• 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 9331 - 9340 of 7209467 results
favorite_border
favorite
V -- FAST PASSENGER FERRY SERVICES
Notice ID 70084b1b9f19ac82bfbda5cfb5b1293c

The Fleet and Industrial Supply Center Puget Sound has a requirement for fast passenger ferry services in support of a US Naval vessel during the period of 15 Mar 2002 through 05 Jun 2002 The contract may include options for upto 3 additional weeks The vessels will be required to transport upto 500 US Naval personnel backforth between Naval Station Bremerton Bremerton WA and Todd Shipyards Seattle WA each day during that period Although it is preferred that the vessel be able to transport all 500 Naval personnel on a single run the Government will allow for a second run if the vessels being proposed will not accommodate all 500 personnel in a single run Due to scheduling issues the Government will not allow for more than 2 runs each morning and afternoon A transit time of 1 hour of less is required The vessel proposed must be in compliance with the Jones Act ie a US Flag vessel manufactured in the United States This acquisition will be solicited utilizing the procedures of FAR Part 12 Commercial Acquisition Additionally the acquisition will be solicited as a 100 small business setaside It is anticipated that the RFQ will be issued on or about 18 Jan 2002 with offers due by 31 Jan 2002 When issued the RFQ will be posted on the Navy Electronic Commerce Online NECO web link wwwneconavymil All offerors wishing to submit an offer are responsible for downloading their own copy of the RFQ from this website WinZIP or equivalent is required and to frequently monitor that site for any amendments to the RFQ No telephone or fax requests for the RFQ package will be accepted An email request to victorbangkicopugetfiscnavymil will be accepted in the event an offeror experiences problems downloading the RFQ from the NECO website No bidders list will be maintained by this office No paper copies of the RFQ andor amendments will be mailed Failure to respond to electronically posted solicitations or quotes and associated amendments prior to the date and time set for receipt of proposals or quotes may render your proposal or quote nonresponsive and result in the rejection of same Numbered Note 1 applies

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP FLT LOG CTR PUGET SOUND
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
34 -- SIX INCH PIPE BENDER
Notice ID c743e5465aace5f5df0392cce488432c

TurnKey 6 inch pipe bender to include the preparation of work site the assembly installation and testing of the equipment training of operators and maintenance personnel commercial installation planning drawings operatormaintenance manuals and consumable spare parts list Contractor personnel to perform work onsite must be US citizens Quantity 1 lot FOB Destination Puget Sound Naval Shipyard Bremerton WA

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP FLT LOG CTR PUGET SOUND
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
16---Controller,Air Pres - And Other Replacement Parts
Notice ID d22ff18e6801c702de9af72968853cb6

NSN 7R1660012567673EE Ref Nr 123AV533493 Qty 3 EA Delivery FOB Origindrwgsspecs not availaable See Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
93--Honeycomb Alloy
Notice ID 06ae955d6d69573371d108f6e1c4a0ee

The Fleet and Industrial Supply Center San Diego intends to procure Honeycomb Alloy 7058 Expanded Dura Core HC Panel 5056 Alloy 53 Density 532 Cell 0015 Foil H39 Heat Treatment 70 062MILC7439G Revision G Amendment 1 Grade B Heat Treat H39 Note Certificate Of Confirmation Of Test Results In Compliance With MILC7438G Heat Treat H39 Must Accompany Material Quantity 4 each The North American Industry Classification System NAICS code is 422610 Small Business Size Standard 100 employees The SIC code is 5162 Simplified Acquisition Procedures will be used Solicitation number N0024402T0277 applies FOB Origin Inspection and acceptance will be performed by the cognizant DCM office This procurement is restricted all responsible small businesses may submit an offer which will be considered It is anticipated that the solicitation will be a vailable by 11 January 2002 on the web link below It is the responsibility of the interested parties to independently review the referenced web link frequently for updates to any and all documents Potential offerors will be responsible for downloading their own copy of the solicitation and amendments if any NO PAPER COPIES OF THESE DOCUMENTS WILL BE ISSUED To download a copy of the solicitation go to httpwwwneconavymil and click on business opportunities Enter the solicitation number without the dashes N0024402T0277 and click on the Search button Please submit all inquiries regarding this solicitation IN WRITING to the Contract Specialist Nicole Hunga via Fax at 6195321088 or via email at nicolemhungasdfiscnavymil

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP FLT LOG CTR SAN DIEGO
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
84--Navy blue nomax coveralls, assorted sizes for the USS Constellation.
Notice ID bbe3275e2d4470e5e43a71748e2575ec

