• 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 9501 - 9510 of 7209467 results
favorite_border
favorite
Y--C-130 Corrosion Control Facility (CCF) Hill Air Force Base, Utah
Notice ID 9d13a0de0b3f5751eb27162245a41a1f

NA POC Ronald Schunk 9165577480 DESC The US Army Corps of Engineers Sacramento District intends to award on a sole source basis an outofscope modification to an existing construction contract DACA0501C0019 to URS Group Inc for upgrade of a contractcontaining electrical substation transformer and related system at Hill AFB UT Estimated Price Range for this modification is 100000 to 25000000 Under this existing contract a new substation and distribution system is being installed The Air Force has determined that additional electrical capacity is required from this electrical system Proposed sole source action will effect an increase in the electrical capacity of the contractcontaining electrical transformer by approximately 67 All related electrical components and the distribution system will be upgraded accordingly This contract adjustment will be a onetime action with a performance period commensurate with the existing construction contract duration It is impractical to award to another firm as the current contractor is the only source having control over the order of the contractcontaining transformer and related components and distribution system In addition it is not realistic to consider having more than one firm procure and install a single transformer A single transformer is required due to available space restrictions See Note 22See Commerce Business Daily Monday edition POC is Michael Shupp at 9165577733email address mshuppspkusacearmymil Project Manager is John Harris at 9165576955

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W075 ENDIST SACRAMENTO
  • Notice Type Presolicitation
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
16--Strap Assembly
Notice ID 28e927b7fbb3ec9f857363c1f0bb0d78

NA 17ATTENTIONFORMAL COMMUNICATION RELATED TO THIS ACQUISITION SHOULD BE DIRECTED TO CAROL HARDAGE You may FAX or mail your request ATTN AMSAMACLS Carol Hardage Contracting Officer telephone number 2568761510 FAX number 2568426108 PRON AX246024AX NSN 1615010634016 PN 2040121225 Quantity 108 each applicable to the UH1 AirframePower Train Unit FOB Origin with deliveries to Texarkana TX 755075000 Required Delivery Schedule with First Article Testing is 61 each 360 Days after Contract Award DACA and 8 each per mon th thereafter until contract completion First Article Test Report is due 228 DACA Required Delivery Schedule without First Article Testing is 61 each 240 Days after Contract Award DACA and 8 each per month thereafter until contract completion Requi red Delivery for Alternate II is 61 each 300 Days after Contract Award DACA and 8 each per month thereafter until contract completion This item is restricted to Bell Helicopter Textron Inc 600 E Hurst Blvd Hurst TX 76053 This part must be ac quired from a manufacturing sources specified on a source control or selected item drawing as defined by the current version of DODSTD100 Firms that recognize and can produce the required item described above are encouraged to identify themselves F irms are encouraged to seek source approval in order to compete for future solicitation by accessing the website wwwredstonearmymilcmo and looking under SAR information The closing date annotated is an estimated date and may be adjusted dependent up on the date of release of solicitation however solicitation will not close prior to the closing date stated above Foreign firms are reminded that all requests for solicitation must be processed through their respective embassies Adequate technical data is not available for this acquisition All offerors must meet prequalification requirements in order to be eligibl e for award All responsible sources may submit an offer which shall be considered by the Agency No telephone request will be accepted You may FAX or email your request ATTN AMSAMACLS Carol Hardage Contracting Officer on FAX number 256842610 8 or phone number 2568761510 NOTES 22 23 and 26 PATRICIA C ORR CONTRACTING OFFICER

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-RSA
  • Notice Type Presolicitation
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
Y--Large Item ASE Paint Facility - Robins AFB, Georgia
Notice ID b956a57cc24d63c335e4059e6630162a

No Description Provided

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W074 ENDIST SAVANNAH
  • Notice Type Award Notice
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
66--Control, Mine Detector
Notice ID 61029e01a09e15602fa2cefa0ea89b9d

NA Commercial Acquisition of Control Mine Detector NSN 6665219069482 Part No MT500102001 Part of ANPSS12 Proposed acquisition to be a firm fixed price contract for the quantity of 275 each The Government anticipates a sole source award to Schie bel Corporation Solicitation will be available on the Army Single Face to Industry AFSI Interactive Business Opportunities Web Page at httpabopmonmoutharmymil Estimated closing date is 16 Jan 2002 See Note 22

