Search results for: "Fallon, Nevada"

Refine your Search
Apply several filters to get precise search results
Showing opportunity 1 - 10 of 164
Looking for opportunities in Nevada, United States?
  • BATS-D Radio Repair

    Type : Bid Notification

    Due : 18 Apr, 2024 (6 days ago)
    Posted : 13 days ago
    Started : 11 Apr, 2024 (13 days ago)

    Naval Supply Systems Command San Diego hereby gives NOTICE OF INTENT TO AWARD A SOLE SOURCE to L3 Technologies, Inc. Communications Systems-West for the repair of the AN/PRC-161 BATS-D Radio. L3 Technologies, Inc. is the sole supplier/ manufacturer of the AN/ PRC-161, BATS-D radio. The radio was manufactured by Link16 by ViaSat which was absorbed by L3 Harris , which in 2019 merged with L3 Technologies, Inc. which now own the rights to the AN/PRC-161 BATS-D Radios. L3 Technologies Inc. is the only known source able to perform repairs on this model, the procurement will be conducted on a sole source basis.Delivery Date: 30 September 2024The North American Industry Classification System (NAICS) code is 811210, Electronic and Precision Equipme...

    From: Federal Government (Federal)

  • Contract Delivery Service (CDS) HCR 89489 DAYTON, NV - H002, NV

    Type : Bid Notification

    Due : 13 Mar, 2024 (1 month ago)
    Posted : 1 month ago
    Started : 26 Feb, 2024 (1 month ago)

    Contract Delivery Service (CDS) Contract Available: HCR 89489 DAYTON, NV - H002, NV SOLICITATION CLOSES MARCH 13, 2024, AT 10:00 AM MOUNTAIN TIME Effective date of service is 06/01/2024.Solicitation Details and Proposal Submission Package are attached.See the Terms and Conditions for Instructions to Offerors. The Terms and Conditions and the Statement of Work are located in the Solicitation Details attachment.Complete and return the documents in the Proposal Submission Package to submit your proposal. Send the completed Proposal Submission Package documents to amy.warnecke@usps.gov. If you need to fax them, please use 651-456-6819.Thank you.Amy Warnecke, Contract Delivery Service Of...

    From: Federal Government (Federal)

  • Base Operations Support Contract (BOSC) for Naval Air Station Fallon, Nevada

    Type : Pre-Bid Notification

    Due : 09 Mar, 2024 (1 month ago)
    Posted : 1 month ago
    Started : 29 Feb, 2024 (1 month ago)

    Please note this solicitation is not ready to be issued as of this date. Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) is holding a virtual Pre-Solicitation Conference via MS Teams for the Naval Air Station Fallon (NASF) Base Operations Support Contract (BOSC) on March 14, 2024, to share information about the acquisition and to gain perspective on the draft PWS. Please find the invitation attached for further information, and how to RSVP. NAVFAC SW will post the solicitation on SAM.gov website when it is available.The anticipated performance period is for a base year, with four one-year option periods, if exercised by the Government. All responsible 8(a) small business sources are encourage to submit a quotation at that...

    From: Federal Government (Federal)

  • Nevada Automotive Test Center (NATC) IDIQ Contract

    Type : Bid Notification

    Due : 09 May, 2017 (about 7 years ago)
    Posted : about 7 years ago
    Started : 25 Apr, 2017 (about 7 years ago)

    Added: Apr 25, 2017 1:19 pm Justification and Approval for Other Than Full and Open Competition to award a sole source IDIQ Contract to Hodges Transportation Inc.

    From: Federal Government (Federal)

  • Y--IL Construction Carson City, NV Home remodel project

    Type : Bid Notification

    Due : 03 Jul, 2017 (about 6 years ago)
    Posted : about 7 years ago
    Started : 04 May, 2017 (about 7 years ago)

    THIS IS A PRESOLICITATION NOTICE ONLY: THIS IS NOT A REQUEST FOR PRICING. The Veterans Benefits Administration, Reno, NV Regional Office is seeking the services of a certified Service Disabled Veteran Owned Small Business that will provide materials, labor, tools, equipment, transportation, and qualified supervision required for a project to renovate the home of a Veteran. It is intended to increase accessibility to the bedroom, and bathroom fixtures, along with providing a fully accessible kitchen with new ADA cabinets and appliances for the VR&E Independent Living program. THIS REQUIREMENT WILL BE 100% SET ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES. Work includes but is not limited to general construction. The contractor is...

    From: Federal Government (Federal)

  • Joint Strike Fighter (JSF), Joint Program Office (JPO), FY17 USN VFA-125 Deployment to Fallon

    Type : Bid Notification

    Due : 08 Aug, 2017 (about 6 years ago)
    Posted : about 6 years ago
    Started : 19 Jul, 2017 (about 6 years ago)

    The F-35 Joint Program Office intends to issue an order under Basic Agreement N00019-14-G-0020 for support of a deployment from Eglin Air Force Base to NAS Fallon, CA. This deployment requires three personnel to deploy to NAS Fallon between 13-19 August 2017 to provide support for the F-35 Aircraft. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The F-35 Joint Program Office intends to award this effort to Lockheed Martin Aeronautics Company, Fort Worth, TX. This notice of intent is not a request for competitive proposa...

    From: Federal Government (Federal)

  • Lahontan Dam Vehicle Barrier

    Type : Bid Notification

    Due : 23 May, 2017 (about 7 years ago)
    Posted : about 7 years ago
    Started : 09 May, 2017 (about 7 years ago)

    Added: Mar 30, 2017 12:36 pm The Mid-Pacific Region of the Bureau of Reclamation intends to issue a Solicitation for a firm fixed-price contract for the Lahontan Dam Vehicle Barrier. This procurement is set-aside for Service Disabled Veteran Owned Small Business, and will be an Invitation for Bid (IFB) using FAR Part 14 Sealed Bidding procedures. The work to be performed is described below. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard is $36.5M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $100,000.00 and ...

    From: Federal Government (Federal)