• 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 9351 - 9360 of 7209467 results
favorite_border
favorite
66 -- Programmable Electrometer, BNC Adapter, Source Meter (all brand or equal)
Notice ID b9dc2f56c5742e217a36668837e38f6e

No Description Provided

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY
  • Office DEPT OF COMMERCE NIST
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
J -- Voyage repairs, USNS ARCTIC (T-AOE 8)
Notice ID 674b66d13ca35455c55887a21275a0de

Work is to be performed at the contractors facility Performance to commence oa 15 July 2002 for sixty 60 calendar days Antipated closing date for receipt of offers is 29 March 2002 at Military Sealift Command N10E Building 2422 Camp Pendleton Virginia Beach VA 23458 A shipcheck opportunity will be provided approximately onabout 11 March 2002 The specifics regarding the shipcheck opportunity will be provided in the solicitation Offer area restricted to East and Gulf coasts A responsible offeror shall be considered eligible if the offeror has executed a Master Ship Repair Agreement MSRA Solicitation to be issued onabout 27 February 2002 Point of Contact is Richard Bauer 7574174625

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office MILITARY SEALIFT FLT SUPP CMD NORF
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
89 -- Potential contracts to sell food commodities to USDA/Farm Service Agency.
Notice ID c36de8d3c73844ebacebaab5466d96e4

The Commodity Credit Corporation CCC US Department of Agriculture is a buyer of full truckrailcarvessel lots of food commodities for various domestic and export feeding programs Manufacturers or nonmanufacturers interested in obtaining additional information about the programs andor submitting offers on the following commodities should contact or write to the parties listed below Dairy and Domestic Operations Division Donna Ryles 8169266124 Butter Cheddar Cheese ReducedFat Cheddar Cheese Process Cheese Mozzarella Cheese Lite Mozzarella Cheese Nonfat Dry Milk Instant Nonfat Dry Milk Evaporated Milk Powdered Infant Formula Concentrated Liquid Infant Formula Bakery and Wheat Flour Corn Products Saltine Crackers Fortified Cereals Macaroni and Cheese Pasta Products Processed Cereals Instant Rice Cereal Wheat Flour Milled Rice Peanut Products and Vegetable Oil Products Export Operations Division Austen Merrick 8169266715 Wheat Flour SoyFortified Bread Wheat Flour Bulgur SoyFortified Bulgur CornSoy Blend CornSoyaMilk Instant CornSoyaMilk Cornmeal SoyFortified Cornmeal SoyFortified Sorghum Grits SoyFlour Instant CornSoya Masa Flour WheatSoy Milk SoyFortified Rolled Oats Vegetable Oil Crude Degummed Soybean Oil Whole Dry Peas Beans and Lentils Milled Rice and Bagged Whole Grains bulk Commodities Division Jerry Cornell 8169266444 Bulk Whole Grains Wheat Corn Sorghum Soybean Meal Rice Sugar Seeds Bags and Twine

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
J -- Maintenance and Repair Services for Kaman K-Max 1200 Helicopter
Notice ID 4ba2a0f00d13610192e36104e53a4a05

The US Department of State DOS Bureau of International Narcotics and Law Enforcement intends to issue a purchase order on a solesource basis to Kaman Aerospace Corporation PO Box 2 Bloomfield CT 06002 The purchase order will be for a repair estimate for a KMax 1200 Helicopter that was damaged in a training accident The repair assessment will include the entire airframe structure skin and engine These aircraft were purchased as a commercial item covered by commercial warranties which would be void should repairmaintenance actions be obtained from other than a Kaman Aerospace Corporation authorized source The repairmaintenance services will be identical to those provided by Kaman Aerospace Corporation to their commercial customers Repairmaintenance will take place at Kaman Aerospace Corporation facility in Bloomfield This is a simplified acquisition with an estimated value of less than 5000000 not to exceed Interested firms may identify their interest and capability to respond to this requirement This notice is not a request for competitive proposals and a solicitation is not available A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement Simplified Acquisition procedures will be used as well as Acquisition of commercial items for the repair of the aircraft No telephone requests will be accepted The point of contact is Lisa C Goodwine email Goodwinelcstategov Point of Contact Contact PointContracting Officer Vincent J Chaverini Jr 7038756645 Email your questions to the Contract Specialist Lisa C Goodwine Additional Information Table of Synopses

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
A -- BUILDING TECHNOLOGY RESEARCH AND SUPPORT
Notice ID 396001f7263f66999373ab9755521b08

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
T -- T-Photographic, mapping, printing, & publication services
Notice ID 57f2be3773c95aa49aea5a71c7efb3d5

