• 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 9241 - 9250 of 7209467 results
favorite_border
favorite
Y--Renovation of Director’s Suite, Building 1000, USACE Engineer Research and Development Vicksburg, MS
Notice ID 9723e2ba5af8bcbc7a40fd3632598248

NA The work consists of removing asbestos and remodeling approximately 3590 sf of Building 1000 at the US Army Corps of Engineers Engineer Research and Development Center located in Vicksburg Mississippi The work requires removal and abatement of asbe stos insulation and duct isolation fabric throughout the building demolition of existing walls ceiling HVAC duct lighting and electrical reconstruction of new walls ceiling floor HVAC duct lighting and electrical supply providing asbuilt drawing s both blueline and electronic and environmental protection The estimated value of the proposed work is between 10000000 and 25000000 Plans and specifications will be available on the Vicksburg Consolidated Contracting Office Web Page at http wwwmvkusacearmymilcontract and on compact disc at no charge Hardcopies will not be available The CD may be requested electronically by registering on our homepage or mailing your request to VCCO at 4155 Clay Street Vicksburg MS 391833435 FAX No 6016317798 Issue date on or about 02 Feb 02 Bid opening date on or about 12 Mar 02

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W07V ENDIST VICKSBURG
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
S--Mowing and Trimming Services, Harlan County Lake Project, Republican City, Nebraska
Notice ID bece12f08b64153cd0200e0b41314962

NA The work and services consist of mowing and trimming services for roadways and park areas at the Harlen County Lake Project Office near Republican City Nebraska in accordance with the Performance Based Work Statement Provide all manpower equipment fu el tools supervision and other items and services necessary to provide mowing and trimming of public use areas at the Harlen County Lake Project Office near Republican City Nebraska This solicitation contains a Base Year plus four option years The service period for the Base Year FY02 is from 01 April 2002 through 30 September 2002 The period of performance for Option Year I FY03 is from 01 October 2002 through 30 September 2003 The period of performance for Option Year II FY04 is from 01 October 2003 through 30 September 2004 The period of performance for Option Year III FY05 is from 01 October 2004 through 30 September 2005 The period of performance for Option Year IV FY06 is from 01 October 2005 through 30 September 2006 This will be a Best Value Award Solicitations will be available on the Corps of Engineers website wwwnwkusacearmymilcontractcontracthtml after 16 January 2002 or upon request by contacting Alice Jeffres at 816 9833831 Questions regarding the solic itation may be answered by contacting Alice M Jeffres at 816 9833831 or via email at AliceMJeffresusacearmymil Questions regarding technical requirements may be answered by Larry Janicek at 308 7992105 NOTE Please reference DOD DFAR 252 2047004 Required Central Contractor Registration Prospective contractors must be registered with CCR prior to contract award The CCR web page address is wwwccr2000com or one may telephone 18002272423 for the Contractor Registration Assistant Center

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W071 ENDIST KANSAS CITY
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
S--MOWING SERVICES, PAT MAYSE LAKE, TEXAS
Notice ID 0643c22e266508c92b86621558e4b27d

NA Mowing trimming and edging of public use areas the dam embankment and other project lands at Pat Mayse Lake Texas This procurement is advertised as a Commercial Item using Simplified Acquisition Procedures Plans and Specifications will be available on or about January 17 2002 and will be provided in a printed hard copy format Registration for plans and specifications MUST BE MADE VIA OUR INTERNET HOME PAGE at wwwswtusacearmymil select Information Contracting Opportunities No phone calls to order please All orders will be mailed via first class mail Request for special handling FedX etc will not be honored Contracting information current solicitations bid results and contract awards is also available on the Tulsa District ho me page For questions please call Ms Tammy Moreno Contracting Division 9186697462 See Notes 1

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W076 ENDIST TULSA
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
19--OVERHAUL OF THE SEAGOING DREDGE MCFARLAND
Notice ID c615889f921b20baa92fb4e99438408b