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE ARMY
  • Office W6QK ACC-APG
  • Notice Type Presolicitation
  • Published Date 2002-01-07 14:00:00+09
Notice ID 56ae8ae122470114b08de2a5aac5ff91

No Description Provided

  • Department/Ind.Agency GENERAL SERVICES ADMINISTRATION
  • Subtier FEDERAL ACQUISITION SERVICE
  • Office GSA/FAS REGION 7 ACQUSITION CENTER
  • Notice Type Award Notice
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
99--RETAINER, ROTATING BAND "Combined Synopsis/Solicitation"
Notice ID 5ca5b0dfafba622d33ed031a1be11cd8

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 N0016402Q0070 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 14872 each retainer rotating band manufactured in accordance with Department of the Navy drawing 7497291 Distribution of this drawing is authorized t o DOD 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 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 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 changesamendment s and 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 complet e the survey

  • Department/Ind.Agency DEPT OF DEFENSE
  • Subtier DEPT OF THE NAVY
  • Office NSWC CRANE
  • Notice Type Presolicitation
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
B -- Software Maintenance
Notice ID 0f37866f70e7fc96d1f8ffa66a514a7d

Sonja C Tweten EMail sctwetenusgsgov Phone 3032369335 Address US Geological Survey Branch of Acquisition and Federal Assistance Box 25046 Denver Federal Center Denver CO 802250046 Concerns having the ability to furnish the services described herein are requested to give written notification including the telephone number for a point of contact to the procuring office above with 45 calendar days from the date of this synopsis The US Geological Survey Geologic Discipline Crustal Imaging and Characterization team has a requirement for a multiyear maintenance upgrade and technical support agreement for the 26 licenses of the Oasis Montaj geophysical data processing system that reside on PCs in Denver Reston Menlo Park Tucson and Anchorage This agreement shall allow the USGS license holders unlimited access to technical support and regular software maintenance and upgrades for the duration of the contract Vendor shall provide maintenance and customer support on all of the 26 various licenses ie PC map prep PC Electromagnetic maintenance PC Induced Polarization maintenance PC Gravity maintenance PC Radiometric maintenance PC Geochemical maintenance In addition the USGS requires the option of purchasing customized training to be taught at the Denver Reston or Menlo Park offices Rates to be quoted at price per day at the Denver Menlo Park or Reston USGS office locations Prices shall be for a single trainer and up to 15 students per class Topics shall be specified by the USGS when training is scheduled Also the USGS requires the option of purchasing customized software GX development at an hourly rate Based on the information available at this time and in accordance with 41 USC 253 c 1 implemented by FAR 63021 the Government considers the items specified as a sole source from Geosoft Inc Toronto ON Canada and proposes to negotiate a contract with that firm However should additional sources be identified they will be considered Firms who feel that they can furnish the required itemservices or its functional equivalent based upon the criteria specified herein are invited to submit in writing an affirmative response to this announcement An affirmative response would include literature brochures and such other materials which correspond to the required items stated herein This information will be evaluated and used to determine if competitive opportunities exist Since no solicitation document exists request for such document without accompanying information will be considered nonresponsive to this request without further consideration This notice may represent the Governments only official notice to the procurement This is open to both large and small business See note 22

  • Department/Ind.Agency INTERIOR, DEPARTMENT OF THE
  • Subtier US GEOLOGICAL SURVEY
  • Office OFC OF ACQUSITION GRANTS-NATIONAL
  • Notice Type Sources Sought
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
95 -- Metal Bars, Sheets, and Shapes
Notice ID 9f0d43fd98b3d6c663d52421b01c01b2

Melissa Gill contact 7036487343 The US Geological Survey anticipates award of a purchase order to Graphics n Metal LLC for the purchase of Hummingbird Bands Required supplies are available from only one responsible source therefore award will be based on other than full and open competition THIS ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY NO COMPETITIVE RFQ WILL BE AVAILABLE This award will be made on or about the third calendar day from the date this announcement appears The NAICS code for this acquisition is 331315 Interested vendors may identify their interest and capability to respond and do so within three days after the date of publication of this announcement All responses must be in writing by facsimile to the contracting officer at 7036487367 or email to mgillusgsgov Numbered Note 1 applies A determination not to continue with this acquisition based upon response 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 acquisition