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP FLT LOG CTR SAN DIEGO
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
80 -- Powder Paint and Servicing
Notice ID 1d9b92ddc4a0384cb1b98f04b459588c

This is a combined synopsissolicitation for commercial Powder Paint for delivery in seven 7 calendar days to the following locations prepared in accordance with the format in Subpart 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation proposals are being requested and a written solicitation will NOT be issued The solicitation number is MT60902 and this solicitation is issued as a Request for Proposal for a 5 year Requirements contract The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9727 The Standard Industrial Classification code is 2816 Inorganic Pigments and the small business size standard is 500 The Classification Code is 8010 The NAICS number is 325131 The vendor must for receipt of delivery order and notice for performance remediation include the contractors point of contact The Solicitation is placed on the UNICORs Website wwwunicorgovprocurementmetals from which the solicitation attachments and all required forms may be downloaded for completion using the Navigate To box by scrolling down and clicking on the Procurement Forms line The contractor must offer prices on all specified line items for all locations only based on the estimated quantities for the life of the contract The minimum delivery order dollar amount is 60 dollars The maximum delivery order amount per line item is 50000 and the maximum delivery order amount for a combination of line items is 100000 Variationinquantity is 55 no exceptions Historically UNICOR has purchased on average approximately 1000 per line item of Powder Paint per delivery order UNICOR will issue paint samples to offerors determined to be in the Competitive Range after evaluation of the technical proposals received by the due date for proposals and before the CBE reverse auction described below After the CBE UNICOR representatives may visit the production facilities of the top three offerors determined from a bestvalue evaluation of responsive offerors to determine and assure their capabilities in responding performing supporting and servicing UNICORs paint requirements under this contract The award shall be made to the offeror determined to be the bestvalue considering price past performance technical and the site visit Offerors must bid their prices through the CBE to be considered responsive The awardee shall in performing in accordance to the contract provide UNICOR paint samples within 15 calendar days after award that will include twentyfive 25 3by5 Que Panels of each color for testing and approval including inhouse test reports for all criteria except for the salt spray requirement A Notice to Proceed will be issued to the awardee immediately after approval and satisfactory testing of the samples The awardee will then have 30 days to prepare for the receipt and performance on Delivery Orders from any of the factories listed in this solicitation according to the delivery time stated in the contract on an as needed basis for 5 years after the Notice to Proceed is issued Failure to provide samples meeting specifications and testing within the time frame stated may result in a Termination for Default and an opportunity for award will be given to the next bestvalued Offer The contractor will only deliver items and quantities specified by individual delivery orders placed by acting Contracting Officers from the respective factory locations Items shipped without a delivery order will be returned to the contractor at the contractors expense The contractor will assure wrapping and packaging of the material to be according to stated specifications Delivery Hours are Monday through Friday 730am to 230pm excluding Federal Holidays Delivery shall be FOB destination in 7 calendar days ARO At Receipt of Order UNICOR U

  • 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
favorite_border
favorite
59--Transformer,Pulse
Notice ID 62d26002ca2008296fbcbecc1406f235

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT MECH
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
43--Block Assembly,Valv
Notice ID 75cf7e5169d8821cfe73fa6b7747ed64

NSN 7H4320010335600 SPEC NR TDP VER 002 Ref Nr 834448 Qty 8 AY Delivery FOB Origin See Notes 926

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVSUP WEAPON SYSTEMS SUPPORT MECH
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
13--DECOY INFRARED COUNTERMEASURE "Combined Synopsis/Solicitation"
Notice ID 686add2f6ce89d2e4ca63dd1020478f3

