• 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 9341 - 9350 of 7209467 results
favorite_border
favorite
99--CUP, TRANSFER, FUZE "Combined synopsis/solicitation"
Notice ID 044cf50da3ae24a491099e0c01e54a43

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 N0016402Q0068 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 332710 and the business size standard is 500 employees This requirement is as follows CLIN 0001 11110 each cup transfer fuze manufactured in accordance with Department of the Navy drawing 7344497 Distribution of this drawing is authorized to DO D and DOD contractors only and can be obtained by contacting Mr Ron Smith at the addresses listed in this announcement Delivery is required FOB Destination Final inspection will be at NSWC Crane Selection for award will be based on technical compliance past performance and price Quotes that are noncompliant with any material requirement of this solicitation may be rejected without further consideration for award All responsible sources may submit a quote that will be considered by the Agency 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 522196 522134 incorporating 5224734 5222221 5222222 5222225 FILLIN 5223223 5224215 5224217 522431 522461 52 24616 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 or to obtain the drawing 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 an d considered for future discussions andor award Requests for the drawing and Quotations may be faxed to Mr Ron Smith FAX 8128543762 email address smithrgcranenavymil Complete mailing address is Mr Ron Smith Code 1162N2 Bldg 2521 NAVSURFWARCENDIV Crane 300 Highway 361 Crane IN 475225001 All required information must be received on or before 1200 PM Eastern Standard Time by 07 FEB 2002 See Note 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
66 -- Programmable Electrometer, BNC Adapter, Source Meter (all brand or equal)
Notice ID da0f39e3dc46981837f9eb534b216df7

DESCRIPTION THIS IS A COMBINED SYNOPSISSOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 126STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMSAS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED THE AWARD WILL BE MADE USING SIMPLIFIED ACQUISITION PROCEDURES This solicitation is a Request for Quotation RFQ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 200102 sections effective December 18 2001 and FAC 200103 The associated North American Industrial Classification System NAICS code for this procurement is 334516 with a small business size standard of 500 employees This requirement is 100 setaside for small businesses The National Institute of Standards and Technology NIST has a requirement for an electrometer adapter and source meter This requirement is for Keithley brand or an equivalent model Brand name or equal description is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of a product that will be satisfactory to meet the agency requirements For detailed line item requirements see attached solicitation which is located at httpwwwfedbizopsgov under solicitation number NA134102Q0149 The contractor shall deliver all line items FOB Destination to NIST Bldg 301 Shipping and Receiving Gaithersburg MD 208990001 Delivery shall occur within 30 days after receipt of the purchase order Warranty Minimum of one 1 year Please state the warranty coverage provided in your quote Award will be made to the quoter whose quote offers the best value to the Government technical price and other factors considered The Government will evaluate quotes based on the following evaluation criteria 1 Technical Capability factor Meeting or Exceeding the Requirement 2 Past Performance and 3 Price Technical Capability and Past Performance when combined are significantly more important than price Quoters shall include the manufacturer or brand name make and model of the products manufacturer sales literature or other product literature which address all salient characteristics which clearly documents that the offered products meet or exceed the specifications required and meet the needs of the Government in essentially the same manner as the brand name Evaluation of Past Performance will be based on the references provided IAW FAR 522121b10 The provision at 522121 Instructions to OfferorsCommercial Items applies to this acquisition The clause at 522116 Brand Name or Equal see attached solicitation for requirements 522124 Contract Terms and ConditionsCommercial Items applies to this acquisition The clause at 522125 Contract Terms and Conditions applies to this acquisition including subparagraphs 11 5222221 Prohibition of Segregated Facilities 12 5222226 Equal Opportunity 13 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era 14 5222236 Affirmative Action for Workers with Disabilities 15 5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 16 5222219 Child LaborCooperation with Authorities and Remedies 18 522251 Buy American ActBalance of Payments ProgramsSupplies 21 5222513 Restriction on Certain Foreign Purchases 24 5223233 Payment by Electronic Funds TransferCentral Contractor Registration and Department of Commerce AgencyLevel Protest Procedures Level Above the Contracting Officer which can be downloaded at wwwnistgovadminodcontractagencyhtm All offerors shall submit the following 1 Three 3 copies of a quotation which addresses line items 0001 through 0003 2 Technical descripti