  • Department/Ind.Agency INTERIOR, DEPARTMENT OF THE
  • Subtier US GEOLOGICAL SURVEY
  • Office OFC OF ACQUSITION GRANTS-NATIONAL
  • Notice Type Presolicitation
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
66 -- Provide and install laboratory fixtures and equipment
Notice ID 168c74141d21b80aee02a25cc54278f7

The US Geological Survey has a requirement to provide and install laboratory fixtures and equipment to include sink fume hood work bench faucet shelving eye wash and other items as described in the Request for Quotation 02WRQQ0012 in support of the Western Fisheries Research Center Dixon CA Point of Contact Franklin Yee US Geological Survey Telephone6503294181 Fax6503295114 email fyeeusgsgov Quotes are due by COB January 29 2002 Interested parties may request a copy of the Request for Quotation by mail email or fax Telephone requests will not be accepted It is anticipated the Request for Quote will be available on or after January 15 2002 This procurement is issued as a total small business setaside The applicable NAICS code is 421490 and 500 employee size standard See note 1

  • Department/Ind.Agency INTERIOR, DEPARTMENT OF THE
  • Subtier US GEOLOGICAL SURVEY
  • Office OFC OF ACQUSITION GRANTS-NATIONAL
  • Notice Type Presolicitation
  • Published Date 2002-01-07 14:00:00+09
favorite_border
favorite
Z -- Nature Station Roof Project
Notice ID a5d7bc1f1516910687b37742ffe33f72

Scope of Work Remove existing shingles and install new shingle roof on Nature Station located at Land Between The Lakes in Trigg County KY The single story building is approximately 40feet wide by 105feet long with a 412 pitch roof Two 29feet wide 412pitch roots tie into the 105feet long ridge on the front side of the building The roof measures approximately 5000 square feet A large brick chimney three powered roof exhausts and several sewer vents are present Remove the existing 3 layers of roofing felt paper and all rotted or damaged decking material Assume 200 square feet of 34inch CDX plywood of new roof decking Remove three existing powered roof exhausts and repair holes Provide new chimney step flashing and sewer vent flashing Contractor shall use 15lb felt paper moisture barrier beneath shingles Install metal roof drip edge around entire perimeter of roof deck Submittals 1 Roof shingles shall be 30year guarantee dimensional type Color by owner 2 Roof drip edge shall be metal 18 gauge or heavier Brown in color 3 Flashing shall be 16ounce copper or 16gauge aluminum 4 Ridge vent shall be ABS plastic shingle over type with insect screen and rain baffle Black in color Additional Requirements Field verify existing conditions and all measurements The three layers of existing shingles have been tested The middle layer of roofing shingles test results show they contain approximately 20 asbestos The building will be occupied during this project Coordinate hours of operation and placement of equipment with Forest Service representative prior to commencement of work The contractor shall not leave the roof open or unprotected from rain or weather The roof shall be kep weather tight daily All roofing and flashing material shall be removed at the front of building and loaded into dumpster or truck with minimal spillage and damage to gutters landscaping and adjacent structures and buildings Cover and protect foliage where necessary to achieve this result A general site pick up shall be performed daily Contractor shall be a licensed roofing contractor with qualification for removal and disposal of asbestos type shingles and shall carry all applicable insurances Contractor must comply with all applicable OSHA state environmental local codes and regulations and manufacturers instructions The package is expected to be released on or around January 16 2002 To request a copy of this solicitation please send your request via email to cledwardsfsfedus and include the following information Company Name Point of Contact Street Address Telephone Number and Email Address Russell Hayes 270 9242026 will serve as the Technical Point of Contact for this contract

  • Department/Ind.Agency AGRICULTURE, DEPARTMENT OF
  • Subtier FOREST SERVICE
  • Office LAND BETWEEN THE LAKES NRA
  • Notice Type Presolicitation
  • Published Date 2002-01-07 14:00:00+09