• 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 9371 - 9380 of 7209467 results
favorite_border
favorite
66--Additional specifications for Power Amplifier to replace an existing out of date unit.
Notice ID 672c7153dd6760e850d96d9e03cf1833

NA The US Army Robert Morris Acquisition Center intends to solicit pursuant to 10 USC 2304c 1 See Note 22 the following company Ling Dynamic Systems Incorporated 60 Church Street Wallingford CT 064922340 for Model DPA 130140 Power Amplifier with the following features Totally Air Cooled Control Panel with Lighted Interlocks Three Bay Cabinet Automatic Sequencing Interlock PCB Included Direct Coupled and One Site StartupIntegration The Power Amplifier must be in accordance with the follow ing specifications 1 The amplifier must be capable of interconnection with the existing CU964 Field and Armature Coil Cooling Unit the FP57 Field Power Supply and the W964LSHBT1220 Hydraulic Table Pump The amplifier must be able to be connected to a ll interlocks and safeties be installed to original manufacturer system specifications and be viewed at a central remote control panel located approx 125 feet from the shaker system All start up amplifier controls must be able to be initiated from the same location and all interlocked monitored No safety or interlock can be compromised 2 The amplifier must be integrated with the existing 964LS shaker system so that parts are available and in stock for all system components Service to all compone nts must be performed by personnel familiar with all system components and shall guarantee complete system performance according to original manufacturer specifications Factory support must be located at an east coast site in order to expedite emergency repairs within a 24hour period to avoid expensive test delays Factory service will be accomplished by means of a maintenance contract and will include both the shaker components and the new amplifier 3 The amplifier must include RFI filters on each po wer module in order to minimize radio frequency interference and include transient protection systems that ensure no electrical spikes are passed through the amplifier on turn on or off The amplifier must have synchronized loss protection which monitors the input power supply and controls the output signal which activates safe shutdown when power fails These features avoids potential damage to the shaker armature and also to our test items 4 The 8KW power module used in the amplifier uses the most c urrent IGBT power devices available ensuring availability of parts in the future along with extended life of the amplifier 5 System performance must be guaranteed between the existing shaker system and the new amplifier The existing shaker is only gua ranteed to meet system specifications when both the amplifier and shaker is a matched pair If we mix systems this would be jeopardized which could affect what tests our facility could accomplish Vendors who are not registered in the Central Contractor Registration CCR database prior to award will not be considered Vendors may register with CCR by calling 18003343414 or by registering online at wwwCCR2000com This is the only information that shall be published for proposals which are due by 14 January 2002 NLT 400 PM EST Please direct your questions to the Contract Specialist Paula Kestler 4102780795 or email paulakestlersbccomapgeaarmymil Please submit your proposal to the Robert Morris Acquisition Center ATTN AMSSBACCAT Kestler 4118 Susquehanna Avenue APG MD 210053013 or via email or email fax at 4106125270

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • Notice Type Solicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- USAID-Armenia Bank Supervision-Phase II
Notice ID 5ba28e561cfa9cfc676201fd873c5f2d

No Description Provided

  • 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
Q--general health care services, weight management services
Notice ID 08c586a5194591dcd838a0d70f833ff3

Qgeneral health care services weight management services The Drug Enforcement Administration DEA is seeking sources to provide a weight management program for DEA employees at its Pentegon City location The program shall include the ability toProvide nationwide service Provide onsite service at DEA facilities Conduct weekly meetings and weigh ins Provide a group setting for participants to share information Instruct participants on healthy eating practices Instruct participants on activity and behavior modification skills that encourage long term weight loss and maintenance and excludes the use of prepackaged foods Please forward a statement of capability to DEA Office of Acquisition Management Attn Alan Knoepfel Washington DC 20537 Statements may be faxed to 2023074877 and shall not exceed 3 singlespaced typed pages Statements are due by January 25 2002 This is not a request for proposals No written solicitation is available This synopsis is for information purposes only

