Forum Kurallarını Okumak İçin Lütfen Tıklayınız .

Database Leaked Annextrades.com

Database Leaked Annextrades.com
Joined
Jun 7, 2021
Messages
4,299
Reaction score
56,119
#CR
247
1630056782logo.png

Database Leaked annextrades.com
INSERT INTO `government_contracts` (`id`, `category_id`, `state`, `title`, `slug`, `type`, `naic_code`, `buyer`, `deadline`, `agency`, `contract_link`, `notice_id`, `purchasing_department`, `contact @fbi_gov _officer_name`, `contact @fbi_gov _officer_number`, `contact @fbi_gov _officer_email`, `keywords`, `status`, `highlight`, `create_date`, `create_time`, `description`, `special_category`, `is_email_shoot`) VALUES

Format - .SQL
Size sql file - 450mB
Date - 2023
All Rows - 1.5kk
Website - annextrades.com


HTML:
INSERT INTO `government_contracts` (`id`, `category_id`, `state`, `title`, `slug`, `type`, `naic_code`, `buyer`, `deadline`, `agency`, `contract_link`, `notice_id`, `purchasing_department`, `contact @fbi_gov _officer_name`, `contact @fbi_gov _officer_number`, `contact @fbi_gov _officer_email`, `keywords`, `status`, `highlight`, `create_date`, `create_time`, `description`, `special_category`, `is_email_shoot`) VALUES
(459604, 143, 'DC', 'NIDCR Behavioral and Social Intervention Clinical Trial Planning and Implementation Cooperative Agreement (UG3/UH3 Clinical Trial Required)', 'nidcr-behavioral-and-social-intervention-clinical-trial-planning-and-implementation-cooperative-agreement-ug3uh3-clinical-trial-required', 'Federal', '', 'Department of Health and Human Services', '2024-05-07', 'Department of Health and Human Services', 'https://www.grants.gov/view-opportunity.html?oppId=332562', 'PAR-21-197', 'Purchasing', '', '202-690-7300', 'grantsinfo@nih.gov', '', 1, 0, '2023-04-03', '11:10:12', 'Synopsis 1 NIDCR Behavioral and Social Intervention Clinical Trial Planning and Implementation Cooperative Agreement (UG3/UH3 Clinical Trial Required) NIH OER Webmastergrantsinfo@nih.gov NIH OER Webmastergrantsinfo@nih.gov', '', 1),
(459605, 152, 'AK', 'Rural Airport Maintenance Services', 'rural-airport-maintenance-services', 'State/Local', '', 'State of Alaska', '2023-04-14', 'State of Alaska', 'https://aws.state.ak.us/OnlinePublicNotices/Notices/View.aspx?id=210300', 'ITB 2523N028', 'Purchasing', '', '99811', 'eric.johnson@alaska.gov', '', 1, 0, '2023-04-03', '11:10:12', 'ITB 2523N028; Rural Airport Maintenance Services, Elim Airport, Elim AlaskaOnline Public Notice:The State of Alaska, Department of Transportation and Public Facilities (DOTPF), Northern Region Procurement is soliciting Sealed Bids in order to establish an Airport Maintenance contract for the Elim Airport, Elim, Alaska.The ITB opening date is April 14th, 2023, at 10:00 AM Alaska Time.The ITB can be downloaded at this site.  If you need assistance obtaining these documents, contact @fbi_gov  Eric Johnson at DOT & PF, Northern Region Procurement, 2301 Peger Road, Fairbanks, Alaska 99709.  Phone: (907)451-5102, Fax: (907)451-2313, TDD (907)451-2363.Email:  eric.johnson@alaska.govBIDDERS/OFFERORS WITH DISABILITIES: The State of Alaska complies with Title II of the Americans with Disabilities Act of 1990.  Individuals with disabilities who may need auxiliary aids, services, and/or special modifications to participate in this procurement should contact @fbi_gov  the Procurement officer named above at one of the following numbers no later than 10 days prior to bid opening date stated above to make any necessary arrangements.907-451-5102 Telephone907-451-2313 Fax907-451-2363 TDD', '', 1),
(459606, 445, 'VA', 'Total Small Business Set-Aside (FAR 19.5): M67854-23-R-1007 USMC - PC Gen III - Solicitation', 'total-small-business-set-aside-far-195-m67854-23-r-1007-usmc-pc-gen-iii-solicitation', 'Federal', '', 'Department of Defense', '2023-04-27', 'Department of Defense', 'https://sam.gov/opp/f1887b841f814dc3b83bc296c4be6db7/view', 'M67854-23-R-1007', 'Purchasing', '', '703-695-7145', 'Eric.G.Daniels@usmc.mil', '', 1, 0, '2023-04-03', '11:10:12', '? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? SOLICITATION NOTICE 14 February 2023 Update - Amendment 002 Posted -?Questions and Answers are included with this Amendment. 