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
  • Office DEPT OF COMMERCE NIST
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
59 -- PRECISION ALIGNMENT TOOL
Notice ID 320eda667d7065a2ced847d686f4acdc

This is a combined synopsissolicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations FAR 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 N0017302RKK01 is issued as a Request for Proposal RFP The solicitation document and incorporated provisions and clauses are those in effect through FAR dated 25 JUN 01 DFARS Change Notice 11012001 and NAPS as of 11092001 The associated NAICS code is 334413 and the small business size standard is 500 employees NRL has a requirement for a Precision Alignment Tool This tool is required for advanced photolithography and aligned wafer bonding of semiconductor substrates This tool will be used to support activities in the development of advanced high power electronic devices The development of these devices is critical to future naval capabilities This tool must meet or exceed the following minimum specifications 1 The precision alignment tool or system must be capable of precise wafer to mask alignment for photolithographic exposure The alignment tool must be with appropriate upgrades capable of aligning two wafers for wafer bonding 2 The tool must be capable of handling up to 150 mm semiconductor wafers with a wafer thickness range of 0110 mm3 Photolithographic exposure modes must include Hard soft vacuum contact and proximity 4 The tool must be capable of semiautomatic wafer loading and must be fitted with mechanical prealignment of wafers 5 The tool must have a manual alignment system with alignment accuracy of 05 micrometers including XY and Theta micrometer controls and an automatic wedge compensator with an air bearing precision stage The contact force must range from at least 0540 N and be adjustable There must be no shift between the mask and the wafer A mask holder for 5 mask plates and a wafer chuck for 4 wafers must be provided 6 The microscope for alignment must consist of a motorized splitfield microscope with high resolution CCDcameras The microscope travel range must be at least 30150 mm in the xdirection and 7070 mm in the ydirection Computer storage of objective positions for bond alignment is required The microscope objectives must have a magnification of at least 10X 7 The exposure optics system must include a 500 watt Hg lamp and power supply a dielectric mirror for 350450 nanometer wavelengths 6 field lens Fly eye lens and a fast response shutter at least a 40 millisecond response time The optical system must provide an intensity uniformity of 4 over a 6 wafer 8 The tool must include a personal computer PC and software for processes diagnostics and operation and the capability to upgrade the computer system to provide additional bonding capabilities such as backside to frontside alignment The PC must be Pentium based and have an MSWindows based operating system 9 A rack for this tool must be provided including a vibration isolation table This rack must be capable of being upgraded with a robotic autoload system 10 This alignment tool must be compatible with NRLs existing Electronic Vision Group model 501 bond tool specifically the bond chucks for wafer bonding direct anodic high vacuum 1x106 mbar high temperature 550C and themocompression bonding 11 This tool must have the capability to mount an integrated backside microscope 12 The contractor shall install this tool at NRL Washington DC NRL will provide the utilities at the installation site Installation of this system will include acceptance testing to an acceptance test plan The test plan will be submitted by the contractor and approved by NRL prior to the commencement of installation 13 After installation at least 24 hours of onsite operat

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NAVAL RESEARCH LABORATORY
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
58--KENWOOD (LTR) VHF TRUNKING SYSTEM
Notice ID 8095ad0c718bd534494ac84ad285dae9

The Naval Surface Warfare Center Dahlgren Division will solicit on a sole source basis to MidAtlantic Communications Inc for the purpose of a Kenwood LTR VHF Trunking System with capacity for up to 32 systems250 talking groups with capacity for 600 channels in trunked mode Subject system must be compatible with the encryption mechanism installed in the Kenwood Portable and Mobile Radios and must be capable of accommodating encryption of radio communication systems The sole source nature of this procurement is driven by the need for compatibility with existing equipment and the avoidance of duplicative cost to the Navy This action will be purchased using Simplified Acquisition Procedures with an anticipated award during the first quarter of FY2002 Any questions regarding this procurement should be addressed to the attention of XDS11 Branch at 5406537478

