• 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 9221 - 9230 of 7209467 results
favorite_border
favorite
D--Energy Plus Service
Notice ID ea8bd5b960bdd4c8688c95e18df4d033

The U S Department of Energy intends to increase an award for a sole source contract to Reuters America Inc for their commercial timesharing Energy Plus Service The award was not previously synopsized because the award amount was below the 25000 maximum for nonsolicitation The increase of 1000 will increase the total award above the 25000 dollar maximum The renewal period is for oneyear The Energy Plus Service provides Energy 2000 Reuters Graphics Professional and Newsyear 2000 This is a notice of intent and not a request for proposal If your company believes that they can perform these services please forward a capability statement to the address in this notice including prices The proposed contract is for services for which the Government intends to renew with only one source under the authority of FAR 6302 All submissions must be received five 5 days of the publication date of this synopsis A determination by the Government not to compete this acquisition based upon responses to this notice is solely the discretion of the Government See Notes 22 and 23

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
D -- GLOBAL ENTERPRISE MANAGEMENT SUPPORT (GEMS)
Notice ID 0fb32c6f1669525e6c8402aa26042f64

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
  • Office TELECOMMUNICATIONS DIVISION- HC1013
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
H--The synopsis is issued for HQ MTMC. MTMC intends to negotiate a Small Business Set aside contract for non-personal services.
Notice ID 60fc5eaa6b7aa1c2649c2b887aa700e6

NA Headquarters Military Traffic Management Command MTMC intends to negotiate a Small Business Set A side contract for nonpersonal services necessary to evaluate the safety security and other standards of service for commercial carriers transporting Department of Defense DOD cargo in the continental United States MTMC expects t o award a firm fixed price contract with a twoyear base period and three oneyear options beginning approximately 1 April 2002 The contractor responsibilities will include but are not limited to 1 perform safety and security inspections in accordance with Department of Defense Department of Transportation State and Local regulations of carrier facilities corporate headquarters terminals yards overtheroad equipment and procedures of commercial carriers transporting DODs cargo Perform review of carriers safety and security programs 2 Perform unannounced covert intransit surveillance of carriers transporting DODs cargo 3 Provide support to the MTMC Quality and Performance program 4 Prepare written reports on inspection and surveillance findings Requests for solicitation must include your company name address telephone number and size of business North American Industrial Code and a onepage statement of companys capabilit y North American Industrial Code for this acquisition is 541350 Provide this information to Headquarters Military Traffic Management Command Attn MTAQ Quentin Blanchard 200 Stovall Street Alexandria Va 223325000 703 4283476 or E mail blanch ardqmtmcarmymil This solicitation will be issued on or about 18 Jan 2002

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W0QF HQ SURFACE DEPL & DISTR CMD
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
J--Potential repair of 50+ universal weight training machines
Notice ID c87c1cc6f52ac8b75928fa7ac10a735c

NA Seeking sources for a potential service contract for the repair of exercise weight training machines in use by the Wisconsin Army National Guard These universal type weight machines are located in armories throughout the geographical boundaries of the en tire state Types of maintenance and repair contemplated include but are not limited to cablechain inspectionreplacement seat cover repairreplacement oil and grease as needed and repainting numbers and letters on weights as needed Contact Lieutenan t Colonel John Van De Loop via email at johnvandeloopwingbarmymil or phone 6084277270 with any questions

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7N8 USPFO ACTIVITY WI ARNG
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
70--Notebook Computer
Notice ID 73813b54a79c89b79d3ee83c06472358