11 January 2023 Update - Amendment 001 Posted - Questions and Answers are still pending release and are not provided with this Amendment. M67854-23-R-1007: ?PC Gen III NAICS 315210: Cut and Sew Apparel Contractors Total Small Business Set-Aside The following attachments have to be requested from the Contract Specialist, Eric Daniels, via email at Eric.G.Daniels@usmc.mil with a copy to the Contracting Officer, Elizabeth Colvin, at Elizabeth.Colvin@usmc.mil. J.1 ? DTL Specification File (Requested via Email) J.2 ? Accumark Patterns (Requested via Email) J.3 ? Schedule of GFP (Requested via Email) J.4 ? LAT Plan (Requested via Email) J.5 ? FAT Plan (Requested via Email) Offerors shall carefully read this solicitation?s terms and conditions and refer any questions in writing to the Contract Specialist, Eric Daniels, via email at Eric.G.Daniels@usmc.mil with a copy to the Contracting Officer, Elizabeth Colvin, at Elizabeth.Colvin@usmc.mil, no later than 1:00PM Eastern Standard Time on 16 December 2022. The Government may not address any questions, comments, concerns it receives after that time. The Government will post responses via a published amendment to the solicitation. Written Proposals shall be delivered electronically via the DoD Secure Access File Exchange (SAFE) site - https://safe.apps.mil. Offerors shall send an email to the Contract Specialist at Eric.G.Daniels@usmc.mil, with a courtesy copy to the Contracting Officer at Elizabeth.Colvin@usmc.mil for a drop-off request. Once the Contract Specialist creates a drop-off, the Offeror will receive a notification to access the SAFE site and drop-off its written proposal. Drop-off requests are valid for 14 days. Offerors are reminded that the Contract Specialist must receive its written proposal by the date and time listed below in Section L.2.2. Source Selection Samples and Proposals are due no later than 1:00 PM Eastern Standard Time on 2 March 2023.', '', 1),
(459607, 407, 'NC', 'Purchase and Set Up of One (1) Double Wide Mobile Home Unit', 'purchase-and-set-up-of-one-1-double-wide-mobile-home-unit', 'State/Local', '', 'State of North Carolina', '2023-10-19', 'State of North Carolina', 'https://www.ips.state.nc.us/IPS/AGENCY/PDF/15152200.pdf', 'https://www.ips.stat', 'Purchasing and Contract Services', '', '919-807-4500', '', '', 1, 0, '2023-04-03', '11:10:12', 'NORTH CAROLINA OFFICE OF STATE BUDGET & MANAGEMENT (DISASTER RECOVERY SECTION) - Residential Recovery Program Single-Family Home Construction Project No. 79 - Alleghany County - Purchase and Set Up of One (1) Double Wide Mobile Home Unit (MHU) Within NinetOptional Pre-Bid Meeting on January 10, 2023 at 3 pm CALL IN ONLY', '', 1),
(459608, 470, 'FL', 'Demolition', 'demolition', 'State/Local', '', 'Jacksonville Aviation Authority, Florida', '2023-04-04', 'Jacksonville Aviation Authority, Florida', 'http://www.flyjacksonville.com/MoreInfo2015.aspx?id=694', '', 'Purchasing', '', '904-741-2000', '', '', 1, 0, '2023-04-03', '11:10:12', 'Bid Title: C-874 MAINTENANCE & FAA FACILITIES DEMOLITION', '', 1),
(459609, 157, 'CA', 'Water Treatment System Maintenance', 'water-treatment-system-maintenance', 'State/Local', '', 'San Bernardino County, California', '2023-04-11', 'San Bernardino County, California', 'https://epro.sbcounty.gov/bso/external/bidDetail.sdo?docId=ARMC123-ARMC-4862&external=true&parentUrl=close', 'ARMC123-ARMC-4862', 'Purchasing', '', '(909) 387-2060', '', '', 1, 0, '2023-04-03', '11:10:12', 'Water Treatment System Maintenance', '', 1),
(459610, 114, 'PA', '59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF', '59-circuit-card-assemb-in-repairmodification-of', 'Federal', '', 'Department of Defense', '2023-04-03', 'Department of Defense', 'https://sam.gov/opp/0e1bed5c99b64d80a932f8c67ccc656a/view', 'N0010423QDB81', 'Purchasing', '', '703-695-7145', 'OLIVIA.SNYDER2@NAVY.MIL', '', 1, 0, '2023-04-03', '11:10:13', 'contact @fbi_gov  INFORMATION|4|N712.25|AAR|717-605-3618|olivia.snyder2@navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2022)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|Invoicing and Receiving (COMBO)|N/A|TBD|TBD|TBD|TBD|TBD|TBD|||TBD|||||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|$2,008.69| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN --FREE TRADE AGREEMENTS--BALANCE OF PAYMENTS PROGRAM - BASIC(DEVIATION 2020-O0019) (MAR 2022))|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEVIATION 2020-O0019) (JUL 2020))|3|||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (NOV 