This is a combined synopsissolicitation for noncommercial items prepared in accordance with the format in FAR Subpart 13 as supplemented with additional information included in this notice This announcement constitutes the only solicitation proposals are being requested and a written solicitation will not be issued Solicitation number N0016402Q0065 applies and is issued as a request for quotation RFQ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200101 as well as DCN 20011206 The North American Industry Classification System NAICS Code is 325920 and the business size standard is 500 employees This requirement is as follows CLIN 0001 60 each MJU51B Decoy Infared Countermeasure with 100 each one piece cases Delivery is required FOB Destination within days after award Fi nal inspection will be at NSWC Crane The government intends to award this action on a solesource basis to Alloy Surfaces Co Inc 121 North Commerce Drive Aston PA 19014 based on the fact the company owns the patent on the technology and the specifications are proprietary to Alloy Surfaces The small business small purchase setaside has been dissolved and only the large business Alloy Surfaces will be solicited A FirmFixed Price purchase order will be awarded using Simplified Acquisition Procedures The following provisions and clauses apply 522046 522074 FILLIN 522096 522115 5221114 DO 5221115 522191 FILLIN 522134 incorporating 5224734 5222221 5222222 5222225 FILLIN 5223223 5224215 5224217 522431 522461 5224616 522491 522498 522522 522531 2522047001 2522047003 2522047004 2522257000 2522257001 2522257002 2522257017 2522257009 2522257035 2522257036 2522437001 2522467001 NOTE Provisions with a Fillin MUST be filled out completely and submitted with the offer Please provide your Commercial and Government Entity CAGE code and Contractor Establishment Code DUNS number To be eligible for award you must be properly registered in the Governments Central Contractor Registration CCR Offerors may obtain information on CCR registration and annual confirmation requirements by calling 18882272423 or via the Internet at wwwccrgov If a change occurs in this requirement only those offerors that respond to this announcement within the required time frame will be provided any changesamendments and considered for future discussions andor award Quotations may be faxed to Ron Smith FAX 8128543762 or email smithrgcra nenavymil All required information must be received on or before 1200 PM Eastern Standard Time by 18 Jan 2002 See Notes 22 and 26 Our mission is to provide quality and responsive acquisition services for this Command In an effort to continue to improve our services we are conducting a survey of our vendors This survey may be found on the World Wide Web at the following address httpwwwcranenavymilsupplyVendorSurveyhtm Your comments will help us determine if we are accomplishing this and show us ways to improve our processes Please consider taking the time to complete the survey

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC CRANE
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
13--MATCH GRADE AMMUNITION "Combined Synopsis/Solicitation"
Notice ID 992af139bdd4f7db12363bac554a0b61

This is a combined synopsissolicitation for commercial items prepared in accordance with the format in FAR 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation proposals are being requested and a written solicitation will not be issued Solicitation Number N0016402Q0067 is hereby issued as a request for quotation RFQ The proposed contract is 100 setaside for small business concerns and is being solicited on a solesource basis to Black Hills Ammunition in Rapid City SD and will be used by the Marine Corps International Rifle Team Various ammunition and ammunition components from several manufacturers have been purchased in the past and tested and the Marine Corps Team has mandated Black Hills specifically for the International Rifle Team for use in competition matches Incorporated provisions an d clauses are those in effect through Federal Acquisition Circular 200101 as well as DCN 20011206 The North American Industry Classification System NAICS Code for this procurement is 332992 and the size standard is 500 employees This requirement is for the following CLIN 0001 70 cases 1000 rounds per case commercial 9MM match 124 grain cartridges CLIN 0002 60 cases 1000 rounds per case commercial 9MM match 115 grain cartridges Delivery is required FoB NSWC Crane IN 47522 within 60 days after award Final inspection will be at destination Quotes that are noncompliant with any material requirement of this solicitation may be rejected without further consideration for award This will be a firm fixed price contract and will be awarded utilizing Simplified Acquisition Procedures The contractor shall extend to the Government the full coverage of commercial sal e warranty provided such warranty is available at no additional cost to the Government Clausesprovisions 5221114DO 5221115 522121 522123 Alt l FILLIN NOTE Paragraph b does not apply This provision MUST be filled out completely and submitted with the offer 522124 522125 incorporating 5222221 5222226 5222235 5222236 5222237 5222513 5223233 522196 2522047004 2522127001 The offeror shall provide its Commercial and Government Entity CAGE Code Contractor Establishment Code and Tax Identification Number To be eligible for award you must be properly registered in the Governments Central Contractor Registration CCR Offerors may obtain information on CCR registration and annual confirmation requirements by calling 18882272423 or via the internet wwwccrgov If a change occurs in this requirement only those of ferors that respond to this announcement within the required time frame will be provided any changesamendments and considered for future discussions andor award All responsible sources may submit an offer which will be considered by the agency Quotations may be faxed to Mr Ron Smith FAX 8128543762 or email address smithrgcranenavymil All required information must be received on or before 1200 PM Eastern Standard Time by 25 JAN 2002 See note 22 Our mission is to provide quality and responsive acquisition services for this Command In an effort to continue to improve our services we are conducting a survey of our vendors This survey may be found on the World Wide Web at the following address httpwwwcranenavymilsupplyVendorSurveyhtm Your comments will help us determine if we are accomplishing this and show us ways to improve our processes Please consider taking the time to complete the survey

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