• 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 9231 - 9240 of 7209467 results
favorite_border
favorite
28--McNary Powerhouse Modernization, Turbine Upgrade, McNary Dam, Umatilla, Oregon
Notice ID 5175fb618da92083f9ed06b82fffad9b

NA CONTACT INFO Contract specialist is D Scott Shelley 509 5277208 Technical POC is John Boschker 509 5277541 To order a CD interested firms may either 1 fax requests complete with company name shipping address point of contact phone number fax number and business size to Connie Kindelspire at 509 5277226 or 2 email requests with all of the same infor mation to ConnieLKindelspireusacearmymil The Walla Walla Districts web page httpwwwnwwusacearmymilebsAdvertisedSolicitationsasp may be used however it is requested that registration be confirmed with either a fax or an email The gove rnment cannot guarantee a bidder will make it onto the bidders list if registration is completed using only the web page Solicitation documents including drawings will be available on CD ONLY The solicitation will be issued on or about Feb 12 2002 with proposals due on or about March 14 2002 The US Army Corps of Engineers Walla Walla District intends to upgrade the turbines at McNary Dam powerhouse Acquisition of this contract will be accomplished by using a twophase source selection negotiation process First Phase will be the design fabrication and testing of turbine models in a competitive model test scenario The models are to be designed and built to a modeltoprototype scale Models will then be installed and tested at an independent testing labo ratory and also at the Army Corps of Engineers Engineering Research and Design Center in Vicksburg Mississippi Contractors who are determined to be most capable of designing manufacturing and installing the turbine repairs and modifications required at McNary Dam will be selected to participate in the first phase model test phase Second Phase The contractor who produces the turbine model that is determined to best meet the needs of the Government will be selected to manufacture and install a first unit prototype After the prototype is installed the Government will conduct ex tensive biological and field performance testing The results of the testing will provide information needed in the decision making process for powerhouse modernization plans Should the recommended plan be to replace existing turbines then contract opt ions for as many as thirteen additional fullsize units may be exercised There are 14 existing Kaplan type turbines at McNary powerhouse that were manufactured by S Morgan Smith Co Turbines were installed in the late 1940s and early 50s during construction of the dam The units are rated at 111300 horsepower at a speed of 857 rpm Runner diameters are 280 inches The new runners shall be a fixed blade mixed flow diagonal flow type or other fixed blade design Minimum runner diameter will be 280 inches maximum diameter will be 290 inches Contractors will develop a new turbine runner and the necessary modifications of the existing components to achieve the contract requirements through model testing in a turbine model test laboratory Installation work at McNary Dam consists of disassembling the existing generator and turbine After disassembly the contractor will install the new runner and all associated new and modifiedrepaired existing parts Modify reusable existing parts such as head covers and wicket gates Inspect and repair turbine and generator shafts thrust and guide bearings and wicket gate servomotors Furnish and install new bushings seals and packings Weld repair of cavitation damage to the existing discharge rin g if new runner is 280 inch diameter or furnish and install a new discharge ring if new runner is greater than 280 inches Cavitation repair consists of excavation of the 2 to 3 foot wide band of damaged area welding a stainless steel overlay in the exca vated area and precision machining the weld material Abrasive blast cleaning nondestructive examination and painting of most nonrotating turbine components At the contractors discre

  • 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
favorite_border
favorite
Q--ORTHOPEDIC SURGEON SERVICES
Notice ID adc729f9f9de500fe91bfc2635dbf53b

NA PROVIDE ORTHOPEDIC SURGEON SERVICES FOR IRELAND ARMY COMMUNITY HOSPITAL FORT KNOX KY DURING THE PERIOD 16 JANUARY 2002 THROUGH 31 DECEMBER 2002 ESTIMATED NUMBER OF HOURS OF SERVICE REQUIRED IS 540 PLUS 49 ONCALL HOURS THIS ACQUISITION IS UNRESTRICT ED AND ALL RESPONSIBLE SOURCES MAY SUBMIT AN OFFER WHICH WILL BE CONSIDERED REQUESTS FOR BID PACKAGES MUST BE SUBMITTED IN WRITING AND MAY BE FAXED TO 5026245869 OR 5026247165 TELEPHONE REQUESTS WILL NOT BE ACCEPTED BID PACKAGES MAY BE FAXED AND FAXED OFFERS WILL BE ACCEPTED THE REQUEST FOR QUOTATIONS IS READY FOR RELEASE AND WILL BE PROVIDED UPON REQUEST

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QM MICC-FT KNOX
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Z--Install cable and fence, postwide, Carlisle Barracks, PA.
Notice ID bb09c8b94ed2ffc2cc1db6a2bb710313