The National Cancer Institute requires the following printing services and deliverables This is a combined synopsissolicitation for commercial items prepared in accordance with format in the FAR 126 as supplemented with additional information included in this notice This announcement constitutes the only solicitation and a separate written solicitation will not be issued This solicitation No RFQNCI20020NQ includes all applicable provisions and clauses in effect through FAR FAC 9727 The acquisition will be made pursuant to the authority in FAR 135 to use simplified procedures for commercial items This requirement is setaside for small business The North American Industry Classification Code is 323110 and the business size standard is 500 employees All prospected offerors should have a copy of the booklet Standard Technical Specifications for NCI Printing Requirements hereafter referred to as NCI Standard Specifications issued by DHHSNIHNCI The information in this booklet provides supplemental information necessary for potential offerors to have a complete understanding of the specifications set forth below Copies of the booklet may be requested from Cynthia Brown at 301 4024509 REQUIREMENTS Young People With Cancer revised issue PRODUCT 116 page text plus a separate 4 page cover QUALITY Level 1 printing and finishing attributes are required for this specification Reference GPO Publication 3101 for attribute requirements Printing is the predominant production function and none shall be subcontracted QUANTITY 20000 copies and the final films as required in the production of printing TRIM SIZE 578 x 918 layflat binding on the 918 dimension FURNISHED MATERIALS 1 Zipdisk consisting of Adobe art Quark page layouts from desktop created files together with laminated color proofs The contractor shall RIP films from a HiRes drum device only Capstan output is not acceptable Files contain HiRes process images as well as all other design elements PROOFS Provide 2 sets of laminated halftone dot proofs from final films stripped to show the full press sheet imposition including colorbar showing guide gripper and ruledup for all bindery marks of each form plus 2 dylux proofs with all elements in proper position folded and trimmed to final size NCI shall retain one complete set Laminated proofs shall match the required PMS colors exactly or the contractor can at their option provide press proofs for evaluation No process build or stochastic styled proofs are acceptable PAPER Cover 80 lb white 1 Patina matte finish cover target brightness of 87 Frostbrite Mountie Moistrite or an approved equal Text 80 lb white 1 Patina matte finish text target brightness of 87 Frostbrite Marcy Mountie Moistrite or an approved equal Only those papers listed above as approved 1 sheet equals will be considered See the 34th edition 0001 issue of the Competitive Grade Finder Both the text stock and cover stocks when required must be the same brand name items and all the leaves within each book must be matching All offset text stock when required must be smooth finish only Rolland Opaque is not an approved alternative sheet American mill brand manufactured papers only private label and or foreign manufactured papers shall not be acceptable INKS 4 color process PMS 127 PMS 327 and Black Ink Solid inks required no builds allowed Inks shall contain minimum percentages of vegetable oil in compliance with federal procurement mandates BINDING Layflat binding required Must be with a flexible spine and freefloating cover structure Adhesive on spine must be waterbased cold emulsion PVA polyvinyl acetate which remains flexible for life of the binding A reinforced crepe lining is to wrap over the spine Apply cover by hotor cold glue process Use of alternate adhesives will not be acceptable Score

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- Marketing Services for Southeast Alaska Discovery Center
Notice ID 3c9337554d79f69d6499be3464b4f10b

Marketing services for the Southeast Alaska Discovery Center The project consists of providing marketing services for the Southeast Alaska Discovery Center in Ketchikan Alaska The object of the services is to increase summer visitation and to increase the general year round utilization of the center The solicitation will be posted to the FedBizOpps site and also the Tongass National Forest Internet Homepage httpwwwfsfedusr10tongass on or about January 22 2002 for viewing and printing Potential quoters are requested to obtain the solicitation by way of the Internet if possible Alternatively a hard copy of the solicitation documents may be requested via fax at 9072286254 Fax requests should reference solicitation KTN0203 Telephone requests will not be honored Offers will be due approximately 20 calendar days after the issue date

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office Alaska Regional Office, R10
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Y -- Fence Construction, Prairie City Ranger District
Notice ID 090d898fe5e6c71ea8148ff38753916f

Project is located in Grant County Oregon Prairie City Ranger District Malheur National Forest Work consists of constructing 2376 feet of buck and pole exclosure fence and 4767 feet of woven wire exclosure fence Work is expected to begin in late May The Government Estimate is between 25000 and 100000 This project was previously advertised in the CBD Electronic copy will be posted in FedBizOpps on January 8 and quotes are due February 8 close of business This procurement is totally set aside for small business concerns

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office MALHEUR NATIONAL FOREST
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
Y -- Fence Construction, Prairie City Ranger District
Notice ID 8ad2d38f8f55b7807f41f0a26fb656db

No Description Provided

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office MALHEUR NATIONAL FOREST
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
89 -- COFFEE SERVICE FOR FEDERAL PRISON COMPLEX
Notice ID 8018e131981e9f8a4fde6241afbcd0d5

The Federal Correctional Complex in Coleman Florida intends to award a supplyservice contract for a coffee service to include equipment product and service capable of serving approximately 4700 patrons per day A firmfixed price contract will be awarded under the simplified acquisition procedures Vendor will supply install and maintain twentyone 21 coffee machines The equipment will be in four 4 service locations all within close proximity of each other Locations to include all of FCC Coleman Camp Low Medium USP All repairs must be completed within twentyfour 24 hours of notification Vendor must provide emergency service twentyfour 24 hours per day at no extra charge Coffee must be concentrated premium roast with disposable packaging to prepare an eight ounce medium strength caffeinated beverage No metal or glass containers Delivery schedule of the coffee concentrate will be weekly Period of Performance will be from date of Award approximately February 15 2002 through September 30 2002 The anticipated issue date of the solicitation is January 15 2002 with offers due by February 5 2002 300 pm local time EST Requests for solicitation packages may be requested via fax at 3526893056 Attn Clara A Roberts Contract Specialist Quotes must be mailed to Federal Correctional Complex Attn Clara Roberts Contract Specialist 846 NE 54th Terrace PO Box 1029 Coleman FL 335211029 Faxed quotes will not be accepted

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