Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

RedTail LiDAR RTL-450 Pacakege & Training

Expired
FA301622U0096Federal
General Info

Agency

Department Of Defense → FA3016 502 Cons Cl

View Agency

NAICS

336411 - Aircraft Manufacturing

View NAICS

Place of Performance

JBSA Ft Sam Houston, TX, 78234, USA

Set-Aside

SBA
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
1 update
PhaseClosed
Posted

Combined Synopsis

Amendment 1

Contract was updated

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Defense → FA3016 502 Cons Cl
Contacts2 people available
OfficeJBSA LACKLAND, TX, 78236-5286, USA
Organization / Agency
Department Of Defense → FA3016 502 Cons Cl
View Agency Profile
Office Address

JBSA LACKLAND, TX, 78236-5286, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Amendment 01 as follows: Replace IG5 GNSS Receiver Kit to Spectra SP85 Kit, See Attach 1 - Ktr Info RFQ FA301622U0096 LiDAR rev (attached). The 502d Contracting Squadron (CONS) at Joint Base San Antonio (JBSA), TX is issuing this Combined Synopsis/Solicitation (RFQ) for the Bran Name purchase and delivery of: One(1) RedTail Lidar RTL-450 Pacakage, inclusive of RTL Training and Support (2-Days/8-10 Students) See attachment, RFQ FA301622U0096 LiDAR, for solicitation and quote submissions. This is a 100%, Small Business, Set-Aside solicitation under associated North American Industrial Classification Systems (NAICS) Code 336411 - Aircraft Manufacturing, with a Size Standard of 1,500 Employees.

Similar Contracts

NAICS: 336411
New
Federal

15--DUCT ASSEMBLY,BLEED

The contract involves the procurement of seven units of duct assembly bleed items, identified by NSN 1560001367981. These items are to be delivered to the DLA Distribution center located in Warner Robins within a delivery timeframe of 161 days after order. The solicitation is a request for quotation (RFQ) issued by the Defense Logistics Agency (DLA) Aviation, under the Department of Defense. The production of this source-controlled item must adhere strictly to the approved source specification 70628 12533-101A and conform to the referenced drawing and military standards. Only electronic submission of quotes is accepted, and all responsible suppliers can submit their quotations, which will be evaluated if received on time. The solicitation document, titled "15--DUCT ASSEMBLY,BLEED" with number SPE4A726T032S, was posted on March 1, 2026, with a response deadline of March 9, 2026. It is a combined-type procurement activity categorized under NAICS code 336411, which pertains to aerospace product and parts manufacturing. The primary point of contact for questions is provided via email, ensuring communication is centralized. The solicitation and related documentation, including digital drawings and military standards, are accessible online through the official DLA website; no hard copies will be distributed. The place of performance details remain unspecified, with the office managing the contract located in Richmond, Virginia.

DLA Aviation

POSTED

1 day ago

DEADLINE

in 7 days

View Details
NAICS: 336411
New
Federal

Engineering and technical support for AN/APG-65 and AN/APG-79 Active Electronically Scanned Array (AESA) radars

The Naval Air Systems Command (NAVAIR) is conducting market research to identify potential contractors capable of providing engineering and technical support for the AN/APG-65 and AN/APG-79 Active Electronically Scanned Array (AESA) radars installed on F/A-18C/D/E/F aircraft at both CONUS and OCONUS locations. This effort requires on-site representatives with expertise in maintaining, ensuring reliability, and supporting the readiness of these AESA radar systems. The contract focuses on delivering comprehensive technical support to sustain these complex radar systems critical to military avionics operations. This notice is a sources sought announcement, not a solicitation, and does not commit the Government to any contract award. Interested companies must submit a capability statement of no more than five pages detailing their experience with AESA or similar airborne radars, on-site military avionics technical support, maintenance and reliability of electronic systems, and familiarity with relevant Department of War technical documentation. Submissions should include company information such as name, address, CAGE code, primary contact, and business size under NAICS code 336411. Responses are due electronically by March 17, 2026, and will be used solely for acquisition planning purposes. The Government will not compensate respondents for costs related to this submission, and no unsolicited proposals will be accepted at this time.

Naval Air Systems Command

POSTED

1 day ago

DEADLINE

in 16 days

View Details
NAICS: 336411
New
Federal

VALVE ASSEMBLY, ENVI

This contract calls for the procurement of 17 units of a commercial valve assembly designed for environmental control in air systems, specifically identified by part number 110767-2 and NSN 1660-00-876-2843. The contract is issued to Honeywell International, Inc. with a delivery location at the DLA Distribution Depot in Oklahoma, Tinker Air Force Base. The delivery timeframe is set for 171 days from the award date, with an original required delivery date of February 8, 2027. Packaging and marking must comply with ASTM D3951, MIL-STD-129, and specific DLA packaging requirements, ensuring the item is properly prepared for shipment and inspection verifies acceptance at the destination. Technical and quality requirements follow DLA’s Master List, which takes precedence over general packaging standards, and inspection and acceptance occur at the delivery point. The contract includes critical requirements such as the Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment, sampling and testing protocols aligned with MIL-STD-1916 or equivalent plans, and removal of government identification from non-accepted supplies. Item unique identification is waived per the service customer’s request. The contract is managed under solicitation number SPE4A5-26-T-8317 by the Department of Defense's ASC Supplier OEM Division, with point of contact Anthony Duguay for administrative and technical correspondence.

ASC SUPPLIER OPER OEM DIVISION

POSTED

2 days ago

DEADLINE

in 3 days

View Details