within the cleared areas Selection criteria will reward those concepts exhibiting application to both mines and obstacles Responses which propose adaptation of existing systems concepts to the SZBZ breach problem in an approach which will potentially reduce development costs and risk are encouraged Awards under this BAA will be supported by Advanced Technology Development Budget Category 63 funds Priority will be given to concepts applicable to the surf zone and exhibiting strong evidence of being field demonstrable within 18 months Proposers should recognize that this offering is distinct from ONR BAA 00002 Rapid Organic Standoff Technologies for Breaching Surf Zone and Beach Zone Mines and Obstacles It addressed farterm standoff circa 2010 to 2015 mine and obstacle breaching systems and associated landing force navigation technologies in the transitional SZBZ environment in support of future power projection Operational Maneuver From the Sea OMFTS Ship To Objective Maneuver STOM and Seabased Logistics This BAA explicitly addresses near term circa 2006 technologies that can be prototyped and demonstrated in 18 months or less 2 Instructions for Preparation of White Papers and Full Proposals White papers are initially sought to preclude unwarranted effort on the part of an offeror in preparing full technical and cost proposals without an initial assessment of the operational technical and logistical feasibility of the concept White papers are due by 1600 EST 15 Feb 2002 Offerors submitting the most promising white papers will be invited to submit a full technical and cost proposal on all or part of their white paper submission However any such invitation does not assure a subsequent award Any offeror may submit a full proposal even if its white paper was not identified as promising or if no white paper is submitted Full proposals are due by 1600 EST 10 May 2002 It is anticipated that funding decisions will be completed by 12 July 2002 followed immediately by funding actions Though contracts are anticipated awards may be in the form of contracts grants cooperative agreements or other agreements as appropriate The maximum length of an award will be 18 months This BAA announcement does not preclude an offeror from submitting a full technical and cost proposal or white paper after published due dates Proposals received after the published due dates may not be considered for funding under the Fiscal Year 2002 program but may be considered for funding at a later time Proposals in response to this BAA received after 1600 EST 12 July 2002 will not be considered The Government reserves the right to select for award all some or none of the submissions White papers should be limited to seven pages and should include the following items A Cover page clearly labeled WHITE PAPER including BAA title and date title of white paper administrative and technical points of contact along with email addresses and telephone and fax numbers B Technical Description to consist of clear discussions of the concept and associated technologi

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
J -- Modernization of Elevator Banks S2 and S3 in the United States Capitol Building, Washington, D.C.
Notice ID e4a72d4ac64737cf49b67fabb522ecc0

Provide all labor materials and equipment necessary for the modernization of six 6 existing Elevator Numbers S2 S2A S2B S3 S3A and S3B located at the US Capitol Building Washington DC

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
58--Tactical Antenna System for 2D Marine Division, Camp Lejeune, NC 28547.
Notice ID de6453a5af92203e266984a332f327fb

Contractor shall provide a quantity of five 5 Conical Log Spiral Mobile CLSM UHF tactical satellite antennas to provide omnidirectional signals receive and transmit high powered signals for the Portable Satellite Communications tactical satellite radio PSC5Cwhile attached to the Light Assault Vehicle LAV Contractors interested in doing business with the Government are required to be registered in the Central Contractor Registration database CCR For more information about registering contact CCR Regional Assistance Center at 18882272423 or go to their website wwwccr2000com

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office COMMANDING GENERAL
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09