NA Furnish all plant labor materials and equipment to install 34 inch cable on the exterior fence and install approximately 650 LF of new fence to include a double gate postwide Performance time is 90 days Bid date is approximate and is subject to c hanged based on solicitation issue date The estimated cost range is between 100000 and 250000 This procurement is unrestricted NAICS code is 235990 and the size standard for a small business including its affilates is not in excess of 115 mill ion in average sales or receipts for the preceeding 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 contract ors 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 188 82272423 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
Y--Consolidated Maintenance Facility, Fort Stewart, GA
Notice ID 311befc15a841b5efa3d2eea3004a316

NA SIC Code 1542 NAIC 233320 FSC Code Y152 All Questions Lynne Roahrig 9126525293Fax 5828 NOTE Any prospective bidderofferor interested in obtaining plans and specifications for this solicitation must register on our web site at httpebssasusacearmymil Contractors may view andor download this solicitation and all amendments from the internet after solicitation issuance Plans and specifications will be issued on Compact Disk CDROM and will be provided free o f charge CDs will be issued to prime contractors and plan rooms on a first come first serve basis Only 50 CDs will be issued Paper copies of this solicitation will not be available Description of Work This solicitation is for the design permit ting site preparation and construction of a fourbuilding consolidated maintenance complex upgrade an existing repair facility and demolish 14 structures in surrounding area New facilities consist of a vehicle maintenance building dynamometer test sh op petroleumoillubricants POL storage building and open storage building Existing facility Bldg 1170 upgrade consists of providing new HVAC system new exterior paint new bay doors new tritium repairstorage area new machine shop new tire rep air room and new artillery tank repair section Demolition consists of asbestoslead abatement removal of underground storage tanks and hauling debris away Supporting facilities include utilities electric service fire protection and alarm systems paving walks parking security fencing information systems and site improvements Heating will be provided by stand alone boilers and gas fired radiant tube heaters Access for the handicapped will be provided for new offices on second floor Extens ive phasing required because existing facilities will remain operational during construction period This project shall be designed by registered architects and engineers employed by or subcontracted by the successful contractor This project will b e procured using the twophase designbuild selection procedures set forth in FAR 363 In Phase I offerors will receive a request for proposal letter including the project description submittal requirements and evaluation factors for both phases No more than five offerors will be invited to participate in Phase II The Government anticipates that the Phase II documents will be issued on or about 15 Mar 02 Proposals shall include sufficient detailed information to allow a complete evaluation Offer ors are reminded that while the Government may elect to consider data obtained from other sources the burden of proof of acceptability rests with the offeror Phase I Factors Factor 11 Past Performance Factor 12 Technical Approach Narrative Factor 13 Relevant Experience Phase II Factors Factor 21 Building Function and Aesthetics Factor 22 Building Systems Factor 23 Site Design Factor 24 Management Plans and Schedules There ar e no options under consideration at this time however the need for options will be reevaluated upon completion of the Phase Two RFP solicitation preparation and prior to the Phase Two Requests for Technical and Price Proposals being issued The estimate d cost of the project is between 1000000000 to 2500000000 Network Analysis will be required This solicitation is issued on an unrestricted basis pursuant to the Business Opportunity Development Reform Act of 1988 This solicitation will be issued in electronic format only and will also be available on or about January 24 2002 on the internet at httpebssasusacearmymil Notification of amendments will be through use of the Internet No additional media CDROM floppy disks faxes etc will be provided It is the contractors responsibility to check the Internet address provided below as necessary for any posted changes to

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W074 ENDIST SAVANNAH
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
Notice ID bfe55ab5a58288c84714420a38580a97

NA Contractor will close 38 abandoned water wells in the State of Georgia according to the guidelines contained in Circular 13 published by the Georgia Geological Survey Contractor will close 12 abandoned water wells in the State of Alabama according to the guidelines contained in the publication Guidelines for Well Abandonment published by the Alabama Department of Environmental Management Contractor will be responsible for removing hand pumps from 9 of the wells These hand pumps will be retained by the Corps of Engineers as scrap metal The remaining wells are covered by metal or PVC caps and the caps are either bolted welded threaded or glued in place Portions of well casings extending above the ground level will be removed by the contractor and the site leveled Angela Taylor Contract Specialist 2516943858 is assigned to this project Contact Ms Taylor to request copies of solicitation drawings and publications NAICS Code is 235810 and SIC is 1711 All responsible sources may submit a n offer which will be considered

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office US ARMY ENGINEER DISTRICT MOBILE
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
Notice ID a34598024ebdd752625fa1719e80ff12

NA This project consists of pavement repair bituminous surface treatment hot mix asphaltic concrete overlay crack sealing earthwork pavement striping ditch and shoulder maintenance and scarifying shaping and compacting existing base course This procu rement is unrestricted and the magnitude is 1000000 to 5000000 The date of issue will be on or about January 28 2002 and bids will be opened on or about February 27 2002

