• 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 9361 - 9370 of 7209467 results
favorite_border
favorite
Z -- FIRE SPRINKLER SYSTEM INSTALLATION
Notice ID 1dff75abb0127efc22c5bcf24b8abdc2

No Description Provided

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office NERO
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
99 -- Inspection and the repair of aircraft propeller
Notice ID 901407f8d6f7fb8563469416bf750a30

The US Department of Commerce DOC National Oceanic and Atmospheric Administration NOAA Aircraft Operations Center AOC MacDill ABF FL intends to overhaul PN 54H6077 Propeller Assembly SN N229843NR inspect and repair as necessary PN 7100853 Valve Housing Assembly SN 4380 and inspect and repair as necessary or overhaul if needed PN 597949 Control Assembly SN SE8209 Propeller will be removed from aircraft tail number N43RF at MacDill AFB Florida and shipped as an assembly on a propeller transportation stand provided by the aircraft Operations Center Propeller is being removed for TSO compliance Propell has 75080 hours since TSO and 128533 TT The Valve Housing Assembly has 1443 hours since TSO and 35473 TT The Control Assembly has 59133 TSO and 112583 TT The Contractor must be an Authorized Hamilton Standard Service Center covering this propeller type and have performed an overhaul on this propeller type within the last 60 calendar days All work must be accomplished within 30 days of receipt of propeller at the Contractors facility unless abnormal requirements become evident during the overhaul This requirement will be performed under Simplified Acquisition Procedures Far Part 13 The NAICS code is 336411 This is a small business setaside A copy of the Request For Quotation RFQ will be available on or about 11902 Requests may be faxed to 8164267530 Attn Sharon Walker

  • Department/Ind.Agency COMMERCE, DEPARTMENT OF
  • Subtier NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
  • Office DEPT OF COMMERCE NOAA
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
X -- Lodging
Notice ID 0b61487d65821fc25533274b53edd077

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Award Notice
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
91 -- Propane
Notice ID 922a133078bce648f4f594ffe7deb8c5

No Description Provided

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
T--Photographic, Mapping, Printing and Publication Services
Notice ID 83e74acfaf4f90310eb496e3e321ee42

The United States Department of Agricultures Design Center a unit within the Office of Communications requires the services of an Exhibit Fabrication and Installation Support Contractor The resulting contract shall be a requirements type contract in accordance with the Requirements Clause at subsection 5221621 of the Federal Acquisition Regulation FAR October 1995 The Contractor shall perform to the standards in the contract The contract period of performance shall be for one base year with four option years The purpose of the contract is to establish fabrication and installation support services for USDA The contract is designed to respond to a need which USDA has for fabrication and installation of moderate sized exhibits visitor center exhibits rehabilitation and additons to existing exhibits temporary exhibits traveling exhibitions and production of quick response media events The contract will provide USDA with assistance in producing new or rehabilitating or replacind old and outdated exhibits Independently not as an agent of the Government the Contractor shall provide all personnel equipment tools materials supervision facilities except as otherwise specified in the solicitation and other items and services necessary to perform as defined in the Performance Work Statement PWS The estimated quantities of work as listed in Technichal Exhibit 2 Workload Estimates USDA shall provide design direction standards and general specifications The Design Center uses the Macintosh computer platform and computer aided work produced by the Contractor must be usable by Macintosh It will be the responsibility of the Contractor to use Macintosh produced material by the Design Center and to ensure cross platform compatility as well as maintain up todate applications used by the Design Center For information relating to publications and forms to be used in this requirement please contact Ms Haydon on 2027206641 for an appointment Appointments will be scheduled from 930 am to 1230 pm Monday through Friday in Room 516A of the Jamie L Whitten Federal Buildidng 14th and Independence Avenue SW Washington DC 20250 NAICS CODE 541490 Size Standard 50 Million Request RFPOPPM02R18 in writing via FAX number 2027209226 No voice or email requests for the solicitation will be acknowledged

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier USDA, DEPARTMENTAL ADMINISTRATION
  • Office USDA, OCP-POD-ACQ-MGMT-BRANCH-FTC
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- Enterprise Development Project
Notice ID a2908a323e3bc3f921db52b77f8a94ac