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC DAHLGREN
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
70--NORTEL FLASH MEMORY CARDS FOR AEGIS BASELINE 6 COMPUTER SYSTEMS
Notice ID 3d0518249b8004302392ddf1e5d0bc40

The Naval Surface Warfare Center Dahlgren Division intends to purchase the following items on a Sole Source basis from CABLExpress Technologies one hundred 100 Nortel ASN 16MB Flash Spare Formatted Part AA0011005 These items will be acquired utilizing Simplified Acquisition Procedures The closing date is 14 January 2002 Anticipated award date is 16 January 2002 All items are to be priced FOBDestination Dahlgren VA Delivery shall be 30 days after receipt of order THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE Electronic quote submission is encouraged at XDS12nswcnavymil but the quote may also be faxed to 540 653 4089 or delivered to the Naval Surface Warfare Center Dahlgren Division Attn XDS128 Bldg 183 Room 104 17320 Dahlgren Rd Dahlgren VA 224485100

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC DAHLGREN
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
70-- COMPAQ OPEN VMS SOFTWARE
Notice ID 88d70c456468e1987271e7907852fb5e

The Naval Surface Warfare Center Dahlgren Division intends to purchase the following items on a Sole Source basis from Logicon DPC one 1 Open VMS AXP Base Software product desc 4187 System License Part QLMT1AG6L one 1 Compaq NAS client 250 for Open VMS Alpha System Software product desc 4457 Part QLXVEACZE one 1 Compaq Volume Shadowing for Open VMS Alpha Part QL2A1AGZB one 1 DEC Forms Development for Open VMS Software product desc 2990 Part QL0J8AGZB one 1 Compaq FMS for Open VMS Software product desc 4506 Part QLMVSAGZB one 1 Compaq Fortran for Open VMS Alpha Software product desc 2516 Part QLMV1AGZB Compaq C for Open VMS Alpha Software product desc 7057 Part QL0HQAGZB one 1 Open VMS AXP Base Software product desc 4187 Part QLMT1AG6L one 1 Compaq NAS Client 250 for Open VMS Alpha System product desc 4457 Par t QLXVEAGAA one 1 Compaq Volume Shadowing for Open VMS Alpha Part QL2A1AGZB one 1 DEC Forms Development for Open VMS Software product desc 2990 Part QL0J8AGZB one 1 Compaq C for Open VMS Alpha Software product desc 2538 Part QLMU7AGZB These items will be acquired utilizing Simplified Acquisition Procedures The closing date is 14 January 2002 Anticipated award date is 16 January 2002 All items are to be priced FOBDestination Dahlgren VA Delivery shall be 30 days after receipt of order THE GOVERNMENT WILL NOT ISSUE A WRITTEN REQUEST FOR QUOTATION AS ALL ITEMS ARE IDENTIFIED IN THIS NOTICE Electronic quote submission is encouraged at XDS12nswcnavymil but the quote may also be faxed to 540 6534089 or delivered to the Naval Surface Warfare Center Dahlgren Division Attn XDS128 Bldg 183 Room 104 17320 Dahlgren Rd Dahlgren VA 224485100

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC DAHLGREN
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
15--Longeron
Notice ID de61098254c83c60388925032e12cf7b

The proposed action is for suppliesservices for which the Government intends to issue a sole source contract to Master Machine Corporation under the authority of FAR 63021 The requirement is for Longeron EX Part 13751512A Qty 10 each and Longeron Part 13751511 Qty 10 each Simplified Acquisition procedures will be used THIS SYNOPSIS IS PUBLISHED FOR INFORMATION PURPOSES ONLY NO SOLICITATION DOCUMENTS WILL BE ISSUED The Government believes that only one responsible source can provide the suppliesservices that will satisfy the agency requirements A Justification for Other than Full and Open Competition has been prepared in support of this acquisition Firms that recognize and can provide the required items described above are encouraged to identify themselves and give written notification to the Contracting Officer Firms believing they can provide simila r required items must provide supporting evidence that they can furnish these supplies and meet all specifications A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government This contract will be issued on an unrestricted basis under Standard Industrial Code 3728 NAICS 336413 with a small business standard of 1000 employees Inspection and acceptance will be at origin Inquiries must be received no later that 300 pm PST January 18 2002 and will be accepted via FAX 6195321088 or 6195322287 Attn Nicole Hunga 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 a6234ff64ef16757d62a3979931fb69f