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W076 ENDIST LITTLE ROCK
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Y--Contract 2AA, Bechara Industrial Area, Rio Puerto Nuevo Project, Puerto Rico
Notice ID af5681ea148dbc1a67845cb3961d0c34

NA Project consists of construction of flood control features in the Bechara Industrial Area BIA of San Juan Puerto Rico The work is being constructed as part of the Rio Puerto Nuevo Project This work will include construction of a levee rectangular c hannel trapezoidal earth channel and box culvert The Margarita levee consists of approximately 3500 linear feet of trapezoidal earth filled levee with the levee crest at a minimum elevation of 105 feet NGVD The Margarita levee is in a low vegeta ted marshy area north of the De Diego Expressway PR 2 and Quebrada Margarita and runs along the southern edge of the BIA The levee will be built over an existing overgrown construction berm built between highvoltage electrical transmission lines A t the upstream end of the project the existing Bechara Channel along the northeast edge of the BIA will be improved with a rectangular channel 55 feet wide with an invert of 362 feet NGVD for a length of approximately 950 feet Others will replace t he existing Kennedy Avenue Bridge and the culverts under the Marginal Road with new singlespan bridges having a rectangular channel beneath that matches the dimensions of the new upstream rectangular channel Downstream of the bridges an open trapezoida l earth channel will be excavated The trapezoidal channel will have a bottom width of 25 feet with the invert at Elevation 100 feet NGVD The earth channel will be approximately 400 feet long ending on the south boundary of the Puerto Rico Port Autho ritys Puerto Nuevo Terminal From the earth channel storm water will be conveyed to San Juan Harbor through a 2150foot long reinforced concrete doublebox culvert The concrete box culvert will be constructed inside of a dewatered cofferdam constructe d of steel sheet piling Between the trapezoidal earth channel and the box culvert the channel transitions into a 200foot long 180foot wide rectangular channel to allow flow under an existing 90inch diameter sanitary effluent outfall main Modificat ions to strengthen the sanitary effluent outfall main are included in the work The levee may be built of excess suitable material from the culvert excavation All unsuitable material will be disposed of offsite at an approved location obtained by the Co ntractor Work also includes traffic control pavement repairs secondary drainage and utility relocations The construction time is 1080 calendar days PROPOSAL REQUIREMENTS Award will be made to the offeror whose proposal represents the best value to the Government Best value will be determined by a tradeoff process that combines nonpriced and priced factors All evaluation factors other than price when combined are approximately equal to price The proposal will be comprised of a detailed w ritten proposal responding to all the evaluation factors and an oral presentation addressing specific factors The following factors will be used to determine best value Price Past Performance and Technical Merit Magnitude of construction is over 10 000000 Solicitation will be issued on or about 26 February 2002 and close on or about 9 April 2002 Solicitation will be issued in electronic format only Offerors will be provided a CDROM at no cost Interested offerors must register electronicall y The registration form is located at httpebs1ebsAdvertisedSolicitationsasp THIS IS AN UNRESTRICTED ACQUISITION You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation Call 18882272423 for more information NAICS Code 234990 size standard 275 million

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W074 ENDIST JACKSNVLLE
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Z -- USCG Air Station Detroit, MI
Notice ID 20b7daca3cc3b9e6a738cd77a1d7e182

The purpose of this modification is to correct the title of this presolicitation notice to read as follows ZDetroit MI USCG Air Station Renovate Shop Spaces in Hangar Building at USCG Air Station Detroit MI

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Y--Mississippi River, Baton Rouge to Gulf of Mexico, Deep Draft Crossings, Hopper Dredge Rental No. 1-02, Plaquemines Parish, LA
Notice ID 081afbec472f02e9fd7f7bc8dcfa873e

NA The work consists of furnishing one fully crewed equipped hopper dredge attendant plant with a dredge discharge size not less than 24 inches inside diameter ID nor greater than 335 inches ID on a rental basis Work will be performed at the Missis sippi River Deep Draft Crossings possibly in other areas of the New Orleans District Work is estimated to cost between 100000000 500000000 IFBCD will be issued on or about Jan 23 2002 This is an UNRESTRICTED procurement Point of conta ct is Mary Catherine Renaud Telephone 5048622888 FAX 5048622889 Email marycrenaudmvn02usacearmymil You may register to receive the CD at wwwmvnusacearmymil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W07V ENDIST N ORLEANS
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
39--TWO WESTINGHOUSE ELEVATORS
Notice ID 3e81370df87ff767b11f6790f12c7ea0

NA Labor material and equipment for the modernization of two 2 westinghouse elevators units 34 located at the NOD headquarter building Install micronic VX microcomputer duplex elevator controllers ACVF hoist motor drive systems AC hoist motors new car landing systems closed restraint devices ADA fixture upgrades ADA telephones and new digital postion indicators inside each car in accordance with specification herein A site visit is highly recommended

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W07V ENDIST N ORLEANS
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09