2014)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2022)|13|334412|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| 1. This solicitation is for the REPAIR of 9 each NSN: 5998 016577903 in accordance with reference number 514-120821-l01. The Government does not own the drawings or data rights to this NSN. The resultant award of this solicitation will be issued bilaterally, requiring the contractor\\\'s written acceptance prior to execution. Please quote a firm fixed price for the full repair of the item. If a firm fixed price cannot be provided, please quote a not to exceed price to a like new \\\"A\\\" condition unit. A beyond repair (BR)/beyond economic repair (BER) price shall also be provided in addition to the repair price at time submission of quote. Please provide the following information in the repair quote: A. Your CAGE (used as the awardee CAGE):___________________ B. the unit repair price: $____________________________________ and whether this price is firm-fixed price (FFP)_____; or not-to-exceed (NTE)______ C. Repair turn-around me (number of days from receipt of asset(s) to shipment of repaired asset(s):_______DAYS D. Throughput Constraint: _____/month. Refers to the total assets to be repaired monthly after initial delivery commences. A throughput of 0000/month reflectsno throughput constraint. E. The new procurement cost of this NSN (if known): $________________________ F. Is this item (NSN) OBSOLETE: YES____ or NO _____ G. The repair CAGE _____________ and packaging CAGE___________ (as described in#2). Do NOT include the cost for shipping material as the government implemented shipping system or ATAC will be shipping/delivering material. The vendor is required to comply with either the Commercial Asset Visibility (CAV) of the asset(s) in this purchase order in accordance with NAVSUPWSSFA24 or Proxy CAV in accordance with NAVSUPWSSFA25. Please provide all of the above information with contractor\\\'s quote. Any questions should be directed to the POC for this solicitation. The funds obligated under this order are an estimated amount provided to initiate evaluation and/or repair work for the item described herein. Within 30 days after receipt of the item for repair, submission of a firm quotation for the necessary repair shall be submitted to the point of contact @fbi_gov  listed below. A modification under authority at WSSTERMHZ01 will be issued to replace the estimated price with a firm fixed price. If agreement on price cannot be reached after conclusion of good faith negotiations, the Contracting Officer will unilaterally establish a firm fixed price, which is subject to appeal by the contractor under the Disputes Clause of this order. Pending the establishment of finalized prices, the contractor shall not be obligated to incur costs that exceed the funds obligated with this order. 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the CIRCUIT CARD ASSEMB . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 \\\"Document References\\\" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DOCUMENT REF DATA=MIL-STD-130 | | |N |121116|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT CARD ASSEMB repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;53711 8628892/ 0MJF9 514-120821-L01; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer\\\'s Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor\\\'s overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer\\\'s specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for \\\"Official Use Only\\\" and \\\"NOFORN\\\" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a \\\"Distribution Statement\\\" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer\\\'s item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.', '', 1),
(459611, 174, 'AB', 'Police Service Crew-Cab Pickup Truck', 'police-service-crew-cab-pickup-truck', 'State/Local', '', 'Alberta Purchasing Connection, Canada', '2023-05-04', 'Alberta Purchasing Connection, Canada', '', 'AB-2023-02654', 'Purchasing', '', '780-644-5726', '', '', 1, 0, '2023-04-03', '11:10:13', 'AB-2023-02654: Police Service Crew-Cab Pickup TruckWheatland CountyAlberta     05/04/202304:00:00 PM Alberta Time     03/31/202311:10:52 AM Alberta Time', '', 1),