This is the amendment 1 to the solicitation number RFP EF17602003 The purpose of this Amendment is to provide the SME Development Project Annual Report 20002001 Attachment 8 and the Inventory of nonexpendable property under the SME Development Project Attachment 10 and to include the List of Interested Parties Attachment 11 The preferred method of distribution of USAID procurement information is via the Internet or by request of a solicitation on a 35 floppy disk MS Word format Receipt of the RFPs through the INTERNET must be confirmed by written notification to the contact person noted above It is the responsibility of the recipient of this solicitation document to ensure that it has been received from the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes No phone requests will be accepted Questions must be directed to email AlmatyCOusaidgov or fax 1 413 7715698 USbased but worldwide access 7 3272 507910 or 507635 or 36 Special Note Reference Original Synopsis posted by CBDNet on December 18 2001 The USAIDCAR Regional Mission based in Almaty Kazakhstan is seeking proposals to procure services in order to improve the environment for small and medium enterprises SMEs in the five Central Asian Republics This contract has six major components five of which are key components and a final crosscutting component 1 Business Training 2 Accounting Reform 3 Business Advisory Services which would include some work with business associations in Uzbekistan Tajikistan and if conditions warrant in Turkmenistan 4 Regional Trade Promotion 5 a Quality Management Center in Kazakhstan and 6 Other CrossCutting Related Activities The preferred method of distribution of USAID procurement information is via the Internet or by request of a solicitation on a 35 floppy disk MS Word format Receipt of the RFPs through the INTERNET must be confirmed by written notification to the contact person noted above It is the responsibility of the recipient of this solicitation document to ensure that it has been received from the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes No phone requests will be accepted Questions must be directed to email AlmatyCOusaidgov or fax 1 413 7715698 USbased but worldwide access 7 3272 507910 or 507636 or 7 3272 696490 See Attachment 11 Cover Letter and Solicitation

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID/CENTRAL ASIA/KAZAKHSTAN
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
G -- Administration of Small Grants Agricultural Program in Rwanda
Notice ID 04bca8285e401188a8bfddd3e320baf9

THE UNITED STATES AGENCY FOR INTERNATIONAL DEVELOPMENTMISSION TO RWANDA USAIDRWANDA INVITES FIRMS TO SUBMIT PROPOSALS FOR THE SERVICES OF A CONTRACTOR WHO WILL IMPLEMENT AN INNOVATIVE PROGRAM TO PROVIDE DIRECT COMMUNITYBASED HIGHIMPACT STARTUP SUPPORT FOR SUSTAINABLE AGRICULTURALBASED ACTIVITIES THAT INCREASE RURAL INCOMES AND IMPROVE LIVELIHOODS AMONG PRODUCER ASSOCIATIONS AND COOPERATIVES ASSISTANCE WILL INCLUDE ECONOMIC AND MATERIAL INPUTS THROUGH THE PROVISION OF SUBGRANTS TRAINING AND CAPACITY BUILDING THE CONTRACTOR WILL BE RESPONSIBLE FOR AN INTEGRATED SET OF ACTIONS RANGING FROM SOLICITATION TO AWARD OF SUBGRANTS AS WELL AS PAYMENTS TRAINING MONITORING AND EVALUATION A COSTPLUSFIXEDFEE CPFF TYPE CONTRACT IS CONTEMPLATED THE ESTIMATED PERFORMANCE PERIOD FOR THE SUCCESSFUL CONTRACTOR IS TWO YEARS AFTER THE AWARD OF THE CONTRACT ANTICIPATED AWARD DATE OF CONTRACT IS 45 DAYS FROM THE CLOSE OF THE RFP THE AUTHORIZED SOURCE FOR GOODS AND NATIONALITY OF SUPPLIER IS USAID GEOGRAPHIC CODE 935 WHICH CONSIST OF ANY AREA OR COUNTRY INCLUDING THE COOPERATING COUNTRY BUT EXCLUDING AFGHANISTAN LYBIA VIETNAM CUBA CAMBODIA LAOS IRAN IRAQ NORTH KOREA SUDAN SYRIA AND PEOPLES REPUBLIC OF CHINA PROPOSALS WILL BE DUE AT THE SPECIFIED LOCATION IN NAIROBI KENYA AND KIGALI RWANDA 45 DAYS AFTER ISSUANCE OF THE RFP INTERESTED OFFERORS MAY REQUEST A COPY OF THE RFP BY SUBMITTING A WRITTEN REQUEST TO USAIDREDSOESA DETAILS OF THE SCOPE OF WORK SOW ARE SPECIFIED IN THE REQUEST FOR PROPOSAL RFP THE PREFERRED METHOD OF DISTRIBUTION OF USAID PROCUREMENT INFORMATION IS VIA THE INTERNET RECEIPT OF THIS RFP THROUGH INTERNET MUST BE CONFIRMED BY WRITTEN NOTIFICATION TO THE CONTACT PERSON NOTED BELOW IT IS THE RESPONSIBILITY OF THE RECIPIENT OF THIS SOLICITATION DOCUMENT TO ENSURE THAT IT HAS BEEN RECEIVED FROM INTERNET IN ITS ENTIRETY AND USAID BEARS NO RESPONSIBILITY FOR DATA ERRORS RESULTING FROM TRANSMISSION OR CONVERSION PROCESSES USAID ENCOURAGES THE PARTICIPATION TO THE MAXIMUM EXTENT POSSIBLE OF US ENTITIES THAT ARE SMALL BUSINESS CONCERNS SMALL DISADVANTAGED BUSINESS CONCERNS INCLUDING WOMENOWNED CONCERNS

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office AMER EMBASSY NAIROBI - USAID/KENYA
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- USAID-Armenia Bank Supervision-Phase II
Notice ID b09b9ca37724e98f22fe6381bd59bf25

Develop the Central Bank of Armenia supervision department that performs in accordance with best practice international standards as broadly defined by the Base Core Principles ii provide banking legislative and CBA regulatory support which empowers the bank supervision to effectively execute its responsibilities iii develop the CBAa accounting policies and procedures so as to give commercial banks clear guidance on how to conduct their accounting practices The NAIC Code for this solicitation is 541816 and the small business size standard for this procurement is a US firm which is organized for profit and whose average annual receipts during the offerors preceding three years does not exceed 5 million This procurement shall be conducted under full and open competition under which any type of organization large or small commercial for profit firms educational institutions nonprofit organizations is eligible to compete The procedures set forth in FAR Part 15 shall apply USAID plans to award a 2year cost plus fixed fee completion type contract with a total estimated cost in the range of 335 million for implementation of this activity Revealing the cost range for the contract does not mean that offerors should necessarily strive to meet the maximum amount Cost proposals shall be evaluated as a part of a Best Value determination for contract award The offeror is to propose the LOE and staffing according to the offerors approach for achieving results The offeror is also to propose key personnel postions and candidates Sections B through J of the solicitation will become the contract with blanks completed by the Contracting Officer based on the successful proposal See attachment 11 Cover Letter and Solicitation

  • Department/Ind.Agency AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Subtier AGENCY FOR INTERNATIONAL DEVELOPMENT
  • Office USAID/ARMENIA
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
S -- Grease Pumping Services
Notice ID a4d8ce70abea6484a0063ac6c87385fb

No Description Provided

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
  • Office FCI PHOENIX
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
68--GASEOUS NITROGEN TO KENNEDY SPACE CENTER & CAPE CANAVERAL AIR FORCE STATION
Notice ID c66f64279342d44d0095a245efd458fd

NASA Kennedy Space Center Procurement Office is currently conducting market research for potential sources to supply gaseous nitrogen GN2 to the Kennedy Space CenterCape Canaveral Air Force Station KSCCCAFS GN2 pipeline system to support space launch operations GN2 provided into the KSCCCAFS pipeline shall meet specification MILPRF27401D Type I gaseous Grade B with the additional requirement that the argon level not exceed 150 ppm by volume Nominal daily flowrates vary from 2500 scfm to 3600 scfm continuous flow at a minimum 5600 psig pressure Daily flowrates of up to 4500 scfm at 5600 psig minimum pressure are possible until mid2004 after which one or two launch complexes may close thus reducing GN2 consumption to current levels average 3300 scfm Launch support highflowrates vary from a minimum of 5000 scfm up to 19000 scfm for up to 16 hours or 14000 scfm for up to 24 hours all at 6500 psig minimum pressure It is assumed the contractor would use a liquid nitrogen conversion system for supporting the highflowrate requirements If true liquid nitrogen production within 60 miles would be advantageous to the mission of KSCCCAFS Very high consideration would be given to a GN2 production plant which directly feeds the KSCCCAFS pipeline and is selfsufficient for liquid nitrogen resupply for highflowrate operations within two years of contract award There exists an extensive network of NASA owned underground pipeline 25 miles six meter stations eight major valve stations telemetry system at each meter station cathodic protection systems and other appurtenances which will be operated and maintained A ninemile long gaseous helium pipeline from the CX39CCF area to CX37 helium meter station is also included since the helium pipeline makes use of GN2 systems telemetry system and has a similar cathodic protection system Operation and maintenance of these launch critical systems is required to support of the basic function of providing GN2 to the KSCCCAFS Space Port Pictures and further descriptions of the pipeline is available on the WorldWide Web at httppropellantskscnasagovgn2pipelinehtm NASA anticipates awarding a long term supply contract firm fixed price EPA adjustment included The current contract for this requirement will expire on June 30 2002 Potential sources that have knowledge experience technical expertise andor capabilities to supply GN2 to the KSCCCAFS GN2 pipeline system are requested to submit a statement of interest capability pastperformance and proposed technical approach to meeting the governments requirements to the contracting officer No solicitation exists Therefore please do not request a copy of the solicitation If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service It will be potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis Interested sources shall contact the contracting officer listed herein for additional information This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited All responses questions and comments shall be submitted in writing to the contracting officer no later than January 30 2002 Potential sources may contact Ms Lisa Morales at 321 8673860 for additional information

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Sources Sought
  • Published Date 2002-01-04 14:00:00+09