NA 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 a re being requested and a written solicitation will not be issued The request for proposal document number is DAHA2302T0026 and incorporated provisions and clauses are current through FAC 0201 This solicitation is a small disadvataged business seta side under NAICS 334111 Interested parties may obtain a hard copy of the solicitation at httpwwwuspfomoorg The contractor is to provide a quantity of 2 each Notebook Computers Compaq Evo Notebook N160 or equal with the following specifications Intel Pentium III Processor 100GHZ Memory 256MB 1 SDRAM DVDROM 56K V92 Modem and 10100 NIC 20 GB 141 inches CTFT Display Microsoft Windows 2000 Quick Dock for Presario 1700 and Evo N160 Full size Keyboard easy access Internet buttons Wire less Capability 1 Year Worldwide Commercial Warranty The vendor may choose to offer products of alternate manufacturers and provide specifications for comparison Inspection acceptance and shipping are to be FOB Destination Jefferson City MO The following FAR Clauses and Provisions are applicable and may be obtained at the following Web Site httpfarsitehillafmil 533121 Instruction to OfferorsCommercial Items 522122 EvaluationCommercial Items 522123 Offeror Representations and Certifications Commercial Items 522046 Data Universal Numbering System DUNS 522124 Contract Terms and ConditionsCommercial Items 522125 Contract Terms and Conditions Required to Implement Statures or Executive OrdersCommercial Items 52211 6 Brand Name or Equal The following DFAR Clauses are applicable 2522127001 Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial Items a 2522257001 and b The evalu ation factors in order of importance are as follows Technical capability of item offered to meet the Governments requirements vendors past performance to meet delivery and price Each offer should include the following Item indicating manufacturer part number price and delivery Submit at least three references to include name address and telephone number Awardee must accept EFT payment and provide account information A completed copy of the provision at FAR 522123 Offerors Representation s and Certifications must accompany your proposal Due date for submission is 1200 pm CST 14 January 2002 Quaotes may be submitted via email maryleamongbarmymil commercial mail USPFO for Missouri ATTN NGMOPFC Ann Lea 7101 Military Cir cle Jefferson City MO 651011200 or by Facsimile 573 6389992

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7NJ USPFO ACTIVITY MO ARNG
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
56--Ballast, Limestone Rock #4
Notice ID 8606a70f51dd44b88d287afaf0c0dab6

NA DESC 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 the notice This announcement constitutes the only solicitation Reques t for Quotes are being requested and a written solicitation will not be issued Solicitation No DAHA2202T0004 applies and is issued as a Request for Quotation This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9714 This acquisition is 100 setaside for small business The North American Industry Classification System NAICS code is 421320 size standard is 100 employees The following item is intended to be purchased for the Government Quantity of 2500 tons of Ballast Limestone Rock 4 to be delivered to Camp Shelby Mississippi Point of Contact at Camp Shelby for more information on this is CPT Paul McDonald 6015582509 The following Federal Acquisition Regulations FAR and DFAR provisions apply to this solicitation FAR 522121 Instructions to OfferorsCommercial FAR 522123 Offeror Representations and Certifications Commercial Items FAR 522125 Contract Terms and Conditions Required to Implement Statutes or Exec utive Orders Commercial Items FAR 5222221 Prohibition of Segregated Facilities FAR 5222226 Equal Opportunity FAR 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era Far 5222236 Employment Reports on Disabled Vete rans and Veterans of the Vietnam Era FAR 5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era FAR 5223233 Payment by Electronic Funds Transfer Central Contractor Registration FAR 5223234 Payment by Electronic Funds tr ansfer other than Central Contractor Registration FAR 5223236 Payment by Third Party Far 522391 Privacy or Security Safeguards FAR 5224764 Preference for Privately Owned US Flag Commercial vessels DAFARS 2522127001 Contract Terms and Cond itions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 2522047004 Required Central Contractor Registration DFARS 2522257001 Buy American Act and Balance of Payment Program Award can o nly be made to those offerors that are registered through the Central Contractor Registration System For those not registered you may log onto the Internet at hhtpwwwccrgov or telephone 888 2272423 All offerors must include a completed copy of FAR 522123 Offeror Representations and Certifications Commercial Items Quotes are due no later than 430 CST January 18 2002 Address quotes to USPFOMS Attn NGMSPFOPC Mr Joe Smith 144 Military Drive Jackson Mississippi 392328861 Quot es may be faxed to 601 3131569 to the attention of Mr Joe Smith Any questions may be directed to Mr Joe Smith at 9601 3131556

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7NH USPFO ACTIVITY MS ARNG
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
25--Rebuild of Allison MT654CR Transmissions
Notice ID 3d748b5c92690e2f714b3b8624d4df45

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W7NH USPFO ACTIVITY MS ARNG
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
U--65--Notice of Intent to Award a Sole Source Procurement
Notice ID 1bbf028d36e31eda2c753e6ae55e3beb

NA This is a notice of intent to award a sole source firm fixedprice contract to Terrence R Byrne for instruction of International Military Students participating in the Security Assistance Training Program at the AMEDD Center and School Fort Sam Houston TX This notice is neither a request for proposals nor a solicitation of offers See Note 22

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
Notice ID b1826358bec0572e926b9e4e52779c43

