Type : Contract
SRF FOLSOM-PISTOL TRAINING AMMUNITION Solicitation ID/Procurement Identifier: 15F06722D0004287 Ultimate Completion Date: Tue Aug 06 17:00:00 GMT 2024
SRF FOLSOM-PISTOL TRAINING AMMUNITION Solicitation ID/Procurement Identifier: 15F06722D0004287 Ultimate Completion Date: Tue Aug 06 17:00:00 GMT 2024
Back to searchHomeSearch for OpportunitiesFLAMELESS GRENADESOpportunity Bid due in:3 days, 23 hours, 29 minutes, 6 seconds Opportunity Bid is past due240000900669,RFQ,70,1 - FLAMELESS GRENADESStatusStageOpenPosted2/2/2024Bid Due2/8/2024, 07:00 PM UTCPartner No ContactOrganizationCity of Los AngelesDepartmentGeneral ServicesNameNicholas OoiEmailEmail nicholas.ooi@lacity.orgPhone(626) 322-8485SummaryMore TabsOpportunity IDOrganization212672City of Los AngelesCategoryBid MethodTypeCommodityWhole ItemRFQ - Request for QuoteDescriptionTo see details and submit online bids, view the posting on the City of LA's Vendor Self Service Website. After clicking the link below, login or click...
CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED: CONTINUED ON NEXT PAGE PAGE 5 OF 24 PAGES SPE4A6-24-T-30T4 SECTION A paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212- 3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. Contractors shall not provide parts and supplies made using additive manufacturing (AM), unless AM is specifically authorized in the solicitation/contract. See procurem...
Added: Jun 13, 2017 5:24 pm The Missile Defense Agency (MDA) intends to award a follow-on sole source contract to Raytheon Missile Systems (RMS) of Tucson, Arizona, for manufacture and integration of six (6) SM-3 Block IIA (SM-3 IIA) missiles for the United States (US) Government, and a priced option for manufacture and integration of SM-3 Block IIA (SM-3 IIA) missiles for Foreign Military Sale (FMS). This requirement is part of the Aegis Ballistic Missile Defense (BMD) Program. This effort continues manufacturing and activities necessary to complete the SM-3 IIA All-Up Rounds (AURs) integration with the Aegis BMD weapon system, and systems engineering / analysis required for transition to production efforts needed in support of initial and...
Added: Mar 29, 2017 12:03 pm Modified: Mar 29, 2017 12:20 pm Track Changes 29 MAR 2017: SOLICITATION UPLOADED WITH SUPPORTING DOCUMENTATION. 29 MAR 2017: NOTE -- THIS SYNOPSIS IS A PLACEHOLDER FOR SOLICITATION W52P1J-17-R-3019 WHICH 29 WILL BE RELEASED LATER TODAY. SYNOPSIS FOR THIS REQUIREMENT HAS PREVIOUSLY BEEN RELEASED FOR REQUIRED 15 DAYS UNDER W52P1J-17-R-CUSH. The Army Contracting Command-Rock Island (ACC-RI) has a requirement for a contractor to provide cushion and cushion padding material: 0001: 60mm Cushion Padding. Padding Material, Resilient, Type I or II. Outer Diameter: 2 5/16 "-1/8" X 1/4" Thick. Inner Diameter: 0.750" +/- 0.010". In accordance with (IAW) Drawing 13027373 Rev A, dated 07 Feb 13 and Commercial Item Des...
Added: Feb 02, 2017 9:25 am Synopsis for 60mm and 81mm Mortar Tail Fins The U.S. Army Contracting Command-Rock Island (ACC-RI), Rock Island Arsenal, Rock Island, Illinois, on behalf of the Office of the Project Manager Combat Ammunition Systems (PM CAS) located at Picatinny Arsenal, New Jersey anticipates awarding up to two Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts with five 12-month ordering periods for the 60mm (M27) and 81mm (M24 and M28) Mortar Tail Fins. Awards will be made utilizing a Small Business Set-Aside, Lowest Price Technically Acceptable (LPTA) Source Selection Procedure, in accordance with FAR 15.101-2. The Mortar Tail Fins support the family of High Explosive, Training, Smoke and Il...
Added: Mar 09, 2017 9:05 am The Federal Bureau of Investigation (FBI) is issuing an unrestricted solicitation for .40 S&W Caliber Ammunition and will award fixed price indefinite-delivery indefinite-quantity (IDIQ) contract/s. In accordance with FAR 2.101, Multi-Agency Contracts, this solicitation includes a provision authorizing other law enforcement agencies to utilize the contract on a case-by-case basis with prior approval. The anticipated period of performance consists of one (1) base year and four (4) possible additional one-year options. Offers are to be received no later than 12:00 PM (EST) on June 19, 2017, to the attention of Jennifer R. Unger, Contracting Officer, Federal Bureau of Investigation, 170 Marcel Drive, Winchester...