(459612, 77, 'CA', 'On Call Marketing and Communication Services', 'on-call-marketing-and-communication-services', 'State/Local', '', 'San Diego Metropolitan Transit System, California', '2023-04-21', 'San Diego Metropolitan Transit System, California', '', 'G2719.0-23', 'Purchasing', '', '619-231-1466', 'brianda.diaz@sdmts.com', '', 1, 0, '2023-04-03', '11:10:13', 'ON-CALL MARKETING AND COMMUNICATION SERVICESBrianda Diaz 619-557-4580', '', 1),
(459613, 115, 'UT', 'GSA seeks to lease space in Moab, UT', 'gsa-seeks-to-lease-space-in-moab-ut', 'Federal', '', 'General Services Administration', '2023-04-05', 'General Services Administration', 'https://sam.gov/opp/32ee01b2d00c4a0895a677baee12b7e9/view', '0UT2088', 'Purchasing', '', '866-606-8220', 'jordan.anner@gsa.gov', '', 1, 0, '2023-04-03', '11:10:13', 'U.S. GOVERNMENT General Services Administration (GSA) seeks to lease the following space: State: Utah City: Moab Delineated Area: TSA must be located on Airport property Minimum Sq. Ft. (ABOA): 300 Maximum Sq. Ft. (ABOA): 300 Space Type: Office Parking Spaces (Total): 0 Parking Spaces (Surface): 0 Parking Spaces (Structured): 0 Parking Spaces (Reserved): 0 Full Term: 5 years Firm Term: 0 Option Term: 5 Additional Requirements: None Offered space must meet Government requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.? A fully serviced lease is required.? Offered space shall not be in the 1-percent-annual chance floodplain (formerly referred to as ?100-year? floodplain). Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).? ). ?For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B. The U.S. Government currently occupies office and related space in a building under a lease in Moab, UT, that will be expiring.? The Government is considering alternative space if economically advantageous.? In making this determination, the Government will consider, among other things, the availability of alternative space that potentially can satisfy the Government?s requirements, as well as costs likely to be incurred through relocating, such as physical move costs, replication of tenant improvements and telecommunication infrastructure, and non-productive agency downtime. Expressions of Interest Due: 4/5/2023 Market Survey (Estimated): TBD Occupancy (Estimated): 5/1/2023 Send Expressions of Interest to: Name/Title: Jordan Anner / Lease Contracting Officer Email Address: jordan.anner@gsa.gov Government contact @fbi_gov  Information Lease Contracting Officer: Jordan Anner', '', 1),
(459614, 450, 'NJ', 'Traffic Signals and Roadway Improvements - New Hampshire Avenue', 'traffic-signals-and-roadway-improvements-new-hampshire-avenue', 'State/Local', '', 'Ocean County, New Jersey', '2023-04-18', 'Ocean County, New Jersey', 'https://www.co.ocean.nj.us/OC/Purchasing/frmHomePDept.aspx', '', 'Purchasing', '', '732-929-2101', '', '', 1, 0, '2023-04-03', '11:10:13', 'NOTICE TO BIDDERS Ocean County will receive bids 11:00 a.m. Tuesday, April 18, 2023 in the Administration Building, Toms River, NJ for Proposed Traffic Signals and Roadway Improvements at New Hampshire Avenue/Chestnut Street and State Route 70 Ramp E/Chestnut Street, Township of Lakewood. Plans and specs are available on the County\\\'s OpenGov Electronic Bid Portal (https://procurement.opengov.com/portal/oceancounty). Bidders must comply with P.L. 1975, C. 127 and 10% Surety required. John N. Ernst, Ocean County Engineer. The work to be performed under this Contract consists of the staged construction of two new signalized intersections and the reconstruction of Ramp E of State Highway Route 70 at the Intersection of New Hampshire Avenue and Chestnut Street in Lakewood Township. The work also includes striping reconfigurations, milling and paving of the existing roadway, drainage improvements, and all other work necessary and incidental to the construction of the two intersections. Estimated construction cost range: $1,000,000.00 to $5,000,000.00', '', 1),
(459615, 49, 'DL', 'Sheet, Metal', 'sheet-metal', 'Federal', '', 'Defense Logistics Agency', '2023-04-10', 'Defense Logistics Agency', 'https://www.dibbs.bsm.dla.mil/rfq/rfqrec.aspx?sn=SPE8E423T1392', 'SPE8E423T1392', 'Purchasing', '', '571-767-0192', '', '', 1, 0, '2023-04-03', '11:10:13', 'Defense Logistics Agency is Seeking Request for Quote - Solicitation Number SPE8E423T1392 - 3 SH Sheet,Metal  -  - Buyer Code PEPCB - FSC/NSN-PartNumber 9515005057365', '', 1),


DOWNLOAD LINK:
 

Users who are viewing this thread

Home Register
Top Bottom