No Description Provided

  • 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 35ca5d8082149c7c06c98d94235dd0fe

IMPORTANT NOTICE DFARS 2522047004 Required Central Contractor Registration applies to all solicitations issued on or after 060198 Lack of registration in the CCR database will make an offeror quoter INELIGIBLE FOR AWARD Please ensure compliance with this regulation when submitting your quote Call 18882272423 or visit the Internet at httpwwwccrgov for more information This announcement is published as a Total Small Business SetAside action per FAR 522191 and 522196 this means you must be a small business quoting the product of a smallbusiness manufacturer all eligible responsible sources may submit an offer This is a combined synopsis solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 126 as supplemented with additional information included in this notice This announcement constitutes the ONLY solicitation quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED Solicitation number RFQ N0024402T0273 applies an electronic copy of the RFQ can be accessed at httpwwwneconavymil This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 200101 and DFAR Change Notices effective through 100101 The standard industrial code is 2326 NAICS 315225 and the business size standard is 500 employees The agency need is for Navy blue Nomax coveralls This requirement is for a fixed priced contract for six 6 line items as follows Item 0001 200 each coveralls PN 56006 size medium regular Item 0002 150 each coveralls size large regular Item 0003 20 each coveralls size small regular Item 0004 50 each coveralls size xlarge regular Item 0005 5 0 each coveralls size medium long Item 0006 30 each coveralls size large long All items are to be delivered to USS Constellation at North Island CA The provision at FAR 522121 Instructions to Offerors Commercial Items applies Addendum to FAR 522121 Paragraph b5 Offers shall provide an express warranty which at a minimum shall be the same warranty terms including offers of extended warranties offered to the general public Express warranties shall be included in the contract Clause 522124 Contract Terms and Conditions Commercial Items applies as well as the following addendum clauses FAR 2191 Small Business Program Representations FAR 522196 Notice of Total Small Business SetAside FAR 522115 Material Requirements 5223218 Availability of Funds The clause at 522125 Contract Terms and Conditions Required to Implement Statute s or Executive Orders Commercial Items applies with the following applicable clauses for paragraph b FAR 5222226 Equal Opportunity FAR 5222235 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 5222236 Affirmative Action for Workers with Disabilities FAR 5222237 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era DFARS 2522127001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses applicable for paragraph b DFARS 2522257001 Buy American Act and Balance of Payment Program and DFARS 2522257012 Preference for Certain Domestic Commodities OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS FAR 522123 Offeror Representation and Certifications Commercial Items The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and pricerelated factors In addition NAVSUP 52522159402 Notice to Prospective Offerors and 52522159403 Additional Evaluation Factors Contractor Evaluation System Red Yellow Green Program applies Note The full text of the Federal Acquisi

  • 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
13--Thrust Adapter
Notice ID 9b73d66cd9a449924b8c3ee1f413df08

Thrust Adapter in accordance with drawing number 13350001 Rev B FSC Code 1340 NAICS Code 332995 This solicitation will be available for downloading from our website beginning approximately 25 Jan 02 Prior to this date you will not be able to access this solicitation When available copies of this solicitation can only be obtained from the NSWC Indian Head Division Internet webpage To register for this solicitation you must email the following information directly to Susan Turner at turnersl2ihnavymil Solicitation number in subject line of your email name of the requestor organization name address telephone and fax number and your email address Use your email read notification feature to confirm the buyer receipt of your registration The government is not responsible for any undelivered email transmissions It is the requestors responsibility to per iodically check the IHDIV Contracts Division website for current status of solicitations and amendments Once the solicitations has been issued on the internet the buyer will send and email message to the registered requestors informing them that the solicitation is now available for downloading off the internet Copies of issued solicitations can only be obtained by downloading them from the IHDIV Contracts Division website at httpwwwihnavymilcontracts copies of solicitations will not be emailed faxed mailed or provided in person these types of requests will not be acknowledged NOTE All offerors will be ineligible for award unless they have registered in DODs Central Contractor Registration database

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