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 (10 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)

  • F/A-18 Sensor System Software and Hardware

    Type : Pre-Bid Notification

    Due : 27 Jul, 2022 (21 months ago)
    Posted : 21 months ago
    Started : 13 Jul, 2022 (21 months ago)

    The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure a Cost Plus Fixed Fee and Firm Fixed Priced Indefinite Quantity (IDIQ) type contract on an other than full and open competition basis in accordance with FAR 6.302-1 from Raytheon Space and Airborne Systems Company (SAS), 2000 East El Segundo Blvd, El Segundo, CA 90245.This requirement is for a five year period of performance.  

    From: Federal Government (Federal)

  • Next Generation Jammer Mid-Band (NGJ-MB) Cadre Training

    Next Generation Jammer Mid-Band (NGJ-MB) Cadre Training

    Type : Award

    Due : 26 Apr, 2024 (3 days ago)
    Posted : 16 days ago
    Started : 12 Apr, 2024 (17 days ago)

    The Naval Air Systems Command (NAVAIR) at Patuxent River, MD has awarded a Cost Plus Fixed Fee (CPFF) delivery order modification to The Raytheon Company, Space and Airborne Systems (SAS), 2000 East El Segundo Blvd., El Segundo, California. This award was on a sole source basis.

    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 (8 months ago)
    Posted : 10 months ago
    Started : 29 Jun, 2023 (10 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 (about 2 years 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 (18 months ago)
    Posted : 18 months ago
    Started : 20 Oct, 2022 (18 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)