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier DRUG ENFORCEMENT ADMINISTRATION
  • Office HEADQUATERS
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
S -- Janitorial Services
Notice ID a3cf1976989e4f25cc2f8f7daf1a17d7

Janitorial services for the Rocky Mountain Research Station located in Missoula Montana This will require furnishing all cleaning materials equipment supervision labor and transportation necessary to provide these services There will be a total of eight 8 buildings that will require various levels of cleaning services to be provided on a daily weekly monthly biannual and annual basis These services will be contracted on a yearly basis for one 1 calendar year and four 4 one 1 year renewal options This solicitation is 100 set aside for small business Interested offerors are encouraged to request a solicitation package which will include floor plans of all buildings to be cleaned Solicitation package will be available in hard copy only due to the various floor plan attachments This solicitation will not be available electronically and will not be sent via facsimile Buildings are located at various sites within Missoula Montana

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office Regional Office, R1
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
F -- North and South Zone Fremont National Forest Tree Planting
Notice ID 64a90fab70e35e99adfbb7b9e1527c7b

This solicitation is to provide services for planting Governmentfurnished tree seedlings on the Bly and the Lakeview Ranger Districts South Zone and the Paisley Ranger District North Zone Fremont National Forest The Contractor shall furnish all labor equipment supervision transportation supplies except those designated as Governmentfurnished and incidentals to perform all work specified herein

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
R -- Technical Assistance Services
Notice ID 211da70189adeabb58f51846c5ca4f57

The National Institute of Standards and Technology NIST intends to negotiate on a sole source basis with the University of Maryland College Park Maryland for research services using electron paramagnetic resonance EPR dosimetry This work shall involve alanineEPR dosimetry EPR spectral and system modeling Internetbased programming for remote instrument control and EPR biodosimetry FOB Destination Gaithersburg Maryland The period of performance shall be from date of award for one year There are also four additional one year option periods for similar tasks This is a sole source with the University of Maryland because they are unique at being able to provide the key technical expertise and experience in quantitative EPR EPR standards EPR biodosimetry statistical methods Monte Carlo methods and computer programming for remote control of EPR spectrometers The University of Maryland and in particular Dr Vitaly Nagy is recognized among scientific peers in the open scientific literature as having a uniquely specific combination of knowledge expertise and experience in the required measurement disciplines that can be found no where else Interested persons may identify their capability to respond to this requirement This notice of intent is not a request for competitive proposals However the Government shall consider all responses received by the date identified above Written responses to this synopsis shall contain sufficient documentation to establish a bonafide capability to fulfill the requirement A solicitation is not available See Notes 22

  • 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
Q -- PURCHASE OF POTASSIUM IODIDE TABLETS
Notice ID af878f393e51ae70ee4bb25b1720b34e