NA Request for Sources Sought for Indefinite Delivery Indefinite Quantity IDIQ contract for INTEGRATED MODULAR MEDICAL SUPPORT SYSTEM 1 Purpose a The requirement is to provide an Integrated Modular Medical Support System IMMSS and components for the United States Army Medical Command MEDCOM Fort Sam Houston Texas Contract will be applicable for Army Medical Treatment Facilities MTFs th roughout the Continental United States CONUS and Overseas OCONUS Army Medical Treatment Facilities MTFs are those facilities which support the Army Medical Department mission The functional uses of the facilities are broad and cover such functions as but not limited to Hospitals medical and health clinics dental clinics veterinarian clinics administrative and logistical facilities as well as research training and medical warehouse functions IMMSS shall provide the Army medical facilities with an integrated modular componentized system to support medical functions b Contract is for a five year period to provide continuity of products and services to the MTFs 2 General Product Description a The IMMSS shall provide the following integrated componentized systems administrative and clinical workstations materials management and handling systems pharmaceutical modules laboratory systems and nurse station systems These products will enabl e the Army medical facilities to have product flexibility and interchange of subcomponents flexible system arrangements avoidance of replacement and product obsolescence due to the changing medical and high technology environment and mission Products p rovided must be compatible to and interchangeable with existing IMMSS components and systems as noted in para 2e below b IMMSS will be comprised of subcomponents which are modular and interchangeable from one component system to another without special tools Products will be mounted on adjustable panels horizontal rails and vertical wall supports A complete line of pr oducts must be provided to benefit the entire organization from the multioccupancy administrative offices doctors offices exam and treatment rooms pharmacy storage and dispensing medicalclinical laboratory configurations healthcare materials manag ement as well as nurses stations Components must be specifically designed to accommodate material movement and to perform in areas of large material flow such as patient care units c Integration of subcomponents between the component systems is required in order to provide total flexibility and standardization Component systems from different component manufacturers is allowed provided the subcomponents are directly interchangea ble For example drawers from an administrative component system shall fit into the pharmacy or nurse station component system without modification or custom adaptation d IMMSS vendors shall provide support services such as Design Services Warranty and Product Protection Services Restorative Services Project Management and Extended Installation Services Extended Installation Services shall include the ability to s upply integration coordination and the connection of utilities such as electrical plumbing medical gases datacommunication by certified licensed tradesmen Extended Installation Services shall also include limited construction required to support the componentssystems within the facility Vendors must demonstrate capability to provide sales service and support to all Army medical installations in CONUS and OCONUS locations to include normal warranty and transportation support services e The IMMSS system must be compatible and functional with Herman Miller systems currently installed 3 Specific IMMSS Product Capabilities a General interchangeable elements of all component systems The Integrated Modular Medical Support System shall contain the following common elements which can be utilize d in an integrated co

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09
Notice ID 7ee290cd478d3f899a57d4da4f6ab446

NA CONTACT INFO To order a solicitation interested firms may either 1 fax requests complete with company information shipping address point of contact phone number fax number and business size to Connie L Kindelspire at 5095277802 or 2 email re quests with all of the same information to connielkindelspireusacearmymil The Walla Walla Districts web page httpwwwnwwusacearmymilebsAdvertisedContractsasp may be used however it is requested that registration be confirmed with eithe r a fax or an email The Government cannot guarantee a bidder will make it on the bidders list if registration is complete using only the web page DESCRIPTION Walla Walla District Corps of Engineers has a competitive requirement FOB destination for all labor material equipment vessels and administration for operation and maintenance of wildlife habitat of Lower Monumental Ice Harbor and McNary Dams Requirements consist of a basic year and four option years Option years may be awarded at the discretion of the Government Scope of work includes but is not limited to mowing field cultivation crop planting irrigation application and system repair chemical weed control nesting structure construction and maintenance fence construction litter collection and tree and shrub planting Some remote areas are not accessible by road and will require vessel transportation Proposals will be evaluated on criteria indicated in the solicitation A tentative listing of the main factors and subfactors are listed below in descending order of importance A Technical Expertise 1 knowledge of noxious weeds and control methods 2 knowledge o f irrigation equipment and practices 3 knowledge of agricultural practices 4 logistics and equipment B Administration 1 Quality control 2 Organization and staff 3 Staff experience 4 Safety and security and C Proprietor Experience 1 numbe r of successfully completed contracts over 10000000 for work of a similar nature 2 Number of successfully completed contracts over 10000000 for work of a general nature Procurement is 100 percent setaside for small business concerns North A merican Industry Classification System NAICS code is 115112 a small business concerns average annual receipts for the preceding 3 fiscal years must not exceed 5 million This is not a request for proposal but notice that a solicitation will be issue d for this requirement All responsible sources may submit an offer which will be considered by this agency

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office US ARMY ENGINEER DISTRICT WALLA WAL
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09