NA The US Army Corps of Engineers Philadelphia District intends to award a firm fixed price Job Order under a Master Agreement for Repairs and Alterations of Vessels for the Overhaul of the Sea Going Dredge McFARLAND The vessel is an all steel Seagoing Hopper Dredge The vessel is 300 feet in length with a beam of 72 feet and a depth of 33 feet The loaded draft of the vessel is 23 feet 0875 inches forward and aft and a light draft of 15 feet 3 inches forward 16 feet 6 inches aft Gross tonna ge is 6036 tons loaded and 5644 tons light The Government will deliver the vessel in open water near the contractors facilities A portion of the work to be performed consists of the following drydocking utilities and services cleaning and gasfre eing of fuel and oil storage tanks jetting pump repairs replacement of dredge piping life raft recertification rebuilding of ALCO propulsion engines replacement of port and starboard rudder pintles and bearings overhaul of the drag winch motors hull painting dredge pump repairs hopper door operating mechanism repairs and recertification of the firefighting system A Drydock Examination and Inspection for renewal of the US Coast Guard Certificate of Inspection and an Annual Load Line Survey for t he renewal of the American Bureau of Shippings International Load Line Certificate Upon completion of the work the vessel will conduct dock and sea trails prior to delivery back to the Government Prospective contractors must have or be capable of en tering into a Master Ship Agreement and have the required drydocking capabilities for the vessel The area of consideration will include facilities between Maine and Texas and the East and Gulf Coasts of the United States for evaluation of bids purposes Repair facilities located north and south of Philadelphia Pennsylvania will have their bids surcharged 16620 per nautical mile to and from Philadelphia Solicitation No DACW6102B0005 will be issued on or about 4 February 2002 with a closing date of on or about 6 March 2002 at 1415 hours The vessel will only be available on February 12 2002 for the purpose of conducting a site visit Contractors are required to contact Mr Mark Saylor 215 6566745 at least 24 hours prior to coordinate the si te visit The vessel will be available for repairs on March 2002 for repairs The total performance period for this procurement will be Sixty 60 calendar days A bid guarantee and performance and payment bonds will be required and liquidated damages m ay be applied for failure to complete the work within the designated performance period Prospective contractors interested in receiving a solicitation must be registered in the Central Contractor Registration Database Information for getting registered can be obtained by calling 18882272423 or the Internet at httpwwwccr2000com as required by DFARS 2047300 Instructions will be included in the Solicitation All offers are to be delivered to the Corps of Engineers Wanamaker Building Room 643 100 Penn Square East Philadelphia Pennsylvania 19107 ATTN Mr E Savoy Any questions can be directed to Mr Savoy at 215 6566913 Solicitation documents will be furnished only on the website This office will not accept any telephonic writt en or faxed requests for a copy of the solicitation Offerors may view andor download the solicitation and all amendments from the Internet at the following address at httpsebsnapusacearmymil on or after issue date of the solicitation however th e official media of distribution for this solicitation is the website Award will be made as a whole to one bidder If any information changes during the advertisement period contractors are responsible to make changes to their user profile on the Intern et Failure to make changes in their user profile may cause a delay in receiving notice of the solicitation or any amendments The contractor

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W2SD ENDIST PHILADELPHIA
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
38--DIAMOND WIRE SAW AND ACCESSORIES
Notice ID 28fae1d5921df8cbfdb96a3a25d419c7

NA The Nashville District Corps of Engineers is soliciting quotes to furnish and deliver complete and ready for operation one new hydraulically operated diamond wire saw and accessories The diamond wire saw equipment should be similar and equal to a model as is generally sold commercially The saw shall be equipped with a thirtyinch drive wheel and carriage cylinder Accessories shall include ten and twelve diameter idler sheaves idler combo brackets sheave holders and sheave connectors All sheaves shall accommodate 11 through 15 mm diameter wire rope The wire saw power unit and accessories shall be delivered within thirty calendar days after receipt of contract All equipment and accessories shall be shipped FOB destination A solicitation shal l be made available through the following website httpwwwornusacearmymilcontracting to all interested parties on or about 23 January 2002 It is anticipated that the quotes for Solicitation DACW6202T0002 could be due on or about 8 February 200 2 This Solicitation is 100 Small Business SetAside The NAICS code is 421810 Size standard for Small Business is 100 employees Solicitations may be downloaded from the above mentioned site If unable to access via the web contact Beryl C Newsom e Contract Specialist at 615 7367933 All offerors must be registered in the Central Contract Register in order to be awarded a Government contract or be paid on a newly awarded Government contract Beryl C Newsome may also be contacted via email BerylCNewsomeusacearmymil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W072 ENDIST NASHVILLE
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
Notice ID bbed28168a241bf942ea853e9df33a0a