AMENDMENT NO 1 TO COMBINED SYNOPSISSOLICITATION NUMBER NRR02029 POSTED ON FEDBIZOPPS ON DECEMBER 20 2001 NOTE THIS ANNOUNCEMENT CONSTITUTES THE ONLY AMENDMENT TO THE SOLICITATION A WRITTEN AMENDMENT WILL NOT BE ISSUED The above numbered solicitation is amended to provide answers to written questions received through 300 pm NRC local time on 122701 THE CLOSING DATE AND TIME FOR RECEIPT OF PROPOSALS ARE CHANGED TO 1200 NOON NRC LOCAL TIME ON JANUARY 9 2002 OFFERORS MUST ACKNOWLEDGE RECEIPT OF THIS AMENDMENT on each copy of the offer submitted or by separate letter or telegram which includes a reference to the solicitation and amendment number FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO OR ON THE DATE AND HOUR SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER The purpose of this Amendment No One 1 to Solicitation No NRR02029 is to provide answers to questions received Accordingly NRR02029 is amended as follows QUESTION NO 1What packaging format a Loose tablets in bulkabout 10000 tablets per sealed HDPE quart jar b Tablets stripped into unit dose format about 20000 tablets in strips of 14 unit doses per 20 pound carton c Standard package Tablets packaged in finished catch covers containing14 tablets each300 packages per master carton Any packaging format that differs from FDAs existing regulations for KI is contingent upon FDA approval or the NRCs accepting responsibility for the selected packaginglabeling format ANSWER NO 1 The solicitation does not specifically tell the offeror the type of packaging Note however that Packaging is an Evaluation Factor worth 20 points The solicitation states PackagingExtent to which packaging provides for ease of distribution storage and maintains the integrity of the tablets Thus NRC has left the method of packaging up to the offeror QUESTION NO 2 Production QuantityIn order to offer the most competitive price we propose manufacturing all tablets in one production lot Our test data indicates that 10year product old still meets or exceeds all FDA stabilityshelflife specifications ANSWER NO 2As stated in the solicitation Task 1 Initial Supply The Contractor shall be able to ship up to two million KI tablets no later than 20 calendar days from the effective date of the contract Task 2 Subsequent SupplyThe Contractor shall ship the specified amount of KI tablets to the locations identified in the delivery order no later than 48 hours from receipt of the delivery order from the NRC PO The period of performance is two years from the effective date of the contract Thus delivery of the tablets shall be as stated in the solicitation within a twoyear period of performance QUESTION NO 3InvoicingAs a result of the cost of production we propose an initial invoice totaling 75 percent of the value of the contract on a net 30day basis Upon shipment of each order we will invoice for the balance due prorated according to the quantity shipped plus applicable shipping charges Again terms would be net 30 days for each release ANSWER NO 3See Attachment 1 Billing Instructions for Fixed Price Contracts QUESTION NO 4ShipmentWe propose two shipping alternativesUPS or FedEx Pricing would be a function of the quantity shipped and the destination A small administrative charge will be included to cover the cost of palletizing handling insurance and invoicing ANSWER NO 4As stated in the solicitation the fixed unit price shall include ALL CHARGES both direct and indirect eg packaging and shipping costs Therefore it is up to the offeror to determine the method of shipping UPS was given as an example in the solicitation Regardless of the shipping method used as stated in the solicitation the offeror is required to provide the NRC Project Offi

  • Department/Ind.Agency
  • Subtier
  • Office
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
A -- Advanced Radar Technology Surveillance Radar Research and Development
Notice ID 5aace547c7753b4e71221bb6e8fad026

Reference original CBD Publication dated 21 April 1998 Under BAA 9808IFKPA we are actively searching for efforts that address the multimission airborne platform known as Sensorcraft that will host a variety of sensors both passive and active These include equipment for electronic support measures ESM and electronic attack EA as well as radars for airborne and ground moving target indication AMTI and GMTI stripmap and spotlight synthetic array radar SAR imaging and foliage penetration FOPEN Because these colocated UHF and Xband equipment will operate simultaneously there is the potential for severe selfinterference due to the overlapping signal spectra and intermodulation products In addition Sensorcraft will be exposed to both unintentional and intentional electromagnetic interference EMI from external sources The objective of this effort is to identify ways for mitigating the Sensorcraft intrasystem and externally generated EMI through various techniques These techniques include the appropriate location and design of antennas application of interference rejection filters and signal cancellation techniques power level adjustments time sharing of signals and the suitable choice of waveform parameters The use of existing computer modeling and simulation tools for prediction of RF radiated coupling and for assessment of the EMI level at each equipment before and after implementation of the proposed EMI solutions is encouraged The deadline for the submission of the white paper is four weeks after the posting of this amendment The white paper is to be no more than three pages in length The POC for this interest is Bob Purpura AFRLSNRD 3153307685 All other information remains unchanged

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE AIR FORCE
  • Office FA8750 AFRL RIK
  • Notice Type Modification/Amendment/Cancel
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
58--telecommunications intercept systems and subcomponents
Notice ID e1af410dcfe929e00b1d2c44c8f9fa11

