Federal Bid

Last Updated on 09 Feb 2012 at 9 AM
Special Notice
Patuxent river Maryland

52.217-8 Extention

Solicitation ID N00178-05-D-4559-M805
Posted Date 10 Jan 2012 at 7 PM
Archive Date 09 Feb 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Patuxent river Maryland United states 20670
The Naval Air Warfare Center, Aircraft Division (NAWCAD), Patuxent River, MD, intends to award a modification under task order N00178-05-D-4559 M805 with Sierra Management and Technologies, Inc. of California, MD. This modification will be for Logistics Support services for PMA-207. PMA-207 is responsible for life cycle support and readiness of the Navy's Support/ Commercial Derivative Aircraft Programs. A sole source modification is consistent with the terms identified within this announcement upon the basis of the authority provided in 10 U.S.C. 2304(c)(1) and implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. Unacceptable delays in fulfilling the agency's requirements would result given any other action due to current circumstances. This notice is being posted because the option, under FAR 52.217-8, was not previously evaluated as part of the initial contract award. This option exercise will be at the current rates specified in the current contract, as allowed by FAR 52.217-8, and will extend performance for Period of not to exceed six months beginning on 18 February 2012. This option exercise will further allow for solicitation, evaluation, and award of the competitive follow-on procurement. The incumbent contractor is the only responsible offeror for exercise of this option, as the Government would experience unacceptable delays in fulfilling the agency's requirements if this option were not exercised before the current contract expiration date of 17 February 2012.
This notice is not a request for proposals. No phone inquiries will be entertained. All responses shall be made in writing by email, U.S. mail, or facsimile to the attention of Colleen Caouette [email protected] using the contact information provided in this synopsis.
Bid Protests Not Available

Similar Past Bids

Little river South carolina 13 Feb 2012 at 2 PM
Keyport Washington 15 May 2015 at 11 PM
Location Unknown 17 Feb 2022 at 5 AM
Cherry point North carolina 20 Jan 2021 at 5 AM
Cherry point North carolina 19 Oct 2020 at 4 AM

Similar Opportunities

FY26-FY28 Pavement Markings Sealed bids for FY26-FY28 Pavement Markings, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Pavement Markings, Bid#2025-45DPW”. The work under this contract shall include furnishing the necessary labor, transportation, tools, equipment, materials, and appurtenances to install pavement markings as required by the City. The locations for the pavement markings will be as directed by the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 7 PM
FY26-FY28 Hot Mix Asphalt Paving and Related Work Sealed bids for FY26-FY28 Hot Mix Asphalt Paving and Related Work, Holyoke, MA will be received on July 10, 2025 at the City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer until 2 PM prevailing time, at which said Bids will be publicly opened and read aloud. All bids shall be submitted within a sealed envelope addressed to the “City of Holyoke Office of Procurement, 536 Dwight Street, Room 3, Holyoke, Massachusetts 01040, Attn: Jaime Morrow, Chief Procurement Officer” and titled “FY26-FY28 Hot Mix Asphalt Paving and Related Work, Bid#2025-43DPW”. Work will consist of the milling and paving of various locations throughout the City. Bidding procedures shall be in accordance with the provisions of M.G.L. Chapter 30, Section 39 M as amended. This project may be funded in whole or part with federal funds. Attention is called to the minimum wage rates required to be paid for all labor on this project. Wage rates are established in schedules issued by the Department of Labor and Workforce Development, in accordance with Section 26A - 27D, or Chapter 149 of the M.G.L., as amended, and the U.S. Department of Labor in accordance with the Davis-Bacon and Related Acts. Said schedule(s) are included in the bid package and the contractor will be responsible for paying the higher of the two rates. It is the responsibility of the Contractor, before Bid opening, to request if necessary, any additional information on Minimum Wage Rates for those trades people who may be employed for the proposed Work under this Contract. Materials, equipment and supplies to be used on this project are exempt from sales tax to the extent provided by M.G.L. Chapter 64H, Section 6 (f). Only eligible and responsible sealed bids on this project shall be received by the Awarding Authority from qualified Bidders submitted on forms furnished by the Awarding Authority and clearly identified on the outside of the bid with the name and address of the bidder, and the name and Bid Number of the project, and submitted to: City of Holyoke - Purchasing Department City Hall, Room 15 536 Dwight Street Holyoke, MA 01040 And received no later than the times set forth below, when they will forthwith be publicly opened and read aloud at this location. Sealed bids addressed as referenced above will be received until 2:00 PM, on July 10, 2025.
Holyoke Massachusetts 10 Jul 2025 at 6 PM
Saint inigoes Maryland 30 Jul 2025 at 4 PM
Leavenworth Kansas 31 Jul 2025 at 8 PM