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 Ione Cataldo Telephone 5048622882 FAX 5048622889 Email ionemcataldomvn02usacearmymil 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
58--Market Survey For Monitor Only station used with VIS
Notice ID 1cd5c1327d282cf79cfab5423678b331

NA This is a Market Survey to locate sources of supply for Monitor Only Station It is used with the ANVIC3V also called the Vehicular Intercommunications System VIS This item shall interoperate with existing ANVIC3V systems The Monitor Only Station shall provide monitoring of intercom activity only and shall not allow talk or keying capability by the user Performancebased technical data for the manufacture test and acceptance of these items is available from the government The source must provide with his response the performance specification test plan and test data as applicable to show interchangeability and interoperability with the existing ANVIC3V The response must include documentation eg test results or a statemen t from the previous source that the supplier can in fact supply the Monitor Only Station that will be form fit and function interchangeable and interoperable with the existing ANVIC3V systems from the previous known supplier Northrop Grumman Corpor ation The item may be considered a Commercial Item CI or a NonDevelopmental Item NDI Known modifications if any necessary to meet Government requirements should be detailed Successful supplier will be required to warrant that the item to be s upplied will satisfactorily perform when used for the purpose intended by the Government Suppliers capable of furnishing this item must so indicate by writing to Commander CECOM ATTN AMSELLCCOMRVI Fort Monmouth New Jersey 077035000 The deadl ine for response to this notice is Feb 01 2002

  • 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
Z -- CN02 RPR Family Housing Phase 2
Notice ID c2dee3242c1a2591fc66cf6a13a25c55

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
59 -- Telescoping Antenna Mast
Notice ID 7f71be6dffe2b7dad25aa9388bfa769e

This is a synopsis for commercial items This announcement with the accompanying solicitation constitutes the only solicitation proposals are being requested and a written solicitation will not be issued The Government intends to procure the items shown on the attached solicitation FOB destination This procurement is not setaside for small business participation The brand named items have been identified as meeting or exceeding the Governments minimum requirements but are not established as standards upon which other offered brand named items will be evaluated If the equipment proposed is the same as in the solicitation ie same manufacturer and part number the offeror need only make a statement to that effect If the offeror is proposing other manufacturers or part numbers the offeror shall identify the manufacturer and part number The offeror shall also provide complete technical data It is the offerors responsibility to provide sufficient technical data to allow the Government to determine if the proposed substitution meets the Governments needs All responsible sources may submit a quote which shall be considered by the agency Offers may be mailed to TELEVISION AUDIO SUPPORT ACTIVITY Sacramento Contracting ATTN Don Neal 3230 Peacekeeper Way Bldg 209 McClellan CA 95652 Facsimile and email responses are acceptable FAX to 916 6434032 ATTN Don Neal Hard copies of the faxed or email proposal must be received within 3 days of the fax or email To be eligible to receive an award resulting from this quotation Contractor must be registered with the Central Contractor Registration CCR database NO EXCEPTIONS To register you may apply through the Internet at httpccr2000com You must include your Dun Bradstreet DUNS number in order to apply The offeror representations and certifications required may be downloaded from ftpwwwtasaarmymilpubReps20and20Certs

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
83 -- Field Pack and Straps
Notice ID fe27a4d39d9c0ef0c4353dfe5fa81cad

No Description Provided

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON INDUSTRIES, INC
  • Office FEDERAL PRISON INDUSTRIES, INC
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09