58telecommunications intercept systems and subcomponents The Drug Enforcement Administration DEA intends to enter into a sole source contract modification with JSI Telecom 16049 Comprint Circle Gaithersburg Maryland 208771302 for the purpose of increasing the maximum dollar value of contract DEA97C0053 by approximately 15 million from 54 million to 69 million This contract modification is limited to contract line items currently available under the terms and conditions of the contract and its modifications No new line items will be added to the contract The period of performance is not extended and will expire on September 18 2002 The authority cited for this requirement permitting other than full and open competition is 41 USC 253c1 and FAR 63021 No written solicitation is available This synopsis is for information purposes only

  • Department/Ind.Agency JUSTICE, DEPARTMENT OF
  • Subtier DRUG ENFORCEMENT ADMINISTRATION
  • Office HEADQUATERS
  • Notice Type Presolicitation
  • Published Date 2002-01-04 14:00:00+09
favorite_border
favorite
C -- Architectural Services - As-Needed
Notice ID bb3c90e64a31e338d80afb33d9f0ca01

The Coast Guard Civil Engineering Unit Juneau Alaska requires professional architectural services on an asneed basis in support of various design projects throughout Alaska Project types may include new construction or remodelupgrade of existing facilities Coast Guard facility types are varied but are predominately housing office aircraft hangar and storage facilities located in marine environments The AE shall be capable of producing detailed construction drawings and specifications along with accompanying cost estimates at various stages of design completion Work may be subject to statutory fee limitations and designwithinfunding limitations All work submitted to the Coast Guard must be in accordance with the Construction Specification Institute CSI format Delivery will be negotiated on a task order basis The AE must be proficient in electronic correspondence The selected firm may be required to sign a security agreement regarding disclosure of procurement information The selected firm will be required to provide proposed overhead profit and hourly rates for all disciplines to the Contracting Officer within ten working days after receiving notification of final selection The resultant contract will be a fixedprice indefinite delivery indefinite quantity IDIQ AE contract The total amount will not exceed 500000 per year and shall not exceed 300000 per Task Order The contract will provide for a minimum guarantee of 10000 during the effective period of the contract which will be for one year from the date of award The contract will include four oneyear renewal options The total life of the contract including all options shall not exceed five years The Government reserves the right to make multiple awards Selection of a firm for negotiation is through an order of precedence based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required as determined by applying the following criteria 1 Professional qualifications necessary for satisfactory performance of the required services 2 Specialized experience and technical competence in architectural work in remote locations and marine environments including experience in energy conservation 3 Capacity to accomplish task order work of the magnitude specified herein 4 Past performance on contracts with Government agencies and private industry in terms of cost control quality of work and compliance with performance schedules include names and phone numbers of references 5 Location of firm in Alaska and knowledge of Alaska building requirements costs and challenges provided that application of this criterion leaves an appropriate number of qualified firms given the nature and size of the project This procurement is issued on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Act This is NOT a small business setaside Qualified AE firms desiring consideration shall submit a Standard Form 254 and Standard Form 255 prior to the close of business 400 PM on February 8 2002 The SF254 and SF255 may be obtained via the Internet through the GSA Electronic Forms Library at httpwwwgsagovforms An SF254 must be submitted for each member of proposed teaming arrangements including subconsultants In Block 10 of SF255 state why your firm is specially qualified based on the evaluation criteria supplemental pages may be added Also use Block 10 to provide additional information desired by your firm Only the SF254 SF255 will be reviewed DO NOT SEND ANY OTHER LITERATURE Experiences identified in Block 8 should not be more than five years old The SF254 and SF255 shall be annotated with the Solicitation Number DTCG8702R643030 Submit to the Contracting Officer USCG Civil Engineering Unit Attn Ron Klaudt PO Box 21747 709 W 9th Street Rm 817 Juneau Alask

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