Search results for: base-sas analytics

Refine your Search
Apply several filters to get precise search results
Showing opportunity 1 - 10 of 78
  • BASE-SAS ANALYTICS PRO FOR HPBL460

    Type : Contract

    Due : 14 Jun, 2023 (9 months ago)
    Posted : about 3 years ago
    Started : 15 Jun, 2020 (about 3 years ago)

    BASE-SAS ANALYTICS PRO FOR HPBL460 Solicitation ID/Procurement Identifier: 47QTCA18D0081 Ultimate Completion Date: Wed Jun 14 17:00:00 GMT 2023

    From: Federal Procurement Data System (Federal)

  • SAS OFFICE ANALYTICS: BASE SAS 9.4 FOR WINDOWS SERVER 64 BIT WITH THE ABILITY FOR 10 CONCURRENT USER SESSIONS

    Type : Contract

    Due : 30 Dec, 2026 (in about 2 years)
    Posted : about 2 years ago
    Started : 23 Dec, 2021 (about 2 years ago)

    SAS OFFICE ANALYTICS: BASE SAS 9.4 FOR WINDOWS SERVER 64 BIT WITH THE ABILITY FOR 10 CONCURRENT USER SESSIONS Solicitation ID/Procurement Identifier: 12314418A0011 Ultimate Completion Date: Wed Dec 30 18:00:00 GMT 2026

    From: Federal Procurement Data System (Federal)

  • Sources Sought / NSN 5841-01-388-6643 / Radar Set Subassembly

    Type : Bid Notification

    Due : 17 Mar, 2021 (about 3 years ago)
    Posted : about 3 years ago
    Started : 02 Mar, 2021 (about 3 years ago)

    There have been no activities to remove competitive barriers because of the integration and sensitivity of the system.INTERESTThe DLA Aviation Robins Contracting Office intends to award a sole source contract to Raytheon Space and Airborne Systems for the manufacture of the RIU in support of the 431st FMS office.

    From: Federal Government (Federal)

  • Integrate APNT/KHILS

    Type : Bid Notification

    Due : 04 Feb, 2020 (about 4 years ago)
    Posted : about 4 years ago
    Started : 21 Jan, 2020 (about 4 years ago)

    Raytheon Space and Airborne Systems (RSAS), El Segundo, CA.The government intends for RSAS to due this work based on their development of the firmware under a previous contract effort.  The government does not intend to compete the proposed contract action.  Any information received will be considered solely for the purpose of determining whether to conduct a competitie procurement.  This notice of intent is not a request for quotations. 

    From: Federal Government (Federal)

  • Defense Automated Test Equipment (ATE) Augmentation Equipment (DAAE) Repair

    Type : Bid Notification

    Due : 14 Aug, 2023 (7 months ago)
    Posted : 9 months ago
    Started : 29 Jun, 2023 (9 months ago)

    It is anticipated that FFP will be utilized for the majority of CLINs. The overarching contract will be issued to: L3Harris Technologies, Inc (Cage code 82340) Space and Airborne Systems Division 1500 New Horizons Blvd Amityville, NY 11701-1130 Authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only one responsible source, and no other supplies or services will satisfy agency requirements.

    From: Federal Government (Federal)

  • Sensor System Hardware for F/A-18 and E/A-18G

    Type : Bid Notification

    Due : 13 Apr, 2022 (23 months ago)
    Posted : about 2 years ago
    Started : 30 Mar, 2022 (about 2 years ago)

    The intended source is Raytheon Space and Airborne Systems Company (SAS) because they are the original and sole designer, developer and manufacturer of the Advanced Targeting Forward-Looking Infra-red (ATFLIR), and the AN/APG-65, AN/APG-73 and AN/APG-79 radars. As such they are the only source capable of developing RADAR electronic countermeasure improvements and incorporating enhancements for new sensor tactical capabilities.

    From: Federal Government (Federal)

  • PIF Obsolescence Redesign

    Type : Bid Notification

    Due : 04 Nov, 2022 (17 months ago)
    Posted : 17 months ago
    Started : 20 Oct, 2022 (17 months ago)

    office location: El Segundo, CaliforniaINCUMBENTThe contractor is: Raytheon Company Space and Airborne Systems PO box 902 El Segundo, California 90245.SUBMISSION DETAILSInterested Parties shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services described herein; Documentation should be in bullet format.

    From